guam economic developmentauthority … 15-003.pdf ·  · 2015-12-15for the construction of...

236
GUAM ECONOMIC DEVELOPMENT AUTHORITY INVITATION FOR BIDS NO. 15003 FOR THE CONSTRUCTION OF CROSSWALKS AT THE DFS GALLERIA INTERSECTION, TUMON AND THE CHAMORRO VILLAGE, HAGATNA IFB Issue Date: December 16, 2015 Bid Due Date and Time: January 20, 2016 2:00 p.m., Chamorro Standard Time (ChST) ISSUING AGENCY Guam Economic Development Authority Mana Silva Taijeron Acting Administrator ITC Building, Suite 511 590 South Marine Corps Drive Tamuning, Guam 96913 Phone: (671) 647‐4332 Fax: (671) 649‐4146 Website: http://www.investguam.com Single Point of Contact: Gloria Molo Guam Economic Development Authority ITC Building, Suite 511 590 South Marine Corps Drive Tamuning, Guam 96913 Email: [email protected] Phone: (671) 647‐4332 INSTRUCTIONS TO BIDDERS Submit Bid to: Mana Silva Taijeron Guam Economic Development Authority ITC Building, Suite 511 590 South Marine Corps Drive Tamuning, Guam 96913 Mark Face of Envelope/Package: IFB Number: 15‐003 IFB Title: CONSTRUCTION OF CROSSWALKS AT THE DFS GALLERIA INTERSECTION, TUMON AND THE CHAMORRO VILLAGE, HAGATNA Bid Due Date: January 20, 2016, 2:00 p.m.(ChST) BIDDERS MUST COMPLETE THE FOLLOWING Bidder Name/Point of Contact/Address: Authorized Bidder Signatory: (Please print name and sign in ink) Bidder Phone Number: Bidder FAX Number: Bidder Federal I.D. Number: Bidder E‐mail Address: BIDDERS MUST RETURN THIS COVER SHEET WITH THEIR BID

Upload: lehanh

Post on 20-May-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

  

GUAM ECONOMIC DEVELOPMENT AUTHORITY INVITATION FOR BIDS NO. 15‐003 

FOR THE CONSTRUCTION OF CROSSWALKS AT THE DFS GALLERIA INTERSECTION, TUMON AND THE CHAMORRO VILLAGE, HAGATNAIFB Issue Date: December 16, 2015 

Bid Due Date and Time: January 20, 2016 

2:00 p.m., Chamorro Standard Time (ChST) 

ISSUING AGENCY 

Guam Economic Development Authority Mana Silva Taijeron Acting Administrator ITC Building, Suite 511 

590 South Marine Corps Drive Tamuning, Guam 96913 Phone: (671) 647‐4332 Fax: (671) 649‐4146 

 Website:  http://www.investguam.com 

Single Point of Contact: Gloria Molo 

Guam Economic Development Authority ITC Building, Suite 511 

590 South Marine Corps Drive Tamuning, Guam 96913 

Email: [email protected]  Phone: (671) 647‐4332 

INSTRUCTIONS TO BIDDERS 

Submit Bid to: Mana Silva Taijeron 

Guam Economic Development Authority ITC Building, Suite 511 

590 South Marine Corps Drive Tamuning, Guam  96913 

Mark Face of Envelope/Package: IFB Number: 15‐003 IFB Title: CONSTRUCTION OF CROSSWALKS AT THE DFS GALLERIA INTERSECTION, TUMON AND THE CHAMORRO VILLAGE, HAGATNA Bid Due Date: January 20, 2016, 2:00 p.m.(ChST) 

BIDDERS MUST COMPLETE THE FOLLOWING

Bidder Name/Point of Contact/Address:  Authorized Bidder Signatory:   

(Please print name and sign in ink) 

Bidder Phone Number:  Bidder FAX Number: 

Bidder Federal I.D. Number:  Bidder E‐mail Address: 

BIDDERS MUST RETURN THIS COVER SHEETWITH THEIR BID 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 2

 

  

TABLE OF CONTENTS   SECTION 1:  SCHEDULE OF EVENTS .................................................................................................. 4 

SECTION 2:  PROJECT OVERVIEW & INVITATION FOR BID .................................................................. 5 

SECTION 3:  INSTRUCTIONS TO BIDDERS & GENERAL INFORMATION ................................................. 7 

SECTION 4:  PROJECT SCOPE .......................................................................................................... 18 

ATTACHMENT   A:  BID FORM ................................................................................................................... 22 

ATTACHMENT   B:  BID BOND ................................................................................................................... 29 

ATTACHMENT   C:  BIDDER QUALIFICATION STATEMENT .......................................................................... 32 

ATTACHMENT   D:  BIDDER FINANCIAL STATEMENT.................................................................................. 41 

ATTACHMENT   E:  DESIGNATION OF SUBCONTRACTORS ......................................................................... 42 

ATTACHMENT   F‐1:  MAJOR SHAREHOLDERS DISCLOSURE AFFIDAVIT ........................................................ 45 

ATTACHMENT   F‐2:  NON‐COLLUSION AFFIDAVIT ....................................................................................... 46 

ATTACHMENT   F‐3:  NON‐GRATUITY AFFIDAVIT ......................................................................................... 47 

ATTACHMENT   F‐4:  AFFIDAVIT REGARDING CONTINGENT FEES ...................................................... 48 

ATTACHMENT   F‐5:  ETHICAL STANDARDS AFFIDAVIT ................................................................................. 49 

ATTACHMENT  F‐6:  DECLARATION REGARDING COMPLIANCE WITH WAGES ............................................. 50 

ATTACHMENT   G:  FORM CONTRACT ....................................................................................................... 62 

ATTACHMENT   H:  PERFORMANCE BOND ................................................................................................ 95 

ATTACHMENT   I:  LABOR AND MATERIAL PAYMENT BOND .............................................................................. 97 

ATTACHMENT   J:  ACKNOWLEDGEMENT OF RECEIPT FORM ............................................................... 99 

ATTACHMENT   K:  TECHNICAL DRAWING LIST .......................................................................................... 100 

ATTACHMENT   L:  DRAWINGS, PLANS AND SPECIFICATION ..................................................................... 101 

ATTACHMENT   M:  PROJECT GENERAL CONDITIONS ................................................................................. 102 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 3

 

  

BIDDER’S CHECKLIST 

This checklist is provided for assistance only and should not be submitted with Bidder’s bid.  

 

Things to Keep in Mind When Responding to this IFB 

 1.  Read  all  the  IFB  documents.    Such documents include, but  are  not  limited  to  the 

invitation for bid,  instructions to bidders, Technical Documents, and required affidavits. Note  critical  items  such  as:  mandatory  requirements;  services  required;  Schedule  of Events;  bid  form;  contract  requirements  (i.e.,  performance  and  payment  bonds, insurance requirements, and reporting requirements, etc.). 

 2.  Note  the  procurement  officer’s  name,  address,  phone  numbers  and  e‐mail  address. 

This is the only person you are allowed to communicate with regarding the IFB and is an excellent source of information for any questions you may have. 

 3.  Attend the pre‐bid conference/teleconference if one is offered. Conferences provide an 

opportunity to ask clarifying questions, obtain a better understanding of the project, or to notify GEDA of any ambiguities, inconsistencies, or errors in the IFB. 

 4.  Take  advantage  of  the  “question  and  answer”  period.  Submit  your  questions  to  the 

procurement officer  by  the  due  date  listed  in  the  Schedule  of  Events  and  review  the answers given, which will be in the form of an addendum to the IFB. 

 5.  Use the forms provided, i.e., cover page, bid form, required affidavits, etc.  6.  Check  GEDA’s  website  for  IFB  amendments/addenda.   Before  submitting  your  bid, 

check GEDA’s website at  http://www.investguam.com to see whether any amendments or addenda were issued for the IFB.  If so, you must submit a signed acknowledgment of receipt  for  each  amendment/addendum  and  you  must  acknowledge  receipt  of  all amendments/addenda in your bid. 

 7.  Submit your bid on time.  Note all the dates and times listed in the Schedule of Events 

and within  the  IFB documents,  and be  sure  to  submit  all  required  items on  time.  Late bids are never accepted. 

 8.  Include all required documents.  Bidders are reminded to read the entire IFB package 

and include all required documentation. 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 4

 

  

SECTION 1:  SCHEDULE OF EVENTS    

EVENT  DATE  LOCATION 

IFB Issue Date  December 16, 2015  GEDA Office and Website  

Pre‐bid Conference  January 6, 2016 9:00 a.m. (ChST)

GEDA Conference Room 

Deadline for Receipt of Written Questions 

January 8, 2016 5:00 p.m. (ChST)

GEDA Office 

Issuance of Answers to Written Questions 

January 13, 2016  

GEDA Office and Website 

Bid Submission Deadline  January 20, 2016 2:00 p.m. (ChST)

GEDA Receptionist Desk 

Bid Opening  Janaury 20, 20162:15 p.m. (ChST) on the Bid Submission Deadline date 

GEDA Conference Room 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 5

 

  

SECTION 2:  PROJECT OVERVIEW & INVITATION FOR BID  

 

2.0  PROJECT OVERVIEW  The  Guam  Economic  Development Authority  (“GEDA”),  on  behalf  of  the  Government of  Guam,  is  soliciting sealed bids for the construction of improvements to the pedestrian crosswalks at the DFS Galleria Intersection in Tumon and the Chamorro Village in Hagatna.  Details are provided in the project drawings.    Construction of the Project is part of the Capital Improvement Program  established  by  Public  Law  30‐228,  which  utilizes  proceeds  from    the    Hotel    Occupancy    Revenue  (“HOT”)  Bonds,  Series  2011A  to  fund  various  projects enumerated in the law.  

 2.1        INVITATION FOR BID 

 This  IFB  is  issued  in  accordance  with  5  G.C.A.  §  5211  and  2  Guam  Administrative  Rules  and  Regulations (“GARR”) § 3109.  Sealed bids will be received until  the Bid Submission Deadline set forth  in the Schedule of Events at the receptionist desk at GEDA located at the ITC Building, Suite 511, 590 South Marine Corps Drive, Tamuning, Guam.  On the same day as specified in the Schedule of Events, all bids will be publicly opened and read aloud at the GEDA conference room located at the ITC Building, Suite 511, 590 South Marine Corps Drive, Tamuning, Guam.  Bids submitted after the bid submission deadline set forth in the Schedule of Events will not be considered.  All bids must be accompanied by a bid security in the amount of 15% of the total bid price.  Bid security may be in the form of a bid bond, certified check or cashier’s check made payable to GEDA. 

 This Invitation for Bid package consists of the following documents: 

Bid Invitation Documents 

a.   Schedule of Events b.   Project Overview & Invitation for Bid c.    Instructions to Bidders & General Information d.   Project Scope e.   Acknowledgment of Receipt Form f.  IFB Addenda, if any 

Bid Submittal Documents 

a.   Bid Form b.   Bid Security c.    Affidavit Disclosing Ownership and Commissions d.   Affidavit Regarding Non‐Collusion e.   Affidavit Regarding No Gratuities or Kickbacks f.  Affidavit Regarding Contingent Fees g.   Affidavit Regarding Ethical Standards h.   Declaration Regarding Compliance with  U.S. DOL Wage Determination i.  Designation of Subcontractors 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 6

 

  

j.  Bidder Qualification Statement k.   Bidder Financial Statement l.  Statement regarding Bidder’s Safety Program m.  Statement regarding Bidder’s Quality Control Program n.   Bidder Project Schedule 

Contract Documents 

a.   Form Contract b.   General Project Scope c.    Performance Bond d.   Labor and Material Payment Bond e.   Prevailing Wage Rates for Guam  

 Plans, drawings and specifications prepared by Lyon Associates, Inc. & Parsons Brinckerhoff, Inc. as follows: 

 a. Drawings titled CROSSWALKS AT THE DFS GALLERIA INTERSECTION, TUMON prepared by Lyon 

Associates, Inc., 137 Murray Blvd, Suite 203, Hagåtña, Guam and dated October 29, 2015. b. Drawings  titled CROSSWALKS AT THE CHAMORRO VILLAGE, HAGATNA prepared by Parsons 

Brinckerhoff,  Inc.,  590  South  Marine  Corps  Drive,  Suite  421,  Tamuning,  Guam  and  dated November 20, 2015. 

 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 7

 

  

SECTION 3:  INSTRUCTIONS TO BIDDERS & GENERAL INFORMATION  

 

3.0  AUTHORITY  This IFB is issued under the authority of the Guam Procurement Act and the Guam Procurement Regulations. 

 3.1       OFFEROR COMPETITION 

 GEDA  encourages  free  and  open  competition  among  bidders.  Whenever  possible,  GEDA  will  design specifications  to  accomplish  this  objective,  consistent  with  the  necessity  to  satisfy  GEDA’s  need  to  procure technically sound, cost‐effective services and supplies. 

 3.2        SINGLE POINT OF CONTACT  From the date this IFB is issued until final award, offerors shall not communicate with any GEDA staff, Board Members or officials regarding this procurement, except at the direction of Gloria Molo,  the single point of contact for this procurement.  Any unauthorized contact may disqualify the offeror from further consideration. Contact information for the single point of contact is as follows: 

 Gloria Molo Guam Economic Development Authority ITC Building, Suite 511 590 South Marine Corps Drive Tamuning, Guam 96913 Phone Number:  (671) 647‐4332 Fax Number:  (671) 649‐4146 Email:  [email protected]  

 All  questions  regarding this  IFB  shall  be  sent  to  the  Single Point  of  Contact with  a  copy  to  Larry Toves at [email protected]

 3.3        AVAILABILITY 

 This IFB is available for public inspection and review at GEDA’s office located at the ITC Building, Suite 511, 590 South Marine Corps Drive, Tamuning, Guam, Monday  through Friday, excluding holidays, between 8:00 a.m. and  5:00  p.m.   Prospective bidders may  obtain  a  copy  of  the  IFB  and  all  attachments, which will  be made available in .pdf format on CD, at GEDA’s office.  A copy of the IFB is also available for download from GEDA’s website at www.investguam.com. 

 

Upon obtaining this  IFB, prospective bidders must complete the Acknowledgement of Receipt Form set forth as an Attachment to  this  IFB  and  return  the  completed  form  to GEDA  in  order  to  receive any  addenda  or  other notices related to  this  IFB.   Failure by prospective bidders  to  submit  the Acknowledgement of Receipt Form to GEDA and to acknowledge receipt of all amendments/addenda in their bids may result in the prospective bidder not  receiving  notices  from  GEDA  regarding  this  IFB,  including  addenda,  or  their  bids  may  be  deemed  non‐ responsive. 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 8

 

  

3.4        AMENDMENTS TO THE IFB  GEDA  reserves  all  rights  to  revise  or  amend  this  IFB  prior  to  the  date  set  for  opening.    Such  revisions  and amendments, if any, will be announced by an amendment or addendum to this IFB and shall be identified as such. The amendment shall refer to the portions of the IFB it amends.  Amendments and addenda shall be sent to all prospective  bidders  who  have  submitted  the  Acknowledgement of  Receipt  Form  to  GEDA.   All  bidders must acknowledge receipt of all amendments or addenda issued in their bid submission. 

 3.5        PREPARATION AND SUBMISSION OF BIDS  Bidders must  submit  their bids on  the  forms  furnished as part of  this  IFB.   All blank  spaces on  the bid  form must be correctly filled in, and bidders must state the total lump sum or other specified cost for each bid item. 

 Bidders are required to bid on all  items in the Bid Schedule(s),  including all Bid Options.   Failure to bid on all items in the Bid Schedule(s) (Base and Options) may result in rejection of the Bid as non‐responsive. 

 The bid form must be completed entirely  in  ink and any numerical statements must be written in words and numerals.  In case of conflict between words and numerals, the words, unless obviously incorrect, will govern. Erasures  or  other  changes  in  a  bid  must  be  explained  or  noted  over  the  signature  of  the  bidder.    Bids containing  any  conditions,  omissions,  unexplained  erasures or  alterations  or  items not  called  for  in  the  bid form or irregularities may be rejected by GEDA.  Bidders must supply all information required by the bid form and Bid Schedule(s). 

 The bidder shall sign its bid in the blank space provided therein.  Each bid must give the full business address of the bidder and be signed by the bidder with its usual signature.  If the bid is made by a partnership, it must be acknowledged by one of  the partners;  if made by a corporation,  it must be acknowledged by one of  the authorized  officers  thereof.   Bids  by  partnerships  must  furnish  the  full  names  of  all  partners  and  must  be signed  in  the  name  of  the  partnership  by  one  of  the  members  of  the  partnership  or  by  an  authorized representative, followed by the signature and designation of the person signing.  Bids by corporations must be signed with the legal name of the corporation, followed by the name of the State of Incorporation and by the signature and designation of the officer, or other person authorized to bind it in the matter.  The name of each person  signing  shall  also  be  typed  or  printed  below  the  signature.    A  bid  by  a  person  who  affixes  to  his signature the word “president”, “agent” or other designation without disclosing his principal, may be held to be the bid of  the  individual  signing.   When requested by GEDA, satisfactory evidence of  the authority of  the officer signing in behalf of the corporation shall be furnished. 

 Bids shall be enclosed  in a sealed envelope which shall be marked and addressed as set  forth  in  the section titled “Receipt and Opening of Bids.” 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 9

 

  

3.6        BID SECURITY  At  the  time  of  submission  of  the  sealed  bid,  bidders  shall  submit  a  bid  security  in  the  amount  of  fifteen percent (15%) of the total Base Bid amount.  The bid security may be made by bid bond (form attached), cash, cashier’s or certified check payable to the Guam Economic Development Authority or other form satisfactory to GEDA.   Such bid security shall be submitted with the understanding and agreement that it shall guarantee that the bidder shall not withdraw its bid for a period of ninety (90) days after the scheduled deadline for the submission of bids;  that  if  the bidder’s bid  is  accepted by GEDA the bidder will  enter  into a  formal  contract with GEDA in accordance with the form contract included as part of this IFB and provide the required payment and performance bonds.    In the event of the withdrawal of said bid within said ninety (90) day period or, in the event of the failure to enter into said contract and provide the required performance and payment bonds within fifteen (15) calendar days of acceptance of said bid, or such further time as may be allowed in writing by  the Administrator of GEDA,  the bidder  shall  be  liable  to GEDA  for  the  full  amount  of  the bid  security as representing  the  damage  to GEDA  for  the  delay  and  additional work  and  costs  caused  thereby  in  obtaining another bidder, said amount being beforehand determined as reasonable and containing no penalties. 

 The bid security, if  submitted  in  the  form of a bid bond, shall be submitted on the form provided, signed by the bidder, two major officers of the Surety and the Resident General Agent, and shall be accompanied by a copy of a current Certificate of Authority for the Surety to do business in Guam issued by the Department of Revenue and Taxation, Power of Attorney issued by  the Surety to the Resident General Agent, and Power of Attorney issued by two major officers of the Surety to whoever is signing on its behalf. 

 Bid guarantees, other than bid bonds, will be returned to: 

 a)   unsuccessful bidders, as soon as practicable after the opening of bids, except for the second and third 

lowest bidders. 

 b)   the second and third  lowest bidders, as soon as practicable after the successful bidder has executed 

the required contract documents. 

 c)    the successful bidder, upon satisfactory execution of such further contract documents, and satisfactory 

and timely submission of the required performance and payment bonds. 

 3.7        PRE‐BID QUESTIONS AND CONFERENCE/TELECONFERENCE  

3.7.1    Pre‐Bid  Questions.  Prospective  bidders  who  have  questions  or  require  clarification  or interpretation of any section of this IFB must address their questions in writing or via e‐mail to the single point of  contact identified  above,  with  a  copy  to  Larry  Toves  at  [email protected].    All  questions  must be received  on  or  before  the  deadline  set  forth  in  the  Schedule  of  Events.      Each  question  must  provide clear  reference to  the  section,  page, and  item of  this  IFB  in question. Questions  received after  the deadline may not be considered. 

 3.7.2      GEDA’s  Answers. GEDA will  provide  an  official  written  answer  by  the  date  set  forth  in  the 

Schedule  of  Events  to  all  questions  received  by  the  stated  due  date.  GEDA’s  response  will  be  by  written addendum.  No oral explanation regarding any aspect of this IFB will be made and no oral instructions will be 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 10

 

  

given before the award of the contract.  Any other form of interpretation, correction, or change to this IFB will not  be binding upon  the GEDA.   Any written addendum will  be  forwarded to  all  entities  or  individuals who have picked‐up an  IFB and  submitted an Acknowledgement of Receipt Form by  the close of business on  the date of issuance of GEDA’s answers.  Prospective bidders must include the signed acknowledgment of receipt of all addenda with their bid submission. 

 3.7.3    Pre‐Bid Conference.  A pre‐bid conference will be conducted on the date set forth in the Schedule 

of Events to explain the requirements of this procurement prior to the submission of sealed bids or as otherwise permitted by the Guam Procurement Law and Regulations.  Notice of any additional pre‐bid conference(s)  will be provided to all entities or individuals who have received this IFB and submitted an Acknowledgement of Receipt Form.      GEDA  will  notify  all  prospective  bidders  in  writing  via  an  addendum  to  this  IFB  of  any  substantive clarification provided in response to any inquiry raised during the pre‐bid conference. 

 3.8       MISTAKES IN BIDS 

 Mistakes in bids may be corrected or withdrawn in accordance with 2 GARR § 3109(m). 

 3.9        PRE‐OPENING MODIFICATION OR WITHDRAWAL OF BIDS 

 

Bids may be modified or withdrawn by written notice received at the receptionist desk at GEDA prior to the time and date set for bid opening. 

 3.10     RECEIPT AND OPENING OF BIDS 

 Sealed bids  in duplicate will be received at the receptionist desk of GEDA located at  ITC Building, Suite 511, 590 South Marine Corps Drive, Tamuning, Guam until  the Bid  Submission Deadline  set forth in the Schedule of Events.   As specified in the Schedule of Events, all timely bids and modifications will be publicly opened and read aloud at the GEDA Conference Room  located at  ITC Building, Suite  511,  590 South Marine  Corps Drive, Tamuning, Guam.   Bids received after the Bid Submission Deadline will be returned to the bidder unopened. 

 Bids must be submitted on the forms furnished by GEDA and shall be enclosed in a sealed envelope addressed to  the  Single  Point  of  Contact  and  marked  on  the  outside  with  the  name  and  address  of  the  bidder,  the number and name of the IFB, and the time, date, and place of bid opening. 

 Attention  is  called  to  the  fact  that  bidders  not  only  offer  to  assume  the  obligations  and  liabilities  imposed upon  the  Contractor  in  the  Contract,  but  bidders  shall  expressly make  certain  of  the  representations  and warranties made therein.  No effort is made to emphasize any particular provision of the contract, but bidders must familiarize themselves with every provision and its effect. 

 3.11     ADDITIONAL BIDDER RESPONSIBILITIES  Bidders shall be responsible for having thoroughly ascertained pertinent conditions such as location, accessibility, availability  of  utilities,  and  general  character  of  the  site,  the  character  and  extent  of  existing  work  within  or adjacent to the site, and any other work being performed. 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 11

 

  

3.12     RESPONSIBILITY AND COMPETENCY OF BIDDERS  GEDA will determine whether a bidder has met the standards of responsibility.  Bidders shall present satisfactory evidence that they have sufficient experience and are fully prepared with necessary capital, material, machinery, and  skilled  workmen  and  supervision  staff  to  carry  out  the  contract  satisfactorily.    Proof  of  certification  and licensure, as required herein, shall also be presented for verification.  Each bidder must also submit with its bid, a detailed project schedule that incorporates the milestones set forth in Section 4.II, and is therefore illustrative of how it intends to meet construction deadlines. 

 Accordingly,  bidders  must  submit  for  review  the  information  contained  in  the  attached  Bidder  Qualification Statement (Attachment C).   The Confidential Bidder Financial  Statement (Attachment D) can be submitted  in a sealed envelope within the sealed bid package if the bidder desires to keep the financial information confidential. GEDA reserves the right to investigate the information submitted, to secure and inspect the place of business, as is deemed necessary, and to obtain from bidders any information required to determine whether or not they are responsible, before a contract is awarded.  GEDA reserves the right to disqualify any bidder if deemed in the best interest of GEDA and/or  the Government.   If  a  bidder  is  found non‐responsible,  the determination must be  in writing, made a part of the procurement file and mailed to the affected bidder. 

 3.13     GEDA NOT RESPONSIBLE FOR PREPARATION COSTS  The costs for developing and delivering a bid  in response to this  IFB shall be at the sole cost and expense of the  bidder.   GEDA  is  not  liable  for  any  expense  incurred by  the  bidder  in  the  preparation,  delivery,  and/or presentation of its sealed bid or any other costs incurred by the offeror. 

 3.14     ALL TIMELY SUBMITTED MATERIALS BECOME GEDA PROPERTY  All materials  submitted  in  response  to  this  IFB become the property of GEDA and may be appended  to  any formal documentation, which would further define or expand any contractual relationship between GEDA and bidder resulting from this IFB process. 

 3.15     REJECTION OF BIDS  Any bid submitted in response to this IFB may be rejected in whole or in part when it is in the best interests of GEDA or the government of Guam in accordance with Guam Procurement Regulations § 3115(e). 

 3.16     NO LATE BIDS  Bids  must  be  received  at  the  receptionist’s  desk  of  GEDA  by  the  Bid  Submission  Deadline  set  forth  in  the Schedule  of  Events.      Email  or  facsimile  bids  will  not  be  accepted.      Regardless  of  cause,  late bids will automatically be disqualified from further consideration.   It shall be the bidder’s sole risk to assure delivery at the receptionist’s desk at the designated office by the designated time. Late bids will not be opened and may be returned to the bidder at the expense of the bidder or destroyed if requested. 

    

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 12

 

  

3.17     METHOD OF AWARD 

Bidding procedure involves Base Bid and Bid Options. The low bidder for purposes of award is the responsible bidder offering  the  lowest price for  the Base Bid.   If  the total of  the Base Bid  items  is within  the amount of funds available to finance the project, the responsible bidder providing the lowest responsive Base Bid will be the successful bidder for purposes of the award. If GEDA wishes to exercise any of the Bid Options, GEDA will give the bidder submitting the  lowest  responsive and responsible Base Bid written notice of  its  intent within thirty (30) days after the Notice of Intent to Award. 

 3.18     CONTRACT 

 A fixed‐fee contract will be entered into between GEDA and the responsible bidder with the lowest responsive Base  Bid  as  provided  in  this  IFB.    The  proposed  contract  between GEDA  and  the  Bidder  is  included  as  an attachment  to  this  IFB.      Any  proposed  changes  to  the  contract  should  be  submitted  for  consideration during the question and answer period; otherwise the successful bidder is expected to agree to all terms and conditions set forth in the proposed contract. 

 The Contractor shall commence work on  the date specified  in  the Notice to Proceed, which  is anticipated to be  issued  in  the  first quarter of 2016,  and  shall  complete  the work  required  under  the  contract.    The work must be coordinated with DPW to arrange access to streets and coordinate construction schedules. 

 The bidder awarded a contract under this solicitation shall comply with the applicable standards, provisions, and stipulations of all pertinent Federal and/or  local  laws, rules, and regulations  relative to the performance of  the contract. 

 3.19     PERFORMANCE AND PAYMENT BONDS  The  successful  offeror must  deliver  to  GEDA  the  following  bonds  or  security,  within  fifteen  (15)  days  upon receipt of the Notice of Intent to Award, which shall become binding on the parties upon the execution of the contract:  (1)  a  performance  bond  satisfactory  to  GEDA,  executed  by  a  surety  company  authorized  to  do business in Guam or otherwise secured in a manner satisfactory to GEDA, in an amount equal to one hundred percent (100%) of the price specified in the contract; and (2) a payment bond satisfactory to GEDA, executed by  a  surety  company  authorized  to  do  business  in  Guam  or  otherwise  secured  in  a manner  satisfactory  to GEDA, for the protection of all persons supplying labor and material to the Contractor or its subcontractors for the performance of the work provided for in the contract.  The payment bond shall be in an amount equal to one hundred percent (100%) of the price specified in the contract.  The performance and payment bonds shall be in the form required by the Procurement Law and Regulations.  

 3.20     LICENSING 

 Bidders  must  be  licensed  to  do  business  on  Guam  at  the  time  of  bid  submission.    Bidders  shall  submit  a copy  of  its  and/or  its  subcontractors’  current  Guam  licenses  authorizing  it  and/or  its  subcontractors  to conduct business on Guam and provide the services solicited under this  IFB, including, but not  limited to, any required  license(s)  issued  by  the  Guam  Contractor’s  License  Board.    Failure  to  submit  all  required  licenses and  certifications  at  the  time of  bid  submission  shall result in the bid being classified non‐responsive whereby the bidder will be disqualified. 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 13

 

  

   3.21     REQUIRED AFFIDAVITS AND ASSURANCES  Each offeror is required to submit the affidavits and assurances attached as Attachments F‐1 through F‐6.  Failure to include said affidavits and assurances shall render a bid non‐responsive.  

Disclosure of major shareholders per 5 G.C.A. § 5233 (Attachment F‐1).  As a condition of this IFB, any partnership,  sole  proprietorship  or  corporation  doing  business  with  the  government of  Guam  shall submit an affidavit executed under oath that lists the name and address of any person who has held more  than  ten  percent  (10%)  of  the  outstanding  interest  or  shares  in  said  partnership,  sole proprietorship or corporation at any time during the twelve (12) month period immediately preceding submission  of  a proposal.  The  affidavit  shall  contain  the number of  shares or  the percentage of  all assets  of  such  partnership,  sole  proprietorship  or  corporation which  have  been  held  by  each  such person  during  the  twelve  (12) month  period.  In  addition,  the  affidavit  shall  contain  the  name  and address  of  any  person  who  has  received  or  is  entitled  to  receive  a  commission,  gratuity  or  other compensation  for procuring or assisting  in obtaining business  related to  this  IFB  for  the offeror and shall also contain the amounts of any such commission, gratuity or other compensation.  The affidavit shall be open and available to the public for inspection and copying. 

  Certification of Independent Price Determination per 2 GAR § 3126 (Attachment F‐2).   By submitting 

an offer, the offeror certifies that the price submitted was independently arrived at without collusion.  

Representation Regarding Gratuities and Kickbacks per 5 G.C.A. § 5630 (Attachment F‐3).  Gratuities. It shall be a breach of ethical standards for any person to offer, give or agree to give any employee or former employee, or  for  any  employee or  former employee  to  solicit,  demand,  accept  or  agree  to accept from another person, a  gratuity or an offer of employment in connection with any decision, approval,  disapproval,  recommendation,  preparation  of  any  part  of  a  program  requirement  or  a purchase request, influencing the content of any specification or procurement standard, rendering of advice,  investigation,  auditing,  or  in  any  other  advisory  capacity  in  any  proceeding  or  application, request for  ruling, determination, claim or controversy, or other particular matter, pertaining to any program  requirement  or  a  contract  or  subcontract;  or  to  any  solicitation  or  proposal  therefor. Kickbacks. It shall be a breach of ethical standards for any payment, gratuity or offer of employment to be made by or on behalf of a subcontractor under a contract to the prime contractor or higher tier subcontractor or any person associated therewith, as an inducement for the award of a subcontract or order. 

Prohibition against Contingent Fees per 2 GAR § 11108 (Attachment F‐4).  It shall be a breach of ethical standards for a person to be retained, or to retain a person, to solicit or secure a government contract upon  an  agreement  or  understanding  for  a  commission,  percentage, brokerage,  or  contingent  fee, except for retention of bona fide employees or bona fide established commercial selling agencies for the purpose of securing business. 

 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 14

 

  

Representation regarding Ethical Standards per 2 GAR § 11103 (Attachment F‐5).  The bidder, offeror, or contractor represents that it has not knowingly influenced and promises that it will not knowingly influence a government employee to breach any of the ethical standards set forth in 5 GCA Chapter 5 Article 11 (Ethics in Public Contracting) of the Guam Procurement Act and in Chapter 11 of the Guam Procurement Regulations. 

  Wage Determination per 5 G.C.A. § 5801 (Attachment F‐6).   In such cases where the government of 

Guam enters into contractual arrangements with a sole proprietorship, a partnership or a corporation (‘contractor’) for the provision of a service to the government of Guam, and in such cases where the contractor employs a person(s) whose purpose,  in whole or  in part,  is  the direct delivery of  service contracted by the government of Guam, then the contractor shall pay such employee(s) in accordance with the Wage Determination for Guam and the Northern Mariana Islands issued and promulgated by the  U.S.  Department  of  Labor  for  such  labor  as  is  employed  in  the  direct  delivery  of  contract deliverables to the government of Guam.   The Wage Determination most recently issued by the U.S. Department of Labor at the time a contract is awarded to a contractor by the government of Guam shall be used to determine wages, which shall be paid to employees pursuant to this Article. Should any contract contain a renewal clause, then at the time of renewal adjustments, there shall be made stipulations  contained  in  that  contract  for  applying  the  Wage  Determination,  as  required  by  this Article, so that the Wage Determination promulgated by the U.S. Department of Labor on a date most recent to the renewal date shall apply. 

  Benefits Determination per 5 G.C.A. § 5802 (Attachment F‐6).  In addition to the Wage Determination 

detailed in 5 G.C.A. Chapter 5, Article 13, any contract to which 5 G.C.A. Chapter 5, Article 13 applies shall also contain provisions mandating health and similar benefits for employees covered by 5 G.C.A. Chapter 5, Article 13, such benefits having a minimum value as detailed in  the Wage Determination issued and promulgated by the U.S. Department of Labor, and shall contain provisions guaranteeing a minimum of ten (10) paid holidays per annum per employee. 

 3.22  PROHIBITION AGAINST EMPLOYMENT OF SEX OFFENDERS  

Pursuant to 5 G.C.A. § 5253,  (a) No person convicted of a sex offense under the provisions of Chapter 25 of Title 9 Guam Code Annotated, or an offense as defined in Article 2 of Chapter 28, Title 9 GCA in Guam, or an offense  in any jurisdiction which includes, at a minimum, all of the elements of said offenses, or who is listed on the Sex Offender Registry, and who is  employed  by  a  business  contracted  to  perform  services  for  an  agency  or instrumentality  of  the  government  of  Guam,  shall  work  for  his  employer  on  the property of the government of Guam other than a public highway. 

   

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 15

 

  

(b)  All  contracts  for  services  to  agencies  listed  herein  shall  include  the  following provisions:  (1)  warranties  that  no  person  providing  services  on  behalf  of  the contractor has been convicted of a sex offense under the provisions of Chapter 25 of Title  9 GCA or an offense as  defined  in Article 2 of Chapter  28,  Title  9 GCA, or  an offense  in  another  jurisdiction  with,  at  a  minimum,  the  same  elements  as  such offenses,  or who  is  listed  on  the  Sex Offender Registry; and  (2)  that  if  any  person providing services on behalf of the contractor is convicted of a sex offense under the provisions  of  Chapter  25  of  Title  9  GCA  or  an  offense  as  defined  in  Article  2  of Chapter 28, Title 9 GCA or an offense in another jurisdiction with, at a minimum, the same elements as such offenses, or who is  listed on the Sex Offender Registry, that such  person  will  be  immediately  removed  from  working  at  said  agency  and that the administrator of said agency be informed of such within  twenty‐four (24) hours of such conviction. 

 3.23     APPRENTICE TRAINING PROGRAM 

 Pursuant to Executive Order No. 2012‐04, the Contractor shall employ at least one (1) apprentice for every ten (10) workers for the duration of the project, and not less than one (1) apprentice for the project. This requirement may be waived only if GEDA certifies that no apprentice is available. 

 Apprentices employed by the Contractor shall meet the eligibility requirements of Executive Order No. 2012‐ 04. 

 In  lieu of persons enrolled in a  formal apprenticeship program, GEDA may authorize  the Contractor  to employ individuals  who will  be  supervised  and  engaged  in  on‐the‐job  (OTJ)  training.   The  number  of  OTJ  apprentices employed in lieu of a single formal apprentice shall be determined by GEDA depending on the nature and size of the particular project. 

 3.24     BID SAMPLES AND DESCRIPTIVE LITERATURE  Bid samples or descriptive literature should not be submitted unless expressly requested herein.   Regardless of any attempt by a bidder to condition the bid, unsolicited bid samples or descriptive literature that are submitted at the bidder’s risk will not be examined or tested and will not be deemed to vary any of the provisions of this IFB. 

 3.25     MINIMUM WAGES 

 All  persons  employed  on  this  project  shall  be  paid  not  less  than  the  minimum  wage  applicable  to  the corresponding skill or craft as determined by the Department of Labor, Government of Guam. 

    

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 16

 

  

3.26     SUBCONTRACTORS 

 All  subcontractors  are  subject  to  the  approval  of  GEDA.  All  subcontractors  must  be  listed  in  the  attached Designation of  Subcontractor  form.   The bidder  awarded the  contract under  this  IFB  shall  be  responsible  to GEDA for the acts and omissions of all subcontractors or agents and of persons directly or indirectly employed by  such  subcontractors,  and  for  the  acts  and  omissions  of  persons  employed  directly  or  indirectly  by  the winning bidder.   Copies of all subcontractor contracts must be submitted to GEDA within fifteen (15) calendar days  from  contract  signing.    Further,  nothing  contained  within  this  document  or  any  contract  documents created  as  a  result  of  any  contract  awards  derived  from  this  IFB  shall  create  any  contractual  relationships between any subcontractor and GEDA. 

 3.27     TAXES  Bidders are cautioned that they are subject to Guam Business Privilege Taxes and Guam Income Taxes.   Specific information regarding taxes may be obtained from the Department of Revenue and Taxation. 

 3.28     INSURANCE 

 The Bidder shall secure Insurance for the entire project.  The Bidder shall secure all  insurance required by Guam law and such insurance as is set forth in the form contract.   The Contractor shall not allow any subcontractor to commence work on his subcontract until all similar insurance required of the subcontractor has been so obtained and approved.   Approval of the insurance by GEDA shall not relieve or decrease the liability of the Contractor. 

 3.29     CLASSIFICATION OF BIDS AS RESPONSIVE OR NON‐RESPONSIVE  All bids will initially be classified as either “responsive” or “non‐responsive”.  If a proposal is found to be non‐ responsive, it will not be considered further. 

 3.30  FAILURE TO COMPLY WITH INSTRUCTIONS  GEDA may deem non‐responsive and/or may disqualify from further consideration any bids that do not follow the IFB instructions, are difficult to understand, are difficult to read, or are missing any requested information.  3.31  GEDA’S RIGHTS RESERVED  While  GEDA  has  every  intention  to  award  a  contract  as  a  result  of  this  IFB,  issuance  of  the  IFB  in  no  way constitutes  a  commitment  by  GEDA  to  award  and  execute  a  contract.  Upon  a  determination  such  actions would  be  in  its  best  interest  of  GEDA or  the  best  interest of  the Government, GEDA,  in  its  sole  discretion, reserves the right to: 

  Cancel or terminate this IFB in accordance with law and regulation; 

Reject any or all bids received in response to this IFB in the best interests of GEDA and Guam; 

Waive any undesirable, inconsequential, or inconsistent provisions of this IFB which would not have significant impact on any proposal; 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 17

 

  

Waive  any minor informalities  in  the  bids  received,  or  have  them  corrected  by  the  bidder  in accordance with applicable regulations; 

Not award if it is in the best interest of GEDA and/or the Government not to proceed with contract execution; or 

If awarded, terminate any contract if GEDA determines adequate funds are not available. 

 3.32     NONDISCLOSURE OF DATA  In accordance with Guam Procurement Regulations § 3109(l)(3), bidders may identify trade secrets and other proprietary data contained in their bids. GEDA shall examine the bids to determine the validity of any requests for nondisclosure of trade secrets and other proprietary data identified in writing.   If the parties do not agree as to the disclosure of data, GEDA shall  inform the bidder in writing what portion of the bid will be disclosed and that, unless the bidder withdraws the proposal or protests under 5 G.C.A. Chapter 5 Article 9 the bid will be so disclosed. 

 3.33     DEBARMENT  The offeror certifies, by submitting its bid, that neither it nor its principals are presently debarred, suspended, proposed  for  debarment,  declared  ineligible  or  voluntarily  excluded  from  participation  in  this  transaction (contract)  by  any  governmental department or  agency.   If  a  bidder  cannot  certify  this  statement,  include  a written explanation for review by GEDA. 

    

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 18

 

  

SECTION 4:     PROJECT SCOPE  

 

I.          OVERVIEW 

 The  bidder  awarded  the  contract  under  this  IFB  (“Contractor”)  shall  complete  the  construction  of improvements to the pedestrian crosswalks at the DFS Galleria Intersection in Tumon.  Details are provided in the project drawings.      

 The  Project  Scope  is  detailed  in  the  Technical  Documents  included  as  part  of  this  IFB.  The Technical Documents are comprised of the following items: 

 a. Drawings titled CROSSWALKS AT THE DFS GALLERIA INTERSECTION, TUMON prepared by Lyon 

Associates, Inc., 137 Murray Blvd, Suite 203, Hagåtña, Guam and dated October 29, 2015.   

b. Drawings  titled CROSSWALKS AT THE CHAMORRO VILLAGE, HAGATNA prepared by Parsons Brinckerhoff,  Inc.,  590  South  Marine  Corps  Drive,  Suite  421,  Tamuning,  Guam  and  dated November 20, 2015. 

 

c. Technical  Specifications  for  CROSSWALKS  AT  THE  DFS  GALLERIA  INTERSECTION,  TUMON prepared  by  Lyon  Associates,  Inc.,  137 Murray  Blvd,  Suite  203,  Hagåtña,  Guam  and  dated December 7, 2015. 

 II.          PROJECT SCHEDULE 

 Maintaining  the  schedule  for  the  successful  completion  of  the  Project  is  critical.    Bidders  shall  include  in their bid submission a detailed project schedule that incorporates the following milestones and is therefore illustrative of how they intend to meet construction deadlines.   It  is anticipated that the Notice to Proceed will be issued in the first quarter of 2016.  NOTE: The following is subject to change.  

 

MILESTONE:  DEADLINE: 

Project Start    Upon NTP 

Submission of Contractor’s Schedule and Submittals as required by Project Documents  NTP + 7 Calendar Days 

Permits Obtained  NTP + 30 Calendar Days 

Construction Start  NTP + 35 Calendar Days 

Completion of Chamorro Village Crosswalk Work  NTP + 60 Calendar Days 

Substantial Completion Crosswalks at DFS Galleria Intersection, Tumon 

NTP + 110 Calendar Days 

Approved Inspection by Permitting Authorities  NTP + 115 Calendar Days 

Punch List Completion    NTP + 120 Calendar Days 

Close‐Out Documentation Complete    Twenty (20) working days after Punch List Completion

The  above  is  a  tentative  schedule  that  may  be  modified  by  a  “final”  schedule  to  be  issued  by  GEDA. 

Adjustments based on the “final” schedule may affect the Bidder’s schedule.   

 

  

III.  

 Quacomfor 

 

Quaaccincl

 IV.  

 The

CUL

A.

B.

C.

D.

Constru

       QUALITY

ality  contrommunicationquality cont

Func

Conexceplan

Com

 ality      contruracy,  compude a descr

       PERMIT

e Bidder is to

LTURAL RESO

The Contr

provides  f

(hereinaft

laws and r

The Contr

Objects an

Prehistoric

and  adher

required. 

The  Contr

authorized

GEDA  prio

Monitorin

Preservati

with Guam

The  Contr

potential c

following 

uction of Cro

Y CONTROL 

ol  is  the  rens  between trol that mu

ctionality – o

struction – eellent detailins and specif

mpliance with

rol      is      achpleteness,  ciption of the

TTING AND C

o process, ob

OURCES 

ractor’s atte

for  the  pres

er  called  “c

regulations r

ractor shall c

nd Sites. Spe

c and Histor

rence  to  ap

ractor  shall 

d  in Guam. 

or  to  the  s

g, Discovery

ion  Office  r

m law. 

ractor  is  dir

cultural reso

procedures 

osswalks at t

sponsibility GEDA,  the st be addres

operational 

ensuring comng. The Confications. 

h the Techni

hieved      thronsistency eir quality co

LEARANCES 

btain and pa

ntion is dire

servation  of 

cultural  reso

required by t

conform to 

ecific attenti

ric Remains 

pplicable  law

provide  al

The Contrac

start  of  con

y and Data R

equirement

rected  to  c

ources are d

shall be inst

he DFS Galle

of  the  BidPMO, the Cssed by the B

efficiency an

mpleteness otractor shall

ical Docume

ough      a      wand  timelinontrol progra

ay for all per

ected to 21G

potential  h

ources”).  Exp

this contract

the applicab

ion is directe

or Objects o

ws  of  Guam 

l  necessary

ctor shall co

nstruction  o

Recovery Pla

s;  and  perfo

onsult  with

discovered d

tituted: 

eria Intersec

dder.    QuaConstruction Bidder are:

nd maintaina

of the constrl construct t

ents and app

well‐definedess  of  all  iam with the

mits and cle

GCA Real Pro

historical  arc

penses  asso

t will be bor

ble requirem

ed to Sectio

on Governm

as  they  rel

archaeolog

onsult with  t

n  this  proje

an (AMDDRP

orm  monito

  the  Archeo

uring subsu

ction, Tumon

ality  controlManager, a

ability of the

ruction, apphe Project in

plicable build

d      quality   nformation,ir bid.  

arances, as 

operty, CH. 7

chitectural, 

ociated  with

rne by the Co

ments of 21

ns 76112 an

ent Land an

ate  to  the 

gical  service

the Guam S

ect;  comply

P) prepared 

oring  during

ologist  prio

rface excava

n and the Ch

  is  a  teamand  the Bidd

e facility/site

propriately un accordance

ding codes. 

  control      p,  data  and 

applicable. 

76 Historica

archaeologi

h  compliance

ontractor. 

GCA Real Pr

nd 76203. Ex

nd Private La

preservation

es  through 

tate Historic

y  with  the 

by GEDA pe

g  constructio

r  to  excava

ations at the

GEDhamorro Villa

m  effort  reqder.    The pr

e. 

used materiae with the d

process      thdetails.      B

al Objects an

cal,  or  cultu

e  with  cultu

roperty, CH

xcavation an

ands may be

n  of  cultura

an  archaeo

c Preservati

approved  A

r the Guam 

on  to  ensur

ation  work. 

e site of con

DA IFB 15‐003age, Hagatna

Page 19

quiring  clearimary areas

als and esign, 

at      ensuresBidders  mus

nd Sites whic

ural  resourc

ural  resourc

. 76 Historic

nd Removal 

e encountere

al  resources

ologist  that 

on Office an

Archaeologic

State Histor

re  complian

In  the  eve

nstruction, th

3a9

r s 

s   t 

ch 

es 

es 

cal 

of 

ed 

is 

is 

nd 

cal 

ric 

ce 

nt 

he 

 

  

E.

V.   Thecomby G VI.  

 All s

VII. 

Theto tobt All GuaTra

 VIII 

Thegensubwo   

Constru

1. The  C

resou

repre

2. The C

and m

3. The C

result

Route  1  a

significant

Chamorro

in this are

AS‐BUIL

e  Bidder  shmplete set oGEDA. 

      SUBCON

sub‐contract

CODES, 

e  Bidder willthe work. Altained by the

materials anam Departmnsmission &

.      SAFETY 

e  Bidder  shneral descripbcontractorsork. 

uction of Cro

Contractor  s

rces  find 

sentative. 

Contractor’s 

make recomm

Contractor  s

ting from the

adjacent  to 

t historical o

o Village in a

a.  

LT DOCUMEN

all  be  respof record dra

NTRACTORS 

tors/sub‐con

STANDARDS

l  abide  by  all permits, ve Bidder at it

nd work perment  of  Pub& Distribution

PROGRAM 

hall  provide ption  of  thes  must  be  t

osswalks at t

shall  cease 

and  notify 

archaeologis

mendations 

hall  comply 

e discovery o

the  Chamo

objects are  l

ccordance w

NTATION 

onsible  for awings with 

nsultants mu

S, AND GOVE

all  building, isas, certificts own cost.

rformed on lic Works  (Dn Poles Spec

a  safety  pe  safety  protrained  in  t

he DFS Galle

all  construc

the  Guam

st shall asse

to the Guam

with  the  re

of cultural re

rro  Village, 

likely  to occ

with the app

maintainingall field chan

ust be listed

ERNMENTAL

electrical  acations and a 

Route 1  in DPW)  Standcifications. 

program  appgram mustthe  requirem

eria Intersec

ction  operat

m  Economi

ss the value 

m State Histo

equirements

esources at t

in  Hagåtña 

cur.   The Co

proved AMD

g  as‐built  dnges recorde

 in the Desig

L REGULATIO

nd  safety  coauthorizatio

the vicinity ard  Drawing

propriate  fobe  providedments  of  th

ction, Tumon

tions  at  the

c  Developm

 of these po

oric Preserva

s of  the Gua

the construc

has  been  d

ntractor sha

DRP.  See th

rawings.  Thed and inco

gnation of Su

ONS 

odes  and  aons required

of Chamorrgs,  and  GPA

or  the  Projed with  the  bhe  safety  pr

n and the Ch

e  location  o

ment  Autho

otential cultu

ation Office.

am State His

ction site. 

determined 

all perform 

he Plans for 

he  bidder  srporated in 

ubcontracto

ll  applicabled for executi

ro Village shA  standard  s

ect  prior  tobid.   The  Birogram  prio

GEDhamorro Villa

of  such  pote

ority  or  it

ural resource

storic Prese

to  be  a  sit

all work  in  t

other work 

hall  deliver a CAD form

ors form.  

e  legislationion of the w

hall be  in acspecification

o  work  comidder,  its  emor  to  comm

DA IFB 15‐003age, Hagatna

Page 20

ential  cultur

s  designate

es and consu

rvation Offi

e  area  whe

the vicinity 

requiremen

to  GEDA  amat approved

with regardwork shall be

ccordance  ton  No.  E‐035

mmencing. mployees anmencement  o

3a0

ral 

ed 

ult 

ce 

re 

of 

nts 

a d 

d e 

o : 

A nd of 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 21

 

  

IX.         COORDINATION OF THE WORK 

 The Bidder shall designate a single point of contact to act as a liaison with GEDA and the PMO.   The Bidder shall  review  the  Technical  Documents  for  the  Project.    Project  tracking  is  to  be  accomplished  utilizing scheduling software acceptable to GEDA.  Weekly status meetings shall be conducted with the Construction Manager  and  GEDA  to  update  project  status,  discuss  open  issues  and  review  potential  change  orders.  Participation in these meetings by the Bidder is mandatory. 

 X.       RESERVED   XI.       JOBSITE CRITERIA AND REQUIREMENTS  a.    The Bidder shall provide dimensioned layout drawings for the purpose of precisely locating all work to be performed.  b.   The Bidder’s employees, including any subcontractor personnel, shall have completed all specified jobsite safety training prescribed herein, with verification by the Construction Manager, prior to being granted access to the project site and facility. 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 22

 

  

ATTACHMENT A:  BID FORM  

 

Instructions  

1. This bid price proposal in duplicate shall be submitted to the Guam Economic Development Authority located at: 

                    ITC Building Suite 511 590 South Marine Corps Drive Tamuning, Guam 

 During normal business hours and no later than the Bid Submission Deadline set forth in the Schedule of Events.  Bids will be publicly opened on the Bid Opening date. 

 2.   This bid price proposal shall be submitted in a sealed envelope marked with the bidder's name, IFB 

number and name, and the time, date and place of bid opening. 

 3.   Bidders are required to bid on all items in the Bid Schedules.  Failure to bid on all items in the Bid 

Schedules may result in rejection of the Bid as non‐responsive. 

 4.   Included in the bid price proposal envelope shall be the bid security as referenced and required in this IFB. 

 5.   If  the bids are for  the same total amount,  the Guam Economic Development Authority Administrator has 

the authority to award the bid to any one of the bidders by drawing lots in public. 

 6.  Bidders are reminded that the bid form must be completed entirely in ink and to include both written and 

numeric bid price which must be identical.  In the event that there is a difference, the written bid price will control over the numeric bid price. 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 23

 

  

 

GUAM ECONOMIC DEVELOPMENT AUTHORITY INVITATION FOR BID NO. 15‐003 

 FOR THE CONSTRUCTION OF CROSSWALKS AT THE DFS GALLERIA INTERSECTION, TUMON AND THE 

CHAMORRO VILLAGE, HAGATNA  

BID    

To:        Administrator Guam Economic Development Authority 

   

Dear Sir: 

 The undersigned (hereinafter called the “Bidder” or “the undersigned”) hereby proposes and agrees to furnish all necessary labor, materials, supervision, facilities, equipment, tools, services, cost and expenses required for the FOR THE CONSTRUCTION OF CROSSWALKS AT THE DFS GALLERIA INTERSECTION, TUMON AND THE CHAMORRO VILLAGE, HAGATNA, as called for in Guam Economic Development Authority’s (“GEDA”) Invitation For Bid No. 15‐003 (the  “IFB”),  all  in  accordance with  the technical  documents prepared for GEDA by  Lyon Associates, Inc., and Par sons  Br inckerhof f ,  Inc . ,   and  other contract documents for the total firm fixed (lump sum) bid price of: 

 TOTAL BASE BID AMOUNT 

 

  

United States Dollars (Base Bid Amount in words) 

 ($  ), 

    

plus any and all sums to be added and/or deducted resulting from all extra and/or omitted work in accordance with the firm fixed (lump sum) prices stated in the Bid Options that follow.

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 24

 

  

BID SCHEDULE 

Bidder will complete the work for the following price(s): 

BASE BID 

The Base Bid shall include all work for the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna in accordance with the Technical Specifications and Drawings T‐01, C‐01, C‐02, C‐03, C‐04, C‐05, C‐06, C‐07, C‐08, E‐01, E‐02, E‐03 and P‐01. 

Bid Item  Description  Bid Amount 

01 General Conditions – Crosswalks at DFS Galleria Intersections, Tumon 

02 General Construction ‐ Crosswalks at DFS Galleria Intersections, Tumon 

03 Electrical Construction – Crosswalks at DFS Galleria Intersections, Tumon 

04 General Conditions – Chamorro Village Crosswalk, Hagatna 

05 Construction ‐ Chamorro Village, Hagatna 

TOTAL BASE BID AMOUNT:  $ 

(Write Total Base Bid Amount in Words) 

OPTION NO. 1 

The OPTION NO. 1 Bid shall include all work for the DFS Galleria Intersection, Tumon in accordance with the Technical Specifications and Drawings, including the work “By Others” on Drawing C‐02, @ Location 3. 

Bid Item  Description  Bid Amount 

06 Demolish and Remove Existing Wall by others 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 25

 

  

07 Demolish & Remove Existing Curb Ramp with Railings and Provide New Planters by others 

TOTAL OPTION NO. 1 BID AMOUNT:  $ 

(Write Total Base Bid Amount in Words) 

   

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 26

 

  

Bid Price(s) above shall include gross receipt taxes. 

 The Bid Security, enclosed, without endorsement, in the sum of not less than fifteen percent (15%) of the total Base Bid Amount, is furnished to GEDA as a guarantee that the bidder shall not withdraw its bid for a period of ninety  (90)  calendar days after  the scheduled deadline  for  the submission of  bids;  that  if  the bidder’s bid  is accepted  by  GEDA,  the  bidder  will  enter  into  a  formal  contract  with  GEDA  in  accordance  with  the  form contract included as part of the IFB and provide the required payment and performance bonds.   In the event of the withdrawal of said bid within said ninety (90) day period or, in the event of the failure to enter into said contract  and  provide  the  required  performance  and  payment  bonds  within  fifteen  (15)  calendar  days  of receipt  of  notice  of  acceptance  of  said  bid,  or  such  further  time  as  may  be  allowed  in  writing  by  the Administrator  of  GEDA,  the  bidder  shall  be  liable  to  GEDA  for  the  full  amount  of  the  bid  security  as representing the  damage  to GEDA  for  the  delay  and  additional work  and  costs  caused  thereby  in  obtaining another bidder, said amount being beforehand determined as reasonable and containing no penalties. 

 The undersigned declares that it has carefully and thoroughly examined the location of and conditions at the site of the proposed work, the drawings, specifications and other contract documents and is familiar with the nature and extent of the work that is to be performed. 

 If written notice of the acceptance of this bid or a Notice of Intent to Award is mailed, telegraphed or delivered to the undersigned within ninety (90) calendar days after the scheduled deadline  for  the submission of bids, the undersigned agrees to execute  the  form  of  agreement  (formal  contract),  and  to  furnish  a  performance bond  and  a  payment bond each in an amount equal to one hundred percent (100%) of the contract amount within fifteen (15) calendar days after receipt of such notice, or such further time as may be allowed in writing by the Administrator of GEDA. 

 If awarded the contract, the undersigned agrees to complete specific  items of work at dates as stated in  the contract and the entire work within the specified calendar days of the commencement of the contract time as defined in the contract documents. 

 The undersigned understands that GEDA reserves the right to reject any or all bids or to waive any informality or technicality in any bid in the interest of GEDA and/or the government of Guam. 

 The undersigned hereby acknowledges receipt of the following addenda (insert number and date of each): 

ADDENDUM NO.  DATE    

   

   

   

 The  undersigned  certifies,  by  submission  of  this  bid  or  acceptance  of  this  contract,  that  neither  it  nor  its principals  is  presently  debarred,  suspended,  proposed  for  debarment,  declared  ineligible,  or  voluntarily 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 27

 

  

excluded from participation in this transaction by any local or federal department or agency. It further agrees by  submitting  this  bid  that  it  will  include  this  clause  without  modification  in  all  lower  tier  transactions, solicitations, proposals, contracts, and subcontracts, if any.   If the undersigned or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this bid. 

 By signing  this bid,  the undersigned represents that  it has not violated,  is not violating, and promises  that  it will  not  violate  the  prohibition  against  gratuities  and  kickbacks  set  forth  in  5  G.C.A.  §  5630  (Gratuities  and Kickbacks) of the Guam Procurement Law. 

 By signing this bid, the undersigned represents that it has not knowingly influenced, and promises that it will not knowingly influence, a government employee to breach any of the ethical standards set forth in Article 11 (Ethics in Public Contracting) of the Guam Procurement Law and in Chapter 11 of Division 4 of Title 2 of Guam Administrative Rules and Regulations. 

 The  undersigned warrants  that  it  has  not  employed  any  person  to  solicit  or  secure  this  contract  upon  any agreement  for  a  commission,  percentage,  brokerage,  or  contingent  fee.   Breach  of  this  warranty  shall  give GEDA  the  right  to  terminate  the  contract  or,  as  consideration,  deduct  the  amount  of  such  commission, percentage brokerage or contingent fee from the contract price.  This warranty shall not apply to commissions payable  by  contractors  upon  or  sales  secured or made  through  bona  fide  established  commercial or  selling agencies maintained by the contractor for the purpose of securing business. 

 The undersigned  certifies  that  the price  in  the bid was derived at without  collusion,  and  acknowledges  that collusion and anti‐competitive practices are prohibited by  law.   Violations will be subject to the provisions of the Guam Procurement Law and Regulations.  Other existing civil, criminal or administrative remedies are not impaired and may be in addition to the remedies in the Government Procurement Law and Regulations. 

 

The  undersigned  shall  not  discriminate  against  any  employee or  applicant  for  employment because of  race, color, religion, sex, or national origin.   The undersigned will take affirmative action to ensure that employees are treated equally during employment without regards to their race, color, religion, sex, or national origin. 

 

RESPECTFULLY SUBMITTED: (type & sign in ink) 

  

Date:  

 

Name of Bidder:  

 

By:  

 

Name:  

 

Title:  

 NOTE: If bidder is a CORPORATION OR LIMITED LIABILITY COMPANY, the legal name of the corporation or LLC shall be set forth above, together with the signature(s) of the officer(s) authorized to sign contracts on behalf of the corporation/LLC.  Please attach to this page evidence of the authority of the officer(s) to sign on behalf 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 28

 

  

of the corporation/LLC.  If Bidder is PARTNERSHIP, the true name of the firm shall be set forth above, together with  the  signature(s)  of  the  partner(s)  authorized  to  sign  on  behalf  of  the  partnership.      If  bidder  is  an INDIVIDUAL,  his  signature  shall  be  placed  above.      If  signature  is  by  an  agent,  other  than  an  officer  of  a corporation/LLC or member of a partnership, a POWER OF ATTORNEY must be on file with GEDA prior to the opening  of   the  bid  or  submitted  with  the  bid;  otherwise,  the  bid  may  be  rejected  as   irregular  and unauthorized. 

 Business Address:   

Physical Address:   

Business Telephone:   

 If your firm receives a contract as a result of this Solicitation, please designate a person whom we may contact for prompt administration. 

 

  

Name:  

Title:  

 

Address:  

Telephone: 

 

Email:  

Facsimile:  

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 29

 

  

ATTACHMENT B:  BID BOND  

 

Notice to all bidders  

1.   If bidder elects to provide  its bid security in  the form of a bid bond,  the  form on  the following page 

must be executed and returned in the sealed envelope containing the price bid. 

2.   A bid bond, submitted as bid security, without signatures and supporting documents is invalid and the 

accompanying price bid will be rejected. 

  Notice to all Insurance and Bonding Institutions 

 

1.   This Bid Bond requires the signatures of the bidder, two (2) major officers of the Surety, and Resident  

General Agent.  

2.   When the form is submitted it should be accompanied with copies of all of the following:  

a.   Current Certificate of Authority to do business on Guam issued by the Department of Revenue 

and Taxation; 

b.   Power of Attorney issued by the Surety to the Resident General Agent; and  

c.    Power of Attorney issued by two (2) major officers of the Surety to whoever is signing on their 

behalf. 

 

      

Bid Bond form follows 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 30

 

  

BID BOND   

KNOW  ALL  MEN  BY  THESE  PRESENTS  that  ,  as  Principal 

(bidder),   hereinafter   called   “Principal,”   and   ,   as   Surety 

(Bonding Company), duly authorized to transact business on Guam, hereinafter called “Surety,” are held firmly 

bound  unto        the        Guam        Economic        Development        Authority        for        the        sum        of 

Dollars (US $  ),       for       the  

payment of which  sum will  and  truly  be made, we,  the  said  Principal  and  Surety, bind  ourselves,  our  heirs, 

executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. 

 

WHEREAS,  Principal  has  submitted  a  price  bid  for  GUAM  ECONOMIC  DEVELOPMENT  AUTHORITY’S (“GEDA”)  INVITATION  FOR  BID  NO.  15‐003  FOR  THE  CONSTRUCTION  OF  CROSSWALKS  AT  THE  DFS GALLERIA INTERSECTION, TUMON AND THE CHAMORRO VILLAGE, HAGATNA (the “IFB”).  

NOW, THEREFORE,  if GEDA shall accept the bid of Principal,  and Principal  shall  not withdraw said bid within 

ninety  (90)  calendar days after the scheduled deadline  for  the submission of bids and, Principal  shall, within 

fifteen (15) calendar days of receipt of notice of acceptance of said bid, or such further time as may be allowed 

in writing by the Administrator of GEDA, enter into a contract with GEDA and/or the Government of Guam in 

accordance with the terms of such bid and the form contract included as part of the IFB, and give such bond or 

bonds  as may be  specified  in  the  IFB or  contract documents with  good  and  sufficient  surety  for  the  faithful 

performance of such contract and for the prompt payment of labor and materials furnished in the prosecution 

thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the 

Principal shall pay to GEDA the difference not to exceed the penalty hereof between the amounts specified in 

said  bid  and  such  larger amount  for which GEDA may  in  good  faith  contract with  another  party  to  perform 

work covered by said bid or an appropriate liquidated amount as specified in the IFB then this obligation shall 

be null and void, otherwise to remain in full force and effect.  

    

[Rest of this page left intentionally blank. Signatures follow.] 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 31

 

  

Signed and sealed this  day of  , 2015.     

PRINCIPAL:  Witness: 

 By: 

Name:  Name:  Title:  Title:    

 

MAJOR OFFICER OF SURETY 

 By: 

Witness: MAJOR OFFICER OF SURETY 

Name:  Name:  Title:  Title: 

 

 

RESIDENTIAL GENERAL AGENT By: 

Name: 

Title:  

  

[Signature Page for Bid Bond] 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 32

 

  

ATTACHMENT C:  BIDDER QUALIFICATION STATEMENT  

 

Bidders must submit this Bidder Qualification Statement with their sealed bids.   Failure to do so will result in the bidder being determined non‐responsive whereby the bidder will be disqualified.  1.  Bidder Information 

Name of Bidder: Address: 

Point of Contact: Name: 

Address:  Email: 

Phone No:  Fax No: 

 2.  Company Overview 

 Type of firm: State  whether  offeror  is  a corporation,  partnership, sole  proprietorship,  joint venture, etc. Provide  a  certificate  of  good standing  from  the  state  or territory of formation.               Year  firm  established: Indicate the number of years bidder  has  been  in  business under  its  present  business name: 

Other  firm  names.    Indicate all  other  names  by  which offeror  has  been  known  and the  length of  time known by each name: 

   

Participating  branch  offices. If    applicable,    state  the branch  offices  that  will participate  in  the  conduct  of any  services  provided  (office name  and  address).      If  not applicable,         please         so 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 33

 

  

indicate:    

Number  of  Employees. Indicate  the  number  of  full‐ time  personnel  employed  by the  bidder  in  the  last  twelve (12) months: 

         

 3.          Qualifications of Offeror 

 Client  list and work.   Bidders must  provide  the  following  information  regarding  representative work  for  other clients.   .   Information  provided  on  representative work  should  reflect  completed  projects  of  similar  size  and scope to this IFB.   Bidders may provide no more than five (5) supporting images (each labeled per Project ID for appropriate identification) for each of the current projects in progress and/or projects completed within the last three to five years. 

 Project ID  01 Name of Project   

Owner   

Project Commencement Date 

 

Project Completion Date 

 

Location   

Project Scope   

   

   

Your Role (Prime or Subcontractor) 

 

Value of Your Contract Amount 

 

 

 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 34

 

  

 

Project ID  02 Name of Project   

Owner   

Project Commencement Date 

 

Project Completion Date 

 

Location   

Project Scope   

   

   

Your Role (Prime or Subcontractor) 

 

Value of Your Contract Amount 

 

 Project ID  03 Name of Project   

Owner   

Project Commencement Date 

 

Project Completion Date 

 

Location   

Project Scope   

   

   

Your Role (Prime or Subcontractor) 

 

Value of Your Contract Amount 

 

 

 

GEDA IFB 15‐003Construction of Crosswalks at the DFS Galleria Intersection, Tumon and the Chamorro Village, Hagatna

Page 35

 

  

 

Project ID  04 Name of Project   

Owner   

Project Commencement Date 

 

Project Completion Date 

 

Location   

Project Scope   

   

   

Your Role (Prime or Subcontractor) 

 

Value of Your Contract Amount 

 

 Project ID  05 Name of Project   

Owner   

Project Commencement Date 

 

Project Completion Date 

 

Location   

Project Scope   

   

   

Your Role (Prime or Subcontractor) 

 

Value of Your Contract Amount 

 

 Project Manager.   The Project Manager will be the primary point of contact for the services provided under the contract.   The  Project Manager  shall  possess  the  following  qualifications:  hands‐on management skills, strong leadership skills, great interpersonal skills, demonstrated full‐time experience as a project manager on projects of similar  size  and  scope;  demonstrated  technical  competency on  construction  techniques;  superb aptitude for teamwork; ability to manage and work with multi‐disciplinary teams; outstanding communication skills, oral and written; excellent organization skills;  excellent record keeping ability;  demonstrated ability  to adhere to project budget; demonstrated ability to adhere to project schedule. 

 a.  Identify the proposed Project Manager:

i.  Provide his/her resume with the sealed bid 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

36

 

  

ii.  Explain  why  this  person  has  been  selected  as  Project  Manager.  Information provided should substantiate the required qualifications delineated above. 

 

                                     

b.  Identify the Site Superintendent:  i.  Provide his/her resume with the sealed bid 

 c.  Identify the Safety Officer for this project: 

i.  Provide his/her resume with the sealed bid 

 Key  Personnel.   Provide  the  name(s),  resumes,  and  the  role  of  each  key  personnel  assigned  to  perform  the services under  this  IFB.   Present an  organizational  chart  identifying  the  relationships  and  duties  of  both  the corporate staff and all proposed management and staff  to be assigned to assist with  the services under  this IFB. 

 Name  Role   

   

   

   

   

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

37

 

  

 

Name  Role   

 4.  References 

 Bidder  shall provide a minimum of  three (3)  references, to  include  references to which offeror has provided services similar  to those solicited  in this  IFB.   The references may include government agencies to whom the offeror, preferably within the last 5 years, has provided services.  These references may be contacted to verify offeror’s  ability  to  perform  the  contract.      GEDA  reserves  the  right  to  use  any  information  or  additional references deemed necessary to establish the ability of the offeror to perform the conditions of the contract. Negative  references may  result  in  the  bidder  being  determined non‐responsible  whereby  the  bidder will  be disqualified. 

 Reference Name  Contact  Person Name,

phone  number,  email address 

Description   of    services    provided/date   servicesprovided/statement whether project was completed within  budget  and  on  schedule/total  value  of  the contract/percentage of change orders 

     

     

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

38

 

  

 

Reference Name  Contact  Person Name,phone  number,  email address 

Description   of    services    provided/date   servicesprovided/statement whether project was completed within  budget  and  on  schedule/total  value  of  the contract/percentage of change orders 

     

     

     

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

39

 

  

5.          Qualification to do Business 

 Bidders must be licensed to do business on Guam at the time of bid submission.  Bidders shall submit a copy of its and/or  its subcontractors’ current Guam licenses authorizing  it and/or  its subcontractors to conduct business on Guam and provide the services solicited under this IFB, including, but not limited to, any required license(s) issued by the Guam Contractor’s License Board.  Failure to submit all required licenses and certifications at the time of bid submission shall result in the bid being classified non‐responsive whereby the bidder will be disqualified.  

 Types of Licenses.  Indicate the types of Guam Contractor’s licenses held by bidder: 

 [ ]          A           [ ]          B           [ ]          C           [ ] Other (please specify)   

      

Types of Licenses.  Indicate the types of PEALS Certificate of Authorizations (COAs) held by bidder: 

 [ ] Architectural  [ ] Electrical  [ ] Structural   [ ] Civil   [ ] Geotechnical [ ] Other (please specify) 

       6.          Other matters 

 Affirmative  Action.    Have  you  (bidder)  established  and  implemented  an  Affirmative  Action  Plan  for  equal employment opportunities? 

 [ ] Yes  [ ] No 

 Conflicts  of  Interest.   Do  you  have  any  current  or  historical  engagement or  relationships with  any  public  or private party that could potentially create a conflict of interest with GEDA, the Government of Guam or any of its agencies or instrumentalities? 

 [ ] Yes  [ ] No 

 If yes, please provide further explanation on a separate sheet. 

Contracts.  Have you at any time failed to complete a contract? 

[ ] Yes  [ ] No 

 If yes, please provide further explanation on a separate sheet. 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

40

 

  

Lawsuits.  Are there any judgments, claims, or suits pending or outstanding against you? 

[ ] Yes  [ ] No 

If yes, please provide further explanation on a separate sheet. 

 Bidder is submitting the information requested with the understanding that it is for GEDA’s use only to assist in determining whether the bidder is a responsible bidder and qualified to perform the type and magnitude of the work solicited.  All references named herein, or any other person, firm, or corporation with whom bidder has  done  business,  or  who  has  extended  credit  to  bidder,  is  hereby  authorized  to  furnish  to  GEDA  any information  GEDA  may  request  concerning  bidder,  including,  but  not  limited  to,  information  concerning performance on previous work or  credit standing.   Bidder hereby releases any and all  such parties  from any legal responsibility of having furnished such information to GEDA. 

 I  declare  under  penalty  of  perjury  that  the  foregoing  information  is  true  and  correct  to  the  best  of  my knowledge and belief. 

Bidder Name: 

By: 

Name: Title: 

Date: 

 

 

 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

41

 

  

ATTACHMENT D:  BIDDER FINANCIAL STATEMENT  

 

Bidders must submit this Financial Statement covering their most recently completed full fiscal year with their sealed bids.  Failure to do so will result in the bidder being determined non‐responsive whereby the bidder will be disqualified.  Bidders may designate this statement as confidential. 

 Name of Bidder: 

 

Current Assets  $ Fixed Assets (Depreciated)  $Other Assets  $

TOTAL ASSETS  $ 

Current Liabilities  $ Long Term Liabilities  $

TOTAL LIABILITIES  $  

NET WORTH  $     

Prepared by (Name and Title):   I declare under penalty of perjury that the foregoing is true and correct to the best of my information and belief. 

   

Bidder Name:   By:  Name:  Title:    Date:  

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

42

 

  

ATTACHMENT E:  DESIGNATION OF SUBCONTRACTORS    

The following are the names of each subcontractor who will perform work or  labor or render service to the bidder under this IFB. 

 Name  Address/Phone No.  Project Work to be 

Performed Guam License Type 

and No. Value of

Subcontracted Work

         

         

         

         

         

         

         

         

         

         

         

 7.  Qualifications of Subcontractors 

 Client  list  and work.   Bidders must  provide  the  following  information  for  their  subcontractors’  representative work.  Information provided on subcontractors’ representative work should reflect projects completed that are of similar size and scope to this IFB.   Bidders may provide no more than five (5) supporting images (each labeled per Project ID for appropriate  identification)  for each of the current projects in progress and/or projects completed within the last three to five years. 

 Project ID and Subcontractor Name 

Sub‐01 

Name of Project   

Owner   

Project Commencement Date 

 

Project Completion Date 

 

Location   

Project Scope   

   

   

Subcontractors’ Role   

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

43

 

  

 

on this project (Prime or Subcontractor) 

 

Value of Your Contract Amount 

 

 Project ID  Sub‐02 

Name of Project   

Owner   

Project Commencement Date 

 

Project Completion Date 

 

Location   

Project Scope   

   

   

Subcontractors’ Role on this project (Prime or Subcontractor) 

 

Value of Your Contract Amount 

 

 Project ID  Sub‐03 Name of Project   

Owner   

Project Commencement Date 

 

Project Completion Date 

 

Location   

Project Scope   

   

   

Subcontractors’ Role on this project (Prime or Subcontractor) 

 

Value of Your Contract Amount 

 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

44

 

  

 

Project ID  Sub‐04 Name of Project   

Owner   

Project Commencement Date 

 

Project Completion Date 

 

Location   

Project Scope   

   

   

Subcontractors’ Role on this project (Prime or Subcontractor) 

 

Value of Your Contract Amount 

 

 Project ID  Sub‐05 Name of Project   

Owner   

Project Commencement Date 

 

Project Completion Date 

 

Location   

Project Scope   

   

   

Subcontractors’ Role on this project (Prime or Subcontractor) 

 

Value of Your Contract Amount 

 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

45

 

  

ATTACHMENT F‐1:  MAJOR SHAREHOLDERS DISCLOSURE AFFIDAVIT  

 

CITY OF  ) ) ss. 

) [state] 

A. I, the undersigned, being first duly sworn, depose and say that I am an authorized representative of the offeror and that [please check only one]: 

 

[ ]  The offeror is an individual or sole proprietor and owns the entire (100%) interest in the offering business. 

 

[ ]  The offeror is a corporation, partnership, joint venture, or association known as [please state 

name of offeror company], and the persons, companies, partners, or joint venturers who have 

held more than 10% of the shares or interest in the offering business during the 365 days 

immediately preceding the submission date of the proposal are as follows [if none, please so 

state]: 

Name  Address   % of Interest       

B. Further,  I  say  that  the  persons  who  have  received  or  are  entitled  to  receive  a  commission, gratuity or other compensation for procuring or assisting  in obtaining business related to the bid or proposal for which this affidavit is submitted are as follows [if none, please so state]: 

 

Name  Address   Compensation    

C. If the ownership of the offering business should change between the time this affidavit is made and  the  time  an  award  is  made  or  a  contract  is  entered  into,  then  I  promise  personally  to  update  the disclosure required by 5 GCA §5233 by delivering another affidavit to the government. 

    

    

Subscribed and sworn to before me this  day of  , 2015 

Signature of one of the following: Offeror, if the offeror is an individual: Partner, if the offeror is a partnership; Officer, if the offeror is a corporation. 

   

NOTARY PUBLIC My commission expires: 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

46

 

  

ATTACHMENT F‐2:  NON‐COLLUSION AFFIDAVIT  

 

CITY OF  ) ) ss. 

) [state] 

  [state name of affiant signing below], being first duly sworn, 

deposes and says that: 

 1.  The name of the offering company or individual is [state name of company] 

 2.          The proposal  for  the solicitation  identified above  is  genuine and not  collusive or a  sham. The 

offeror  has  not  colluded,  conspired,  connived  or  agreed,  directly  or  indirectly,  with  any  other  offeror  or person,  to  put  in  a  sham  proposal  or  to  refrain  from making  an  offer.  The  offeror  has  not  in  any manner, directly or indirectly, sought by an agreement or collusion, or communication or conference, with any person to fix the proposal price of offeror or of any other offeror, or to fix any overhead, profit or cost element of said proposal price, or of that of any other offeror, or to secure any advantage against the government of Guam or any other offeror, or to secure any advantage against the government of Guam or any person interested in the proposed contract. All statements in this affidavit and in the proposal are true to the best of the knowledge of the undersigned. This statement is made pursuant to 2 GAR Division 4 § 3126(b). 

 3.  I make this statement on behalf of myself as a representative of the offeror, and on behalf of 

the offeror’s officers, representatives, agents, subcontractors, and employees.    

 Signature of one of the following: 

Offeror, if the offeror is an individual Partner, if the offeror is a partnership: Officer, if the offeror is a corporation. 

 Subscribed and sworn to before me this  day of  , 2015 

   

NOTARY PUBLIC My commission expires: 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

47

 

  

ATTACHMENT F‐3:  NON‐GRATUITY AFFIDAVIT  

 

CITY OF  ) ) ss. 

) [state] 

 1.  The name of the offering firm or individual is [state name of offeror] 

.  Affiant is  [state one of the following: the offeror, a partner of the offeror, an officer of the offeror] making the foregoing identified bid or proposal. 

 2.            To   the   best   of   affiant’s   knowledge,   neither   affiant,   nor   any   of   the   offeror’s   officers, 

representatives,  agents,  subcontractors,  or  employees  have  violated,  are  violating  the  prohibition  against gratuities  and  kickbacks  set  forth  in  2  GAR  Division  4  §  11107(e).  Further,  affiant  promises,  on  behalf  of offeror,  not  to  violate  the  prohibition  against  gratuities  and  kickbacks  as  set  forth  in  2  GAR  Division  4  § 11107(e). 

 3.            To   the   best   of   affiant’s   knowledge,   neither   affiant,   nor   any   of   the   offeror’s   officers, 

representatives, agents, subcontractors, or employees have offered, given or agreed to give, any government of  Guam  employee  or  former  government  employee,  any  payment,  gift,  kickback,  gratuity  or  offer  of employment in connection with the offerors proposal. 

 4.             I make these statements on behalf of myself as a representative of the offeror, and on behalf of 

the offeror’s officers, representatives, agents, subcontractors, and employees.    

 Signature of one of the following: 

Offeror, if the offeror is an individual: Partner, if the offeror is a partnership; Officer, if the offeror is a corporation. 

 

 

Subscribed and sworn to before me this  day of  , 2015 

   

NOTARY PUBLIC My commission expires: 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

48

 

  

ATTACHMENT F‐4:  AFFIDAVIT REGARDING CONTINGENT FEES  

 

CITY OF  ) ) ss. 

ISLAND OF GUAM  ) [state] 

  [state name of affiant signing below], being first duly sworn, 

deposes and says that: 

 1. The name of the offering company or individual is [state name of company] 

 2. As a part of  the offering company’s bid or proposal,  to  the best of my knowledge, the 

offering  company has not  retained any person or  agency on  a  percentage, commission,  or other contingent arrangement to secure this contract. This statement is made pursuant to 2 GAR Division 4 111 08(f). 

 3. As a part of  the offering company’s bid or proposal,  to  the best of my knowledge, the 

offering company has not retained a person to solicit or secure a contract with the government of Guam upon an  agreement  or  understanding  for  a  commission,  percentage,  brokerage,  or  contingent  fee,  except  for retention  of  bona  fide  employees  or  bona  fide  established  commercial  selling  agencies  for  the  purpose  of securing business. This statement is made pursuant to 2 GAR Division 4 111 08(h). 

 4. I make these statements on behalf of myself as a representative of the offeror, and on 

behalf of the offeror’s officers, representatives, agents, subcontractors, and employees.    

 Signature of one of the following: 

Offeror, if the offeror is an individual; Partner, if the offeror is a partnership; Officer, if the offeror is a corporation. 

 Subscribed and sworn to before me this  day of  , 2015 

   

NOTARY PUBLIC My commission expires: 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

49

 

  

ATTACHMENT F‐5:  ETHICAL STANDARDS AFFIDAVIT    

CITY OF  ) ) ss. 

) [state] 

  [state  name  of  affiant  signing  below],  being  first  duly  sworn, 

deposes and says that: 

 The affiant is  [state one of the following: the offeror, a partner of 

the offeror, an officer of the offeror] making the foregoing  identified bid or proposal. To the best of affiant’s knowledge, neither affiant  nor  any  officers,  representatives, agents,  subcontractors  or  employees of  offeror have  knowingly  influenced  any  government of  Guam  employee  to  breach  any  of  the  ethical  standards  set forth  in  5  GCA  Chapter  5,  Article  II.  Further,  affiant  promises  that  neither  he  or  she,  nor  any  officer, representative,  agent,  subcontractor,  or  employee  of  offeror  will  knowingly  influence  any  government  of Guam employee to breach any ethical standards set forth in 5 GCA Chapters, Article 11. These statements are 

made pursuant to 2 GAR Division 4 § 11103 (b).    

 Signature of one of the following: 

Offeror, if the offeror is an individual Partner, if the offeror is a partnership Officer, if the offeror is a corporation. 

   

Subscribed and sworn to before me this  day of  , 2015 

   

NOTARY PUBLIC My commission expires: 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

50

 

  

ATTACMENT F‐6:  DECLARATION REGARDING COMPLIANCE WITH U.S. DOL WAGE and BENEFITS DETERMINATION and 

U.S. DOL WAGE DETERMINATION NO. 2005‐2147 (Revised 06/19/2013) and COMMON CONSTRUCTION PREVAILING WAGE RATES FOR GUAM (10/06/08) 

 Procurement No.:  Name of Offeror Company:   

I,  hereby certify under penalty of perjury:  

(1) That I am  [please select one: the offeror, a partner of the offeror, an officer of the offeror] making the bid or proposal in the foregoing identified procurement; 

(2) That I have read and understand the provisions of 5 GCA § 5801 and § 5802 which read:  

§ 5801. Wage Determination Established. In  such  cases  where  the  government  of  Guam  enters  into  contractual  arrangements  with  a  sole proprietorship,  a  partnership  or  a  corporation  (“contractor”)  for  the  provision  of  a  service  to  the government of Guam, and  in such cases where the contractor employs a person(s) whose purpose,  in whole  or  in  part,  is  the  direct  delivery  of  service  contracted  by  the  government  of  Guam,  then  the contractor shall  pay  such employee(s) in  accordance with  the Wage Determination  for Guam and  the Northern Mariana Islands issued and promulgated by the U.S. Department of Labor for such labor as is employed in the direct delivery of contract deliverables to the government of Guam. 

 The Wage Determination most recently issued by the U.S. Department of Labor at the time a contract is awarded to a contractor by the government of Guam shall be used to determine wages, which shall be paid  to employees pursuant  to  this Article. Should any  contract contain a  renewal clause, then at  the time of  renewal adjustments,  there shall be made stipulations  contained  in  that  contract for  applying the Wage Determination, as  required by  this Article, so that  the Wage Determination promulgated by the U.S. Department of Labor on a date most recent to the renewal date shall apply. 

 § 5802. Benefits. In addition to the Wage Determination detailed in this Article, any contract to which this Article applies shall  also  contain  provisions  mandating  health  and  similar  benefits  for  employees  covered  by  this Article,  such  benefits  having  a  minimum  value  as  detailed  in  the  Wage  Determination  issued  and promulgated  by  the U.S.  Department of  Labor,  and  shall  contain  provisions  guaranteeing a minimum often (10) paid holidays per annum per employee. 

 (3) That the offeror is in full compliance with 5 GCA § 5801 and § 5802, as may be applicable to the 

procurement referenced herein; (4) That I have attached the most recent wage determination applicable to Guam issued by the 

U.S. Department of Labor. [INSTRUCTIONS ‐ Please attach the most recent wage determination applicable to Guam to this executed declaration when submitting as part of bid.] 

    

Signature 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

51

 

  

 WD 05-2147 (Rev.-15) was first posted on www.wdol.gov on 06/25/2013 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER

THE SERVICE CONTRACT ACT By direction of the Secretary of Labor

U.S. DEFARTMENT OF LABOR EMFLOYMENT STANDARDS ADMINISTRATION

WAGE AND HOUR DIVISION WASHINGTON D.C. 20210

    

Diane C. Koplewski Division of Director Wage Determinations!

Wage Determination No.: 2005-2147 Revision No.: 15

Date Of Revision: 06/19/2013  

States: Guam, Northern Marianas, Wake Island  

Area: Guam Statewide Northern Marianas Statewide Wake Island Statewide

 

**Fringe Benefits Required Follow the Occupational Listing** OCCUFATION CODE - TITLE 01000 - Administrative Support And Clerical Occupations

FOOTNOTE RATE

01011 - Accounting Clerk I 12.5001012 - Accounting Clerk II 13.5301013 - Accounting Clerk III 15.5901020 - Administrative Assistant 17.6701040 - Court Reporter 15.3801051 - Data Entry Operator I 10.4801052 - Data Entry Operator II 11.9901060 - Dispatcher, Motor Vehicle 13.0601070 - Document Preparation Clerk 12.2501090 - Duplicating Machine Operator 12.2501111 - General Clerk I 10.2901112 - General Clerk II 11.2801113 - General Clerk III 12.3201120 - Housing Referral Assistant 17.1501141 - Messenger Courier 10.1201191 - Order Clerk I 11.2301192 - Order Clerk II 12.2501261 - Personnel Assistant (Employment) I 14.3301262 - Personnel Assistant (Employment) II 14.9001263 - Personnel Assistant (Employment) I I I 16.4801270 - Production Control Clerk 18.3401280 - Receptionist 9.6701290 - Rental Clerk 11.1001300 - Scheduler, Maintenance 13.7501311 - Secretary I 13.7501312 - Secretary II 15.3801313 – Secretary I I I 17.1501320 - Service Order Dispatcher 11.5701410 - Supply Technician 17.6701420 - Survey Worker 15.2601531 - Travel Clerk I 11.6101532 - Travel Clerk II 12.5701533 - Travel Clerk III 13.4401611 - Word Processor I   12.25

 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

52

 

  

1CV15113

01612 - Word Processor II 01613 - Word Processor III

 

 13.75 15.38

05000 - Automotive Service Occupations 05005 - Automobile Body Repairer, Fiberglass 13.3405010 - Automotive Electrician 13.0605040 - Automotive Glass Installer 12.1005070 - Automotive Worker 12.1005110 - Mobile Equipment Servicer 8.5905130 - Motor Equipment Metal Mechanic 13.0605160 - Motor Equipment Metal worker 12.1005190 - Motor Vehicle Mechanic 13.0605220 - Motor Vehicle Mechanic Helper 10.1205250 - Motor Vehicle Upholstery Worker 12.1005280 - Motor Vehicle Wrecker 12.1005310 - Painter, Automotive 12.3705340 - Radiator Repair Specialist 12.1005370 - Tire Repairer 7.8105400 - Transmission Repair Specialist 12.10

07000 - Food Preparation And Service Occupations 07010 - Baker 10.4707041 - Cook I 9.5407042 - Cook II 11.7807070 - Dishwasher 7.2507130 - Food Service Worker 7.7807210 - Meat Cutter 11.8607260 - Waiter/Waitress 7.59

09000 - Furniture Maintenance And Repair Occupations 09010 - Electrostatic Spray Painter 14.3809040 - Furniture Handler 8.8509080 - Furniture Refinisher 14.3809090 - Furniture Refinisher Helper 10.6609110 - Furniture Repairer, Minor 12.5109130 - Upholsterer 14.38

11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 11060 - Elevator Operator 11090 - Gardener 11122 - Housekeeping Aide 11150 - Janitor 11210 - Laborer, Grounds Maintenance 11240 - Maid or Houseman 11260 - Pruner 11270 - Tractor Operator 11330 - Trail Maintenance Worker 11360 - Window Cleaner 12000 - Health Occupations 12010 - Ambulance Driver 12011 - Breath Alcohol Technician 12012 - Certified Occupational Therapist Assistant

 8.23 8.23 10.99 8.33 8.23 9.14 7.25 8.23 10.33 9.14 9.14

 15.81 15.81 21.70

12015 - Certified Physical Therapist Assistant 21.7012020 - Dental Assistant 13.2012025 - Dental Hygienist 29.8512030 - EKG Technician 23.9612035 - Electroneurodiagnostic Technologist 23.9612040 - Emergency Medical Technician 15.8112071 - Licensed Practical Nurse I 14.1412072 - Licensed Practical Nurse II 15.81

 

 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

53

 

  

12073 - Licensed Practical Nurse III 12100 - Medical Assistant 12130 - Medical Laboratory Technician 12160 - Medical Record Clerk 12190 - Medical Record Technician 12195 - Medical Transcriptionist 12210 - Nuclear Medicine Technologist 12221 - Nursing Assistant I 12222 - Nursing Assistant II 12223 - Nursing Assistant III 12224 - Nursing Assistant IV

 

17.63 11.54 14.14 11.82 13.59 14.14 34.75 10.03 11.30 12.31 13.84

12235 - Optical Dispenser 15.8112236 - Optical Technician 14.1412250 - Pharmacy Technician 13.4112280 - Phlebotomist 13.8412305 - Radiologic Technologist 22.6412311 - Registered Nurse I 12312 - Registered Nurse II 12313 - Registered Nurse II, Specialist 12314 - Registered Nurse III 12315 - Registered Nurse III, Anesthetist 12316 - Registered Nurse IV 12317 - Scheduler (Drug and Alcohol Testing)

13000 - Information And Arts Occupations

20.70 25.32 25.32 30.64 30.64 36.72 19.59

13011 - Exhibits Specialist I 15.06 13012 - Exhibits Specialist II 18.66 13013 - Exhibits Specialist III 22.83 13041 - Illustrator I 15.06 13042 - Illustrator II 18.66 13043 - Illustrator III 22.83 13047 - Librarian 20.66 13050 - Library Aide/Clerk 12.00 13054 - Library Information Technology Systems 18.66 Administrator 13058 - Library Technician 15.06 13061 - Media Specialist I 13.46 13062 - Media Specialist II 15.06 13063 - Media Specialist III 16.80 13071 - Photographer I 12.82 13072 - Photographer II 14.32 13073 - Photographer III 17.75 13074 - Photographer IV 21.73 13075 - Photographer V 26.30 13110 - Video Teleconference Technician 12.91

14000 - Information Technology Occupations 14041 - Computer Operator I 13.65 14042 - Computer Operator II 15.76 14043 - Computer Operator III 17.56 14044 - Computer Operator IV 19.5014045 - Computer Operator v 21.81 14071 - Computer Programmer I (see 1) 15.73 14072 - Computer Programmer II (see 1) 19.50 14073 - Computer Programmer III (see 1) 23.84 14074 - Computer Programmer IV (see 1) 14101 - Computer Systems Analyst I (see 1) 24.23 14102 - Computer Systems Analyst II (see 1) 14103 - Computer Systems Analyst III (see 1)  

  

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

54

 

  

14150 - Peripheral Equipment Operator 14160 - Personal Computer Support Technician

15000 - Instructional Occupations 15010 - Aircrew Training Devices Instructor (Non-Rated) 15020 - Aircrew Training Devices Instructor (Rated) 15030 - Air Crew Training Devices Instructor (Pilot) 15050 - Computer Based Training Specialist I Instructor 15060 - Educational Technologist 15070 - Flight Instructor (Pilot) 15080 - Graphic Artist 15090 - Technical Instructor

 

13.65 19.50  24.23 29.32 33.30 24.23 22.82 33.30 20.47 17.65

15095 - Technical Instructor/Course Developer 21.5815110 - Test Proctor 13.8715120 - Tutor 13.87

16000 - Laundry, Dry-Cleaning, Pressing And Related16010 - Assembler

Occupations  8.08

16030 - Counter Attendant 8.0816040 - Dry Cleaner 9.3416070 - Finisher, Flatwork, Machine 8.0816090 - Presser, Hand 8.0816110 - Presser, Machine, Drycleaning 8.0816130 - Presser, Machine, Shirts 8.0816160 - Presser, Machine, Wearing Apparel, Laundry 8.0816190 - Sewing Machine Operator 9 .8616220 - Tailor 10.3316250 - Washer, Machine 8.46

19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room)

 14.49

19040 - Tool And Die Maker 21000 - Materials Handling And Packing Occupations

18.20

21020 - Forklift Operator 12.4921030 - Material Coordinator 18.3421040 - Material Expediter 18.3421050 - Material Handling Laborer 10.6521071 - Order Filler 9.6621080 - Production Line Worker (Food Processing) 12.4921110 - Shipping Packer 13.3321130 - Shipping/Receiving Clerk 13.3321140 - Store Worker I 13.2321150 - Stock Clerk 18.5821210 - Tools And Parts Attendant 12.4921410 - Warehouse Specialist

23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder

12.49 

20.6923021 - Aircraft Mechanic I 19.7023022 - Aircraft Mechanic II 20.6923023 - Aircraft Mechanic III 21.7423040 - Aircraft Mechanic Helper 13.7023050 - Aircraft, Fainter 18.5023060 - Aircraft Servicer 16.0923080 - Aircraft Worker 17.3823110 - Appliance Mechanic 14.4923120 - Bicycle Repairer 9.7423125 - Cable Splicer 15.4323130 - Carpenter, Maintenance 13.0023140 - Carpet Layer 13.5523160 - Electrician, Maintenance 14.99

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

55

 

  

23181 - Electronics Technician Maintenance I 23182 - Electronics Technician Maintenance II 23183 - Electronics Technician Maintenance III

 

 14.72 15.05 18.31

23260 - Fabric Worker 12.6023290 - Fire Alarm System Mechanic 15.4323310 - Fire Extinguisher Repairer 11.6723311 - Fuel Distribution System Mechanic 15.4323312 - Fuel Distribution System Operator 13.0123370 - General Maintenance Worker 11.9523380 - Ground Support Equipment Mechanic 19.7023381 - Ground Support Equipment Servicer 16.0923382 - Ground Support Equipment Worker 17.3823391 - Gunsmith I 11.6723392 - Gunsmith II 13.5523393 - Gunsmith III 15.4323410 - Heating, Ventilation And Air-Conditioning 15.76Mechanic 23411 - Heating, Ventilation And Air Conditioning 16.55Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 15.1523440 - Heavy Equipment Operator 13.7323460 - Instrument Mechanic 15.4323465 - Laboratory/Shelter Mechanic 14.4923470 - Laborer 10.6523510 - Locksmith 14.4923530 - Machinery Maintenance Mechanic 17.3823550 - Machinist, Maintenance 15.4323580 - Maintenance Trades Helper 9.9223591 - Metrology Technician I 15.4323592 - Metrology Technician II 16.4123593 - Metrology Technician III 17.3723640 - Millwright 15.4323710 - Office Appliance Repairer 14.3823760 - Painter, Maintenance 13.5523790 - Pipefitter, Maintenance 15.3223810 - Plumber, Maintenance 14.3823820 - Pneudraulic Systems Mechanic 15.4323850 - Rigger 15.4323870 - Scale Mechanic 13.5523890 - Sheet-Metal Worker, Maintenance 15.2123910 - Small Engine Mechanic 13.5523931 - Telecommunications Mechanic I 19.0123932 - Telecommunications Mechanic II 19.7623950 - Telephone Lineman 18.2423960 - Welder, Combination, Maintenance 14.6623965 - Well Driller 15.4323970 - Woodcraft Worker 15.4323980 - Woodworker 11.67

24000 - Personal Needs Occupations 24570 - Child Care Attendant 24580 - Child Care Center Clerk 24610 - Chore Aide 24620 - Family Readiness And Support Services Coordinator 24630 - Homemaker

25000 - Plant And System Operations Occupations 25010 - Boiler Tender

 10.09 12.58 12.43 12.44  16.12  15.43

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

56

 

  

25040 - Sewage Plant Operator

14.4925070 - Stationary Engineer 15.4325190 - Ventilation Equipment Tender 10.7325210 - Water Treatment Plant Operator 14.49

27000 - Protective Service Occupations 27004 - Alarm Monitor 10.9027007 - Baggage Inspector 7.3527008 - Corrections Officer 12.0527010 - Court Security Officer 12.0527030 - Detection Dog Handler 10.927040 - Detention Officer 12.0527070 - Firefighter 12.0527101 - Guard I 7.3727102 - Guard II 10.9027131 - Police Officer I 12.0527132 - Police Officer II 13.40

28000 - Recreation Occupations 28041 - Carnival Equipment Operator 9.5328042 - Carnival Equipment Repairer 10.0828043 - Carnival Equpment Worker 7.7828210 - Gate Attendant/Gate Tender 13.1828310 - Lifeguard 11.0128350 - Park Attendant (Aide) 14.7428510 - Recreation Aide/Health Facility Attendant 10.7628515 - Recreation Specialist 18.2628630 - Sports Official 11.7428690 - Swimming Pool Operator 17.71

29000 - Stevedoring/Longshoremen Occupational Services 29010 - Blocker And Bracer 15.2029020 - Hatch Tender 15.2029030 - Line Handler 15.2029041 - Stevedore I 14.2229042 - Stevedore II 16.25

 

30000 - Technical Occupations 30010 - Air Traffic Control Specialist, Center (HFO) 30011 - Air Traffic Control Specialist, Station (HFO)

 

(see 2) (see 2)

 35.77 24.66

30012 - Air Traffic Control Specialist, Terminal (HFO) (see 2) 27.16 30021 - Archeological Technician I 17.4930022 - Archeological Technician II 19.5630023 - Archeological Technician III 24.2130030 - Cartographic Technician 23.1830040 - Civil Engineering Technician 21.9330061 - Drafter/CAD Operator I 17.4930062 - Drafter/CAD Operator II 19.5630063 - Drafter/CAD Operator III 20.7430064 - Drafter/CAD Operator IV 24.2130081 - Engineering Technician I 30082 - Engineering Technician II 30083 - Engineering Technician III

30084 - Engineering Technician IV 30085 - Engineering Technician v 30086 - Engineering Technician VI 30090 - Environmental Technician 30210 - Laboratory Technician 30240 - Mathematical Technician 30361 - Paralegal/Legal Assistant I 30362 - Paralegal/Legal Assistant III

14.62 16.41 18.36 22.34 27.83 33.66 21.10 20.74 23.34 19.06 21.53

 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

57

 

  

30363 - Paralegal/Legal Assistant III 26.3530364 - Paralegal/Legal Assistant IV 30.8030390 - Photo-Optics Technician 21.9330461 - Technical Writer I 22.1730462 - Technical Writer II 27.1030463 - Technical Writer III 32.7930491 - Unexploded Ordnance (UXO) Technician I 30492 - Unexploded Ordnance (UXO) Technician II 30493 - Unexploded Ordnance (UXO) Technician III 30494 - Unexploded (UXO) Safety Escort 30495 - Unexploded (UXO) Sweep Personnel 30620 - Weather Observer, Combined Upper Air Or (see 2) Surface Programs 30621 - Weather Observer, Senior (see 2)

31000 - Transportation/Mobile Equipment Operation Occupations 31020 - Bus Aide 31030 - Bus Driver 31043 - Driver Courier 31260 - Parking and Lot Attendant 31290 - Shuttle Bus Driver 31310 - Taxi Driver 31361 - Truckdriver, Light 31362 - Truckdriver, Medium 31363 - Truckdriver, Heavy 31364 - Truckdriver, Tractor-Trailer

99000 - Miscellaneous Occupations

22.74 27.51 32.97 22.74 22.74 20.74

 23.00

 8.15 9.69 8.97 7.25 9.99 8.21 8.97 11.61 12.48 12.48

99030 - Cashier 7.4699050 - Desk Clerk 9.7099095 - Embalmer 22.7499251 - Laboratory Animal Caretaker I 16.2499252 - Laboratory Animal Caretaker II 17.0499310 - Mortician 22.7499410 - Pest Controller 13.2899510 - Photofinishing Worker 11.9599710 - Recycling Laborer 10.7699711 - Recycling Specialist 16.2799730 - Refuse Collector 10.2499810 - Sales Clerk 8.9599820 - School Crossing Guard 15.0399830 - Survey Party Chief 20.3099831 - Surveying Aide 11.5499832 - Surveying Technician 15.0099840 - Vending Machine Attendant 20.1999841 - Vending Machine Repairer 23.5799842 - Vending Machine Repairer Helper 20.19

 

     

ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS;  

HEALTH & WELFARE: $3.81 per hour or $152.40 per week or $660.40 per month

 VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; and 4 weeks after 3 years. Length of service includes the whole span of

 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

58

 

  

continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173)

 HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174)

   

THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING:  

1) COMPUTER EMPLOYEES: Under the SCA at section 8(b), this wage determination does not apply to any employee who individually qualifies as a bona fide executive, administrative, or professional employee as defined in 29 C.F.R. Part 541. Because most Computer System Analysts and Computer Programmers who are compensated at a rate not less than $27.63 (or on a salary or fee basis at a rate not less than $455 per week) an hour would likely qualify as exempt computer professionals, (29 C.F.R. 541. 400) wage rates may not be listed on this wage determination for all occupations within those job families. In addition, because this wage determination may not list a wage rate for some or all occupations within those job families if the survey data indicates that the prevailing wage rate for the occupation equals or exceeds $27.63 per hour conformances may be necessary for certain nonexempt employees. For example, if an individual employee is nonexempt but nevertheless performs duties within the scope of one of the Computer Systems Analyst or Computer Programmer occupations for which this wage determination does not specify an SCA wage rate, then the wage rate for that employee must be conformed in accordance with the conformance procedures described in the conformance note included on this wage determination.

 Additionally, because job titles vary widely and change quickly in the computer industry, job titles are not determinative of the application of the computer professional exemption. Therefore, the exemption applies only to computer employees who satisfy the compensation requirements and whose primary duty consists of:

(1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications;

(2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications;

(3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or

(4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400).

 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and Gam. If you are a full-time employed (40 hours a week) and Sunday is part of your

regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work).

 

  

HAZARDOUS PAY DIFFERENTIAL: An B percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordance, explosives, and pyrotechnic compositions such as lead azide, black powder

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

59

 

  

and photoflash powder. All dry-house activities involving propellants or explosives.

Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving regrading and cleaning of artillery ranges.

 A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordance, explosives, and incendiary material differential pay.

 

** UNIFORM ALLOWANCE **  

If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance:

 The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs.

 The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHO horne page at http://www.dol. gov/esa/whd/ or through the Wage Determinations On-Line (WOOL) Web site at http://wdol.gov/.

 REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE {Standard Form 1444 (SF 1444)}

 

 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

60

 

  

Conformance Process:

 

The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined. Such conforming process shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees. The conformed classification, wage rate, and/or fringe benefits shall be retroactive to the commencement date of the contract. {See Section 4.6 (C)(vi)l When multiple wage determinations are included in a contract, a separate SF 1444 should be prepared for each wage determination to which a class(es) is to be conformed.

 The process for preparing a conformance request is as follows:

 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s).

 2) After contract award, the contractor prepares a written report listing in order proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work.

 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, for review. (See section 4.6(b)(2) of Regulations 29 CFR Part 4).

 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request.

 5) The contracting officer transmits the Wage and Hour decision to the contractor.

 6) The contractor informs the affected employees.

Information required by the Regulations must be submitted on SF 1444 or bond paper.

When preparing a conformance request, the "Service Contract Act Directory of Occupations" (the Directory) should be used to compare job definitions to insure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.

 

  

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

61

 

  

 

'·'   

P.O.Box 2950 Hagatna, Guam 96932 TEL: (67J) 472-8931• FAX: (671) 477-4826 •EMAIL:[email protected]

 FELIX PEREZ CAMACHO

Governor  

MICHAEL W. CRUZ, MD Lieutenant Governor

  

AMENDED COMMON CONSTRUCTION PREVAILING

WAGE RATES FOR GUAM  

Pursuant to 8 CFR 214.2(h)(b)(ii)(v)(F)(2) prevailing wage rates for common construction occupations in Guam must be approved by the U.S. Citizenship & Immigration Service (USCIS) Commissioner of Immigration prior to implementation. These Prevailing Wage Rates apply only to H-28 workers and similarly employed U.S. workers in Guam. USCIS has reviewed and reconsidered the Government of Guam's proposed rates and has approved new rates effective September 29, 2008 as follows:

 

OCCUPATION BRICKLAYER

HOURLY WAGE RATES $14.02

CARPENTER $13.56CEMENT MASON $12.87CONSTRUCTION EQUIPMENT MECHANIC $14.14COOK, CAMP $11.85ELECTRICIAN $15.45HEATING, AIR CONDITIONING & REFRIGERATION MECHANIC OPERATING ENGINEER (Heavy Equip. Operator) PAINTER PIPEFITTER PLASTERER PLUMBER REit- FORCIT"'G v1ETAL VVORKER SHEET-METAL WORKER STRUCTURAL STEEL WORKER SURVEYOR HELPER WELDER

$15.73 $13.77 $14.60 $16.80 $10.98 $14.96 $12.56 $15.17 $13.22 $15.98 $16.09

 These prevailing wage rates are effective for both new and extension temporary labor certifications. The prevailing wage rate on Temporary Labor Certifications approved prior to the implementation of these new rates shall remain in effect for the duration of the existing labor certifications.

 

     

Governor of Guam OCT 0 6 2008

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

62

 

  

ATTACHMENT G:  FORM CONTRACT  

 

See Attached. 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

63

 

  

     

 CONTRACT 

 By and Between 

 [NAME OF COMPANY] 

   

and    

GUAM ECONOMIC DEVELOPMENT AUTHORITY                 Contract for:   CONSTRUCTION OF CROSSWALKS AT THE DFS GALLERIA INTERSECTION, TUMON AND THE 

CHAMORRO VILLAGE, HAGATNA 

 IFB No.:  15‐003 

 Amount:  $XXXXXXX 

 Location:  Hagåtña and Tumon, Guam  

 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

64

 

  

TABLE OF CONTENTS 

 ARTICLE   1.   DEFINITIONS ............................................................................................. 1 

ARTICLE   2.   PERFORMANCE BY CONTRACTOR ............................................................................ 2 

ARTICLE   3.  CONTRACT DOCUMENTS  ........................................................................................ 3 

ARTICLE   4.   OWNERSHIP RIGHTS AND COPYRIGHT .................................................................... 4 

ARTICLE   5.    TIME FOR PERFORMANC .......................................................................................... 5 

ARTICLE   6.    COMPENSATION AND PAYMENT .............................................................................. 6 

ARTICLE   7.   REPRESENTATIONS ........................................................................................... 8 

ARTICLE   8.    PAYMENT AND PERFORMANCE BONDS  .................................................................. 9 

ARTICLE   9.    SUSPENSION OF WORK ........................................................................................................ 9 

ARTICLE   10.   DIFFERING SITE CONDITIONS ................................................................................ 10 

ARTICLE   11.    PRICE ADJUSTMENT ............................................................................................... 10 

ARTICLE   12.    CLAIMS BASED ON GOVERNMENT ACTS OR OMISSIONS ...................................... 11 

ARTICLE   13.    TERMINATION ........................................................................................................ 12 

ARTICLE   14.   LIQUIDATED DAMAGES .......................................................................................... 15 

ARTICLE   15.   INDEMNITY, INSURANCE AND SAFETY ................................................................... 16 

ARTICLE   16.    CHANGE ORDERS ................................................................................................... 19 

ARTICLE   17.   WARRANTIES ............................................................................................ 20 

ARTICLE   18.    EMPLOYMENT OF APPRENTICES (Executive Order 2012‐04)  ............................... 21 

ARTICLE  19.    INDEPENDENT CONTRACTOR ............................................................................ 22 

ARTICLE   20.   WAGE DETERMINATION (5 G.C.A. Article 13) ....................................................... 22 

ARTICLE   21.    MISCELLANEOUS PROVISIONS  .............................................................................. 23 

EXHIBIT A.    GENERAL PROJECT SCOPE ..................................................................................... 28 

EXHIBIT B.   PROJECT SCHEDULE ............................................................................................... 29 

EXHIBIT C.    PAYMENT SCHEDULE ............................................................................................. 30      

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

65

 

  

THIS CONTRACT is made and entered by and between the GUAM ECONOMIC DEVELOPMENT AUTHORITY (hereinafter called “GEDA”), a public corporation, on behalf of the Government of Guam, and [NAME OF COMPANY] (hereinafter called “CONTRACTOR”), a Guam Corporation duly authorized to do business on Guam. 

 RECITALS 

 WHEREAS, GEDA, on behalf of the Government of Guam, desires to engage construction services of 

Contractor to carry out the FOR THE CONSTRUCTION OF CROSSWALKS AT THE CHAMORRO VILLAGE, HAGÅTÑA AND THE DFS GALLERIA INTERSECTION, TUMON (“Project”), in accordance with this Contract and the Contract Documents. 

 WHEREAS, the Project is part of  the Capital  Improvement Program established by Public  Law 30‐228, 

as amended, which utilizes proceeds from the Hotel Occupancy Revenue Bonds, Series 2011A to fund various projects enumerated in said Public Law. 

 WHEREAS,  GEDA,  after  engaging  in  a  competitive  bidding  process  in  accordance  with  the  Guam 

Procurement Law (Title 5, Guam Code Annotated, Chapter 5) and Regulations (Volume 2, Guam Administrative Regulations,   Division   4),   is   prepared   to   award   this   Contract   to   CONTRACTOR   as   the   lowest,  most responsive, responsible bidder. 

 WHEREAS, the award of  this Contract to CONTRACTOR has been approved by the GEDA Board of 

Directors. 

 NOW  THEREFORE,  in  consideration  of  the  foregoing  recitals  and  of  the  mutual  terms,  covenants, 

conditions set forth below, GEDA and CONTRACTOR agree as follows: 

 ARTICLE 1.  DEFINITIONS 

 1.1.       The  language  in  all  parts  of  this  Contract  shall  in  all  cases  be  simply  construed  according  to  its  fair meaning and not strictly for or against GEDA or CONTRACTOR.  Unless otherwise provided in this Contract, or unless the context otherwise requires, the following definitions shall apply to this Contract: 

 1.1.1.  “Administrator” means the Administrator of GEDA or the Administrator’s designee. 

 1.1.2. Reserved. 

 1.1.3.  “Claim”  A  demand  or  assertion  by  GEDA  or  CONTRACTOR  that  seeks  an  adjustment  of  the 

Contract Price or Contract Time, or both, or other relief as to the terms of the Contract.   The responsibility to substantiate a claim shall rest with the party making the claim.  Each Claim shall be accompanied by claimant's written statement that  the adjustment  claimed  is  the entire  adjustment  to which  the claimant  believes  it  is entitled as a result of said event. 

 1.1.4. Reserved. 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

66

 

  

1.1.5. “Contract Price” shall mean [INSERT AMOUNT NO/100 DOLLARS ($XXXXXXXX). 

 1.1.6. “Contract Time” means that time within which CONTRACTOR shall commence and complete the 

Project as provided in Article 5 (Time for Performance) plus any approved extensions. 

 1.1.7. “Contracting Officer” shall mean the Administrator or the Administrator’s designee. 

 1.1.8. “Excusable Event” shall have that meaning set forth in Section 13.1.4. 

 1.1.9.  Reserved. 

 1.1.10. “Head of a Purchasing Agency”  means the  Administrator  of  GEDA  or  the  Administrator’s 

designee. 

 1.1.11. Reserved. 

 1.1.12. “Project”  means  the construction of crosswalks at the DFS Galleria Intersection, Tumon.  

 1.1.13.  “Procurement Officer” means the Administrator of GEDA or the Administrator’s designee. 

 1.1.14. “Services” means those services set forth in Article 2 (Performance by CONTRACTOR). 

 1.1.15. “Work”  shall  mean  the  design  and  construction  services  and  other  services  necessary  to  be 

provided by CONTRACTOR for completion of the Project. 

 1.1.16. “Work  Product”  shall  mean  all  drawings  and  specifications,  CAD  discs,  drawings  prepared 

utilizing computer aided design, any other drawings, images, computations, sketches, test data, survey results, photographs,  renderings,  models,  and  other  materials  related  to  the  Project  prepared  by  CONTRACTOR and/or  its  Subcontractors  alone  or  in  combination  with  others,  on  any  and  all  media,  in  whole  or  in  part, whether created before, during, or after the term of this Contract. 

 ARTICLE 2.  PERFORMANCE BY CONTRACTOR 

 2.1.            Services.      CONTRACTOR  agrees  to  furnish  all  the  necessary  labor,  materials,  equipment, 

tools, and services necessary to perform and complete in a workmanlike manner all the work required for the construction of the Project, in strict compliance with the Contract Documents hereinafter defined, which are hereby made a part of this Contract.   The General Project Scope (“Services”) to be provided by CONTRACTOR is  set  forth  in  Exhibit “A” attached hereto and  incorporated as  if  fully  set forth herein.  The Services shall be provided in accordance with the Project Schedule. 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

67

 

  

2.2.          Subcontractors.      The  Services  shall  be  provided  by  CONTRATOR  directly  or  through  its subcontractors.     “Subcontractors”  means  a  person  or  entity  having  a  contract  with  CONTRACTOR  to provide  any  part  of  the  Services  as  CONTRACTOR’s  independent  professional  associate  or  consultant  with respect  to  the  Project  and  includes  without  limitation  all  sub‐contractors.      The  CONTRACTOR  shall  be responsible  to GEDA for  its  negligent  acts or omissions,  contractual  breaches and  intentional wrongful  acts, and  those  of  its  Subcontractors,  and  their  respective  agents,  employees  and  other  persons  or  entities providing any of the Services. 

 2.2.1.   GEDA   shall   have   no   obligation   to   the   CONTRACTOR’s   Subcontractors   under   a 

contract,  third  party  beneficiary  or  any  other  theory  and,  other  than  payments  due  the  CONTRACTOR  as provided in this Contract, GEDA shall not be liable for or obligated to pay any fees, costs and expenses of such Subcontractors,  as  such  fees,  costs  and  expenses  are  the  obligations  of  the  CONTRACTOR.    The CONTRACTOR shall, however, provide in all agreements with its Subcontractors that: 

 2.2.1.1.               Each  Subcontractor,  as  to  the  services  provided  by  it,  shall  assume 

toward  the  CONTRACTOR  all  obligations  and  responsibilities  that  the  CONTRACTOR,  by  the  terms  of  this Contract, has assumed towards GEDA; and 

 2.2.1.2.               Each Subcontractor shall be directly liable and the CONTRACTOR shall be 

jointly and severally liable  to GEDA, for performance of  the Services provided by  such Subcontractor and for any negligent  errors and omissions,  breaches of  contract or  intentional wrongful  acts  in  the performance of such Services. 

 ARTICLE 3.  CONTRACT DOCUMENTS 

 It  is hereby mutually agreed that the following list of documents shall constitute the Contract Documents, all of which  are made a  part  hereof, and  collectively evidence and  constitute  the contract between the parties hereto,  and  they  are  as  fully  a  part  of  this  Contract  as  if  they  were  set  out  verbatim  and  in  full,  and  are designated as follows: 

 a)  IFB No. 15‐003 b)  [insert all Addenda] c)  CONTRACTOR’s Bid  d)  Performance Bond e)  Payment Bond f)  Notice of Award g)  Notice to Proceed h)  Most recent applicable Wage Determination promulgated by the U.S. Department of Labor i)  Vol. 1 ‐ Project General Conditions dated XXX j)  Vol. 2 – Technical Documents: Drawings and specifications prepared by XXX 

               k)  Bid Bond l)  Affidavit Disclosing Ownership and Commissions m)  Affidavit Regarding Non‐Collusion n)  Affidavit Regarding No Gratuities or Kickbacks  o)  Affidavit Regarding Contingent Fees 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

68

 

  

p)  Affidavit Regarding Ethical Standards q)  Declaration Regarding Compliance with  U.S. DOL Wage Determination r)  Designation of Subcontractors s)  Bidder Qualification Statement t)  CONTRACTOR safety program included as part of CONTRACTOR Bid Submission  u)  CONTRACTOR’s quality control program included as part of CONTRACTOR’s Bid Submission v)  CONTRACTOR’s project schedule included as part of CONTRACTOR’s Bid Submission 

 In the event of an ambiguity or actual conflict or inconsistency between the terms contained in this Contract and those enumerated in the Vol. 1 Project General Conditions, the provisions in this Contract shall govern the parties’  rights  and obligations.   However, to  the extent  that  the provisions  of  these documents  can be  read together,  that  is  the  preferred  interpretation  of  the  parties’  rights  and  obligations.    An  ambiguity,  actual conflict  or  inconsistency  shall  occur  when  the  rights  or  obligations  contained  in  this  Contract  cannot  be performed without violating a provision of the Vol. 1 Project General Conditions or vice versa.   An ambiguity may  also  occur  where  the  Vol.  1  Project  General  Conditions  are  confusing,  unclear  or  make  references  to nonexistent provisions in the Contract or Contract Documents. 

 ARTICLE 4.  OWNERSHIP RIGHTS AND COPYRIGHT 

 4.1.       Property of GEDA.  All Work Product are the property of GEDA and for its exclusive use, re‐use, 

modification and/or revision at any time without further compensation and without any restrictions.  As used herein,  “Work  Product”  also  includes  all  works  based  upon,  derived  from  or  incorporating  the  same.  CONTRACTOR shall have no right to use or re‐use the Work Product on any other project. 

 4.2.  Modifications by Others.  The CONTRACTOR shall not be liable for modifications to the Work 

Product made by others without the written authorization of the CONTRACTOR. 

 4.3.            No  Infringement.      CONTRACTOR hereby  represents  and  warrants  that  all  Work  Product  is 

original  and  does  not  infringe  the  patent,  trademark,  trade  secret,  copyright,  architectural  work,  or  other proprietary  right  of  any  third  party.      CONTRACTOR  also  represents  and  warrants  that  it  and/or  its Subcontractors  are  the  sole  owners  of  the  Work  Product.    CONTRACTOR  further  represents  and  warrants that  it  has written agreements with  all  Consultants used  in performance of  this Contract  as provided  in  this Article.    CONTRACTOR  hereby  assigns  to  GEDA  all  right,  title  and  interest  in  and  to  the  Work  Product, including, but not limited to, all engineering works, copyrights, copyright registrations, copyright applications, renewals, extensions and all other proprietary or ownership rights. 

 4.4.       GEDA’s Right to Revise.   In the event of termination, suspension, abandonment or completion 

of this Contract or upon request by GEDA, CONTRACTOR shall deliver to GEDA within seven (7) days after full payment  all  Work  Product  not  previously  delivered  to  GEDA  during  the  term  of  this  Contract.    Without limiting GEDA’s rights in the Work Product, it  is expressly agreed and understood that GEDA, as the holder of all rights, title and interest in and to the Work Product, as provided above, shall have the exclusive right to use or  reuse  any  and  all  Work  Product,  at  GEDA’s  sole  discretion  and  at  no  additional  cost  to  GEDA.      All copyrightable  works  of  the  Work  Product  shall  be  deemed  a  “work  made  for  hire”  as  defined  under  the Copyright  Laws  of  the  United  States.    If,  for  some  reason,  such  copyrightable  work  is  excluded  from  the definition of a “work made for hire”, as stated above, CONTRACTOR hereby assigns all right, title, and interest 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

69

 

  

in  and  to  such  copyrightable work to GEDA.     CONTRACTOR shall  cooperate with GEDA or  its designees and execute documents of  assignment,  declarations  and other documents which may be prepared by GEDA and take  other  necessary  actions  as  reasonably  directed by  GEDA,  to  effect  the  foregoing  and/or  to  perfect  or enforce  any  proprietary  rights  resulting  from  or  related  to  this  Contract.   Such  cooperation  and execution shall  be  performed without  additional  compensation  to  the  CONTRACTOR;  provided,  however,  GEDA  shall reimburse  CONTRACTOR  for  reasonable  out‐of‐pocket  expenses  incurred  at  the  specific  request  of  GEDA.  CONTRACTOR  shall  cause  each  of  its  employees  charged with  performance under  this  Contract  or  granted access  to  confidential  information  to  execute  an  agreement  recognizing  GEDA’s  ownership  rights  and concurring with the obligations of CONTRACTOR as set forth herein. 

 4.5.            Language  in  Subcontractors’  Agreements.      CONTRACTOR agrees  that  written  agreements 

with any and all of  its Subcontractors used by CONTRACTOR to  fulfill  its obligations hereunder, shall  contain language substantially similar to that of this Article to assign to GEDA all Work Product by the Subcontractor, to require agreements with the Subcontractor’s employees, and to require cooperation with CONTRACTOR on the same terms and conditions as set forth herein.   CONTRACTOR shall provide GEDA with copies of all such agreements  so  that  GEDA  can  verify  the  inclusion  of  such  provisions,  such  rights  are  for  GEDA’s  sole benefit and failure to verify shall in no way relieve CONTRACTOR of its obligation to obtain such commitments from its Subcontractors. 

 4.6.       Survival.   The provisions of  this Article shall  survive the expiration, suspension, abandonment, 

termination, or completion of this Contract. 

 4.7.            Loss or Damage.   During  the performance of CONTRACTOR’s Services, CONTRACTOR shall be 

responsible  for any  loss or damage to all Work Product while  they are  in  its possession and any such  loss or damage  thereto  shall  be  restored  at  the  CONTRACTOR’s  expense.      GEDA  shall  be  allowed  unrestricted access during normal  business  hours  to  the Work Product  during  the  term of  this  Contract  and,  at  the  sole discretion  of  GEDA,  upon  reasonable  notice  other  individuals,  entities  or  governmental  agencies  having  an appropriate need may have access to such Work Product for such purposes.  All Work Product prepared by the CONTRACTOR pursuant  to  this  Contract  shall  be  in  reproducible  form.    All  Work  Product  shall  be  covered under the Insurance required under this Contract. 

 ARTICLE 5.  TIME FOR PERFORMANCE 

 5.1.       Term.  The parties agree that time is of the essence in the performance of the obligations under 

this  Contract  and,  therefore,  CONTRACTOR agrees  to  commence  work  under  this  Contract  upon,  and  in accordance with the written Notice to Proceed. 

 5.2.  Compliance with Project Schedule.  CONTRACTOR shall perform all services to complete the 

Project  within  the  times  specified  in  the  Project  Schedule  unless  an  Excusable  Event  causes  delay  and CONTRACTOR  gives  written  notice  of  such  Excusable  Event  within  forty‐eight  (48)  hours  of  the  event  and requests a time extension as provided in Section 13.1.4 (Time Extension). 

 5.3.  Project Schedule.  The Project Schedule is attached hereto as Exhibit “B”. 

 5.4.  Reserved.   

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

70

 

  

5.5.     Additional Manpower.  Should the progress of the work at any time fall behind schedule for any reason other than because of an Excusable Event, GEDA may order CONTRACTOR to increase its efficiency or to  acquire  additional manpower or  other  resources. A  recovery  schedule  which  is  resource  loaded  shall  be provided by  CONTRACTOR showing how  the  schedule will  be  improved  to meet  the  contractual  completion date.  CONTRACTOR at its own expense shall comply with such order and apply such additional manpower and resources as  necessary to bring  progress of  the work back on  schedule  and  consistent with  the  standard of professional  skill  and  care  required  by  this  Contract.    The  failure  of  GEDA  to  demand  such  increases  of efficiency or additional manpower or resources shall not relieve CONTRACTOR from the obligations to secure such quality of work and said rate of progress and the completion of the work as required herein. 

 ARTICLE 6.  COMPENSATION AND PAYMENT 

 6.1.  Funding.   CONTRACTOR understands  and  agrees  that  the  Contract  Price  is  funded  by  the 

2011 Hotel Occupancy Tax Bonds. 

 6.2.       Contract  Price.     As  compensation   for   services  rendered  under   this  Contract,  and   in   full 

satisfaction  for  all  work,  labor,  equipment, materials  and  other  requirements  and  specifications  under  the Contract,  CONTRACTOR  shall  be  paid  the  sum  of  XXXXXXXXXXXXXXXXXXXXXXXXXXX    AND  XX/100  Dollars ($XXXXXXX),  in  monthly  progress  payments  as  provided  for  in  Exhibit “C”.      This  amount  shall  be  in  full satisfaction  of  all  work,  labor,  fees,  gross  receipt  taxes,  costs  and  expenses  incurred  by  CONTRACTOR. Other sums may be added and/or deducted as a result of extra and/or omitted work and/or executed change orders, as the case may be, as approved by GEDA pursuant to this Contract. 

 6.3.       Retainage.   In making any payment hereunder, there shall be retained ten percent (10%) (the 

“Retainer”) of the payment amount until final completion and acceptance of all work covered by this Contract. This Retainer shall  be held as  security for  the  full  and proper performance of  the Contract by CONTRACTOR and  shall  be  returned  to  CONTRACTOR only  on  the  following  conditions,  provided,  however,  that  if  the Contracting Officer, any time after fifty percent (50%) of the Work has been completed, finds that satisfactory progress is being made, the Contracting Officer may authorize payment in  full  of each progress payment for work performed beyond the fifty percent (50%) stage of completion. Also, whenever the work is substantially complete, the Contracting Officer, if the Contracting Officer considers the amount retained to be in excess of the  amount  adequate  for  the  protection  of  GEDA or  the Government, at  his  discretion, may  release  to  the CONTRACTOR all or part of the Retainer. 

 6.3.1.   CONTRACTOR has delivered a certification to the Administrator that all employees of 

 CONTRACTOR and Subcontractor have been paid; that all Subcontractors have been paid; that all suppliers 

of materials,  supplies,  equipment  and  services have been paid;  that  no  companies,  parties  or  persons  shall have  any  right  to  claim  a  lien  on  Project  or  Project  site  as  a  result  of  CONTRACTOR’s  work;  and  that CONTRACTOR  shall  indemnify  and  hold  harmless  GEDA  and  the Government of  Guam  from  and  against  all claims,  damages  and  expenses  as  a  result  of  a  claim  or  lien  filed.  This  shall  be  documented  on  a  lien release form approved by GEDA and shall be submitted with each pay application made by the CONTRACTOR. 

 6.3.2.   After CONTRACTOR Has Completed All Punch List  Items. GEDA shall also have the right 

to deduct the cost of completion of any punch  list  item from the Retainer if CONTRACTOR fails  to correct or complete the item in a proper, satisfactory and timely manner at the discretion of GEDA. 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

71

 

  

6.3.3.   CONTRACTOR is not  in default  in  its performance of  this Contract. GEDA shall have the right to deduct any  liquidated damages due to GEDA, and to deduct any other amounts, damages, expenses, attorneys’ fees, etc. owed by CONTRACTOR to GEDA pursuant to the terms and conditions of this Contract. 

 6.3.4.   CONTRACTOR shall execute and deliver a release of all claims against GEDA and the 

Government of Guam for any monies due under the Contract or as a result of any act of the Owner. 

 6.4.       Final Payment.   Final payment will be made when all work required under  this Contract have 

been  completed  to  the  reasonable  satisfaction  of  GEDA  including,  without  limitation,  CONTRACTOR’s transmittal  to  GEDA,  and  GEDA’s  acceptance,  of  all  deliverables  required  by  this  Contract.      Prior  to  final payment  and  as  a  condition  precedent  thereto,  CONTRACTOR  shall  execute  and  deliver  to  GEDA  a  Final Waiver  and  Release,  in  a  form  approved  by  GEDA,  of  all  claims  against  GEDA  and  the  Government  arising under and by virtue of this Contract. 

 6.5.  Interest, Late Charges and Penalties.  Title 5 G.C.A. § 22503 shall apply as applicable. 

 6.6.       Disputes.   If any amount claimed in a progress payment application is disputed by GEDA, then 

subject  to other provisions of  this Contract, GEDA shall pay the undisputed portion of  the progress payment application.      GEDA  will  make  payment  of  the  disputed  amount  upon  GEDA’s  receipt  of  any  requested documentation and verification that establishes to GEDA's satisfaction, the claimed amount is due.  GEDA shall advise  CONTRACTOR,  in writing, within  thirty  (30)  days  of  receipt of  a  progress payment application  of  any disputed amounts therein. 

 6.7.  Payments by CONTRACTOR.  The CONTRACTOR shall pay: 

 6.7.1.   For  all  transportation  and  utility  services  not  later  than  the  20th  day  of  the  calendar 

month  following  that  in which  such  services are  rendered, subject  to  such extensions as may be allowed by GEDA in writing; 

 6.7.2.   For  all materials,  tools,  and  other  expendable  equipment  to  the  extent  of  ninety  (90) 

percent of  the cost  thereof, not  later than  the 20th day of  the calendar month  following  that  in which such materials, tools and equipment are delivered at the site of the project, and the balance of the cost thereof not later than thirty (30) days following completion of that part of the work in or on which such materials, tools, and equipment are incorporated or used, subject to such extensions as may be allowed by GEDA in writing; 

 6.7.3.  Its  Subcontractors,  not  later  than  the  5th  day  following  each  payment  to  the 

CONTRACTOR  the  respective  amounts  allowed  CONTRACTOR  on  account  of  the  work  performed  by  its Subcontractors,  to  the  extent  of  each  Subcontractor’s  interest  therein.    Any  delay  or  postponement  of payment  by  CONTRACTOR to  any  of   its  Subcontractors  may  occur  only   for  good  cause  with  written approval  by  GEDA.    All  requests  for  payment CONTRACTOR  that  include  compensation  to  Subcontractor(s) shall  be  accompanied  by  a  properly  executed  billing  from  the  Subcontractor(s).      CONTRACTOR shall  also submit  to GEDA a Certificate of Payment to Subcontractor(s)  and Release,  in a  form previously  approved by GEDA,  properly  acknowledged  by  the  Subcontractor(s),  on  the  next  month  following  GEDA’s  payment  to CONTRACTOR that includes any compensation to the Subcontractor(s).  Failure to submit such a Certificate of Payment to Subcontractor(s) and Release will result in the deduction of the amount due to Subcontractor(s) in 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

72

 

  

future payments to CONTRACTOR. 

 ARTICLE 7.  REPRESENTATIONS 

 CONTRACTOR hereby makes the following representations: 

 7.1.      Ethical Standards.   CONTRACTOR has not knowingly influenced, and will not knowingly influence 

a  government  employee  to  breach  any  of  the  ethical  standards  set  forth  in  5  G.C.A.  Chapter  5, Article 11 and Chapter 11 of the Guam Procurement Regulations. 

 7.2.            Gratuities and Kickbacks.  CONTRACTOR has not violated,  is not violating, and will not violate 

the prohibition  against  gratuities  and  kickbacks set  forth  in  §  11107 of  the Guam Procurement Regulations. CONTRACTOR  further  agrees  to  execute  and  file  a  Non‐Gratuity  Affidavit  before  final  payment  under  this Contract is made by GEDA. 

 7.3.          Covenant  Against  Contingent  Fees.    CONTRACTOR  warrants  that  it  has  not  employed  or 

retained  any  person  or  company,  other  than  a  bona  fide  employee  working  solely  for  CONTRACTOR,  to solicit or secure this Contract and that it has not paid or agreed to pay any company or person, other than a bona  fide  employee  working  solely  for  CONTRACTOR,  any  gifts  or  other  consideration  or  fee  contingent upon the award or making this Contract.   Breach of this warranty shall give GEDA the right to terminate this Contract or, as consideration, deduct the amount of such commission, percentage brokerage or contingent fee from  the  Contract  Price.    This  warranty  shall  not  apply  to  commissions  payable  by  CONTRACTOR  upon contracts or sales secured or made through bona  fide established commercial or selling agencies maintained by CONTRACTOR for the purpose of securing business. 

 7.4.            Warranty  Against  Employment  of  Sex  Offenders  (5  G.C.A.  §  5253).    CONTRACTOR warrants 

that no person convicted of a sex offense under the provisions of Chapter 25 of Title 9 G.C.A., or an offense as defined in Article 2 of Chapter 28, Title 9 G.C.A. in Guam, or an offense in any jurisdiction which includes, at a minimum,  all  of  the  elements  of  said  offenses,  or  who  is  listed  on  the  Sex  Offender  Registry,  and  who  is employed by CONTRACTOR, shall work  for  CONTRACTOR on  the property of  the government of Guam other than  a  public  highway.  CONTRACTOR warrants that  no person providing  services on behalf  of CONTRACTOR has  been  convicted  of  a  sex  offense  under  the  provisions  of  Chapter  25  of  Title  9  G.C.A.  or  an  offense  as defined  in  Article  2  of  Chapter  28,  Title  9  G.C.A.,  or  an  offense  in  another  jurisdiction with,  at  a minimum, the  same elements as  such offenses, or who  is  listed on  the  Sex Offender Registry.   If  any person providing services on behalf of CONTRACTOR is convicted of a sex offense under the provisions of Chapter 25 of Title 9 G.C.A. or an offense as defined in Article 2 of Chapter 28, Title 9 G.C.A. or an offense in another jurisdiction with,  at  a minimum,  the  same elements as  such  offenses, or who  is  listed  on  the  Sex Offender Registry,  such  person  will  immediately  be  removed  from  working  on  Government  property  and  the Administrator will be informed within twenty‐four (24) hours of such conviction. 

 7.5.          Duly  Licensed.    CONTRACTOR  and  all  Subcontractors  are  duly  licensed  and  authorized  to 

perform the services required under this Contract under the applicable laws of Guam. 

   

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

73

 

  

ARTICLE 8.  PAYMENT AND PERFORMANCE BONDS 

 CONTRACTOR must  deliver  to  GEDA  an  executed  performance  bond  and  an  executed  payment  bond  in such form as is acceptable to GEDA in an amount equal to one hundred percent (100%) of the Contract Price as  security  for  the  faithful  performance  of  this  Contract  and  as  security  for  the  payment  of  all  persons performing labor and furnishing materials in connection with this Contract.   The sureties of all bonds shall be such  surety company or companies as  are approved by GEDA, and as are authorized  to  transact business  in Guam.   The bonds must be approved by GEDA prior  to execution of  this Contract.   A notarized true copy of Certificate of Authority of the surety or sureties must also be provided to GEDA. 

 ARTICLE 9.  SUSPENSION OF WORK 

 9.1.            Suspension  for  Convenience. GEDA may  order CONTRACTOR in writing  to  suspend,  delay  or 

interrupt all or any part of the work for such period of time as GEDA may determine to be appropriate for the convenience of the territory. 

 9.2.       Adjustment of Cost.   If  the performance of all or any part of  the work is,  for an unreasonable 

period of time, suspended, delayed, or interrupted by an act of GEDA in the administration of this Contract, or by  the  failure  of  GEDA  to  act  within  the  time  specified  in  this  Contract  (or  if  no  time  is  specified,  within reasonable  time), an  adjustment  shall  be made for  any  increase  in  the cost  of  performance of  this  Contract necessarily  caused  by  such  unreasonable  suspension,  delay  or  interruption,  and  this  Contract  modified  in writing  accordingly.   However, no  adjustment  shall  be made under  this  clause  for  any  suspension,  delay, or interruption to the extent: 

 9.2.1.   that performance would have been so suspended, delayed, or interrupted by any other 

cause, including the fault or negligence of CONTRACTOR; or  

9.2.2.   for which an adjustment  is provided for or excluded under any other provision of  this Contract.  

9.3.  Time Restriction on Claim. No claim under this clause shall be allowed: 

 9.3.1.   for any costs  incurred more than  twenty (20) days before CONTRACTOR shall have notified GEDA in writing of the act or failure to act involved (but this requirement shall not apply as to a claim resulting from a suspension order); and 

 9.3.2.   unless  the  claim  is  asserted  in writing  as  soon  as  practicable  after  the  termination  of 

such suspension, delay, or interruption, but not later than the date of final payment under the Contract. 

 9.4.       Adjustments of Price.   Any adjustment  in contract price made pursuant  to  this clause shall be 

determined in accordance with the Price Adjustment Clause of this Contract. 

   

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

74

 

  

ARTICLE 10.  DIFFERING SITE CONDITIONS 

 10.1.      Notice.      CONTRACTOR  shall  within  forty‐eight  (48)  hours  of  discovery,  and  before  such 

conditions are disturbed, notify the Administrator of: 

 10.1.1. subsurface  or  latent  physical  conditions  at  the  site  differing  materially  from  those 

indicated in this contract; or 

 10.1.2. unknown physical conditions at the site, of an unusual nature, differing materially from 

those ordinarily encountered and generally recognized as inherent in work of the character provided for in this Contract. 

 10.2.    Adjustments of Price or Time  for Performance. After receipt of such notice, the Administrator 

shall promptly investigate the site, and if  it  is found that such conditions do materially so differ and cause an increase  in  the CONTRACTOR’s cost of, or  the time required for, performance of any part of  the work under this  contract, whether or not  changed  as  a  result  of  such  conditions,  an  adjustment  shall  be made and  this Contract modified in writing accordingly. Any adjustment in Contract Price made pursuant to this clause shall be determined in accordance with the Price Adjustment Clause of this Contract. 

 10.3.      Timeliness  of  Claim.  No  claim  of  CONTRACTOR  under  this  clause  shall  be  allowed  unless 

CONTRACTOR has  given  the  notice  required  in  this  clause;  provided,  however,  that  the  time  prescribed therefor may be extended by the Administrator in writing. 

 10.4.    No Claim After Final Payment.  No claim by CONTRACTOR for an adjustment thereunder shall be 

allowed if asserted after final payment under this Contract.  

10.5.    Knowledge.      Nothing   contained   in   this   clause   shall   be   grounds   for   an   adjustment   in compensation  if  CONTRACTOR  had  actual  knowledge  of  the  existence  of  such  conditions  prior  to  the submission of bids. 

 ARTICLE 11.  PRICE ADJUSTMENT 

 11.1.    Any adjustment in Contract Price pursuant to a section of this Contract shall be made in one or 

more of the following ways:  

11.1.1. by  agreement  on  a  fixed  price  adjustment  before  commencement  of  the  pertinent performance or as soon thereafter as practicable; 

 11.1.2. by unit prices specified in this Contract or subsequently agreed upon; 

 11.1.3. by   the   costs   attributable   to   the   event   or   situation   covered  by   the   clause,   plus 

appropriate profit or fee, all as specified in this Contract or subsequently agreed upon;  11.1.4. in such other manner as the parties may mutually agree; or 

 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

75

 

  

11.1.5. in the absence of agreement between the parties, by a unilateral determination by the Administrator of the costs attributable to the event or situation covered by the clause, plus appropriate profit or fee, all as computed by the Administrator in accordance with generally accepted accounting principles and applicable sections of the regulations promulgated under Chapter 7 (Cost Principles), subject to the provisions of Chapter 9 (Legal and Contractual Remedies) of the Guam Procurement Regulations. 

 11.2.        Submission  of  Cost  or  Pricing  Data.    CONTRACTOR shall  provide  cost  or  pricing  data  for  any 

price  adjustments  subject  to  the  provisions  of  §3118  (Cost  or  Pricing  Data)  of  the  Guam  Procurement Regulations. 

 ARTICLE 12.  CLAIMS BASED ON GOVERNMENT ACTS OR OMISSIONS 

 12.1.      Notice  of  Claim.  If  any  action  or  omission  on  the  part  of  the  Administrator  or  his  designee 

requiring  performance  changes  within  the  scope  of  this  Contract  constitutes  the  basis  for  a  claim  by CONTRACTOR  for  additional  compensation,  damages, or  an extension of  time  for  completion,  CONTRACTOR shall continue with performance of the Contract in compliance with the directions or orders of such officials, but  by  so  doing,  CONTRACTOR  shall  not  be  deemed  to  have  prejudiced  any  claim  for  additional compensation, damages, or an extension of time for completion; provided: 

 12.1.1. CONTRACTOR shall have given written notice to the Administrator or his designee: 

 12.1.1.1.  prior to the commencement of the work involved, if at that time CONTRACTOR knows of the occurrence of such action or omission; 

 12.1.1.2.  within  30  days  after  CONTRACTOR  knows  of  the  occurrence  of  such 

action or omission, if CONTRACTOR did not have such knowledge prior to the commencement of the work; or  12.1.1.3  within such further time as may be allowed by the Administrator in writing. 

 

This notice shall state that CONTRACTOR regards the act or omission as a reason which may entitle  CONTRACTOR to additional compensation, damages, or an extension of  time. The Administrator, upon receipt of such  notice, may  rescind  such  action,  remedy  such  omission,  or  take  such  other  steps  as may  be deemed advisable in the discretion of the Administrator or his designee. 

 12.1.2. The notice  required  by  Subparagraph  12.1.1.  of  this  Article  describes  as  clearly  as 

practicable at the time the reasons why CONTRACTOR believes that additional compensation, damages, or an extension of time may be remedies to which CONTRACTOR is entitled; and 

 12.1.3.  CONTRACTOR maintains  and,  upon  request,  makes  available  to  the  Administrator 

within a  reasonable time, detailed  records to  the extent practicable, of  the claimed additional  costs or basis for an extension of time in connection with such changes. 

   

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

76

 

  

12.2.        Limitations  of  Clause.  Nothing  herein  contained,  however,  shall  excuse  CONTRACTOR  from compliance  with  any  rules  of  law  precluding  any  Government  officers  and  any  contractors  from  acting  in collusion  or  bad  faith  in  issuing  or  performing  change orders which  are  clearly  not within  the  scope  of  this Contract. 

 12.3.    Adjustments of Price.  Any adjustment in the contract price made pursuant to this clause shall 

be determined in accordance with the Price Adjustment Clause of this Contract. 

 ARTICLE 13.  TERMINATION 

 13.1.  Termination for Default by Nonperformance or Delay ‐ Damages For Delay ‐Time Extensions 

 13.1.1. Default.    If  CONTRACTOR refuses or  fails  to prosecute the work, or any  separable part 

thereof, with  such  diligence  as  will  assure  its  completion  within  the  time  specified  in  this  contract,  or  any extension  thereof  fails  to  complete said work within  such  time, or  commits  any  other  substantial  breach of this  Contract,  and  further  fails  within  fourteen  (14)  days  after  receipt  of  written  notice  from  GEDA  to commence and  continue  correction of  such  refusal  or  failure with diligence and promptness, GEDA may, by written  notice  to  CONTRACTOR,  declare  CONTRACTOR  in  breach  and  terminate  CONTRACTOR’s  right  to proceed with the work or such part of the work as to which there has been delay. In such event, GEDA or its government  equivalent  may  take  over  the  work  and  prosecute  the  same  to  completion,  by  contract  or otherwise, and may  take  possession  of,  and  utilize  in  completing  the work,  such materials,  appliances,  and plant  as may  be  on  the  site  of  the work  and  necessary  there  for.    Whether or  not  CONTRACTOR’s right  to proceed  with  the  work  is  terminated,  CONTRACTOR  and  CONTRACTOR’s  sureties  shall  be  liable  for  any damage to GEDA resulting  from CONTRACTOR’s  refusal  or  failure  to  complete  the work within  the  specified time. 

 13.1.2.  Liquidated  Damages  upon  Termination.  If  fixed  and  agreed  liquidated  damages  are 

provided in the contract, and if GEDA so terminates CONTRACTOR’s right to proceed, the resulting damage will consist of  such  liquidated damages for  such  reasonable  time as may be  required  for  final  completion of the work. 

 13.1.3. Liquidated Damages in Absence of Termination.  If fixed and agreed liquidated damages 

are  provided  in  the  contract,  and  if  the  territory  does  not  terminate  CONTRACTOR’s  right  to  proceed,  the resulting damage will consist of such liquidated damages until the work is completed or accepted. 

 13.1.4. Time  Extension.    CONTRACTOR’s  right  to  proceed  shall  not  be  so  terminated nor  will 

CONTRACTOR be  charged with  resulting  damage  if:  (a)  the  delay  in  the  completion  of  the work arises  from causes such as (referred to as an “Excusable Event”): acts of God; acts of the public enemy; acts of GEDA, and any  other  territorial  entity  in  either  a  sovereign  or  contractual  capacity;  acts  of  another  contractor  in  the performance of a contract with the territory; fires; floods; epidemics; quarantine restrictions; strikes or other labor disputes; freight embargoes; unusually severe weather; delays of subcontractors due to causes similar to those set forth above; or shortage of materials; provided, however, that no extension of time will be granted for  a  delay  caused  by  a  shortage  of  materials,  unless  CONTRACTOR  furnished  to  the  Administrator  proof that  CONTRACTOR has  diligently made every effort  to  obtain  such materials  from all  known  sources within reasonable  reach  of  the work,  and  further proof  that  the  inability  to  obtain  such materials when  originally 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

77

 

  

planned did in fact cause a delay in final completion of the entire work which could not be compensated for by revising  the  sequence  of  CONTRACTOR’s  operations;  and  (b)  CONTRACTOR,  within  ten  days  from  the beginning  of  any  such delay  (unless GEDA grants a  further period  of  time before  the date of  final  payment under  the  contract), notifies GEDA  in writing  of  the  causes  of  delay. GEDA shall  ascertain  the  facts  and  the extent of the delay and extend the time for completing the work when, in the judgment of GEDA, the findings of fact justify such an extension. 

 13.1.5.  Erroneous  Termination  for  Default.  If,  after  notice  of  termination  of  CONTRACTOR’s 

right to proceed under the provisions of this clause, it is determined for any reason that CONTRACTOR was not in  default  under  the  provisions  of  this  clause, or  that  the  delay was  excusable  under  the  provisions  of  this clause, the rights and obligations of the parties shall, if the contract contains a clause providing for termination for convenience of GEDA, be the same as if the notice of termination had been issued pursuant to such clause. If,  in  the  foregoing  circumstance,  this  Contract  does  not  contain  a  clause  providing  for  termination  for convenience  of  the  territory,  the  Contract  shall  be  adjusted  to  compensate  for  such  termination  and  the Contract modified accordingly. 

 13.1.6. Additional  Rights  and  Remedies.  The  rights  and  remedies  of  GEDA  provided  in  this 

clause are in addition to any other rights and remedies provided by law or under this contract. 

 13.2.  Termination for Convenience. 

 13.2.1.  Termination.  GEDA may, when  the  interests of  GEDA or  the Government so  requires, 

terminate this Contract  in whole or  in part,  for  the convenience of GEDA or of  the Government. GEDA shall give written notice  of  the  termination  to  CONTRACTOR  specifying  the  part  of  the  Contract  terminated and when termination becomes effective. 

 13.2.2. Contractor’s Obligations.   CONTRACTOR shall incur no further obligations in connection 

with  the  terminated  performance  and  on  the  date  of  the  notice  of  termination  CONTRACTOR  will  stop performance to  the extent specified. CONTRACTOR shall  also  terminate outstanding orders and subcontracts as  they  relate  to  the  terminated work. CONTRACTOR shall  settle  the  liabilities  and  claims arising  out  of  the termination  of  subcontracts  and  orders  connected  with  the  terminated  work.  GEDA  may  direct CONTRACTOR to assign CONTRACTOR’s right,  title,  and  interest  under  terminated  orders  or subcontracts to GEDA. CONTRACTOR must still complete the work not terminated by the notice of termination and may incur obligations as necessary to do so. 

 13.2.3.  Right to Construction and Supplies. GEDA may require CONTRACTOR to transfer title 

and deliver to GEDA in the manner and to the extent directed by GEDA:  

13.2.3.1.  Any completed installation; and 

 13.2.3.2.        Such partially completed  installation supplies and materials, parts, tools, 

dies,  jigs,  fixtures,  plans,  drawings,  information,  and  contract  rights  (hereinafter  called  “construction material”)  as  CONTRACTOR  has  specifically  produced  or  specially  acquired  for  the  performance  of  the terminated part of this Contract. 

 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

78

 

  

CONTRACTOR shall  protect and  preserve property  in  the  possession  of  CONTRACTOR  in which GEDA or  the Government has an  interest.  If GEDA does not exercise this  right, CONTRACTOR shall use best efforts to sell such  construction,  supplies,  and  construction materials  in  accordance with  the  standards  of  13  GCA  §2706 (UCC). This  in no way implies  that the territory has breached the contract by exercise of  the Termination  for Convenience Clause. 

 13.2.4. Compensation. 

 13.2.4.1.                    CONTRACTOR shall  submit a  termination claim  specifying  the amounts 

due because of the termination for convenience together with the cost or pricing data to the extent required by  §  3118  (Cost  or  Pricing  Data)  of  the  Guam  Procurement  Regulations  bearing  on  such  claim.  If CONTRACTOR fails to file a termination claim within one (1) year from the effective date of termination, GEDA may pay CONTRACTOR, if at all, an amount set under subsection 13.2.4.3 

 13.2.4.2.                    GEDA  and  CONTRACTOR  may  agree  to  a  settlement  provided 

CONTRACTOR has filed a termination claim supported by cost or pricing data to the extent required by § 3118 (Cost or  Pricing  Data)  of  the  Guam  Procurement Regulations  and  that  the  settlement  does  not  exceed  the total Contract  Price  plus  settlement  costs  reduced by  payments  previously made  by  GEDA,  the  proceeds of any sales of construction, supplies, and construction materials under the “Right to Construction and Supplies,” subsection above and the Contract Price of the work not terminated. 

 13.2.4.3.           Absent  complete  agreement  under  subsection  13.2.4.2,  above,  GEDA 

shall  pay  CONTRACTOR  the  following  amounts,  provided  payments  agreed  to  under  subsection  13.2.4.2, above, shall not duplicate payments under this subsection: 

 13.2.4.3.1.  with respect to all contract work performed prior to the effective 

date of the  notice of termination, the total (without duplication of any items) of: 

 13.2.4.3.1.1.    the  cost  of  such  work  plus  a  fair  and  reasonable 

profit on such portion of the work (such profit shall not include anticipatory profit or consequential damages) less  amounts paid or  to  be paid  for  completed portions  of  such work; provided,  however, that  if  it  appears that CONTRACTOR would have sustained a  loss  if  the entire Contract would have been completed, no profit shall be allowed or included and the amount of compensation shall be reduced to reflect the anticipated rate of loss; 

 13.2.4.3.1.2.    Cost of settling and paying claims arising out of the 

termination of subcontracts or orders pursuant to the “CONTRACTOR’s Obligations” subsection above. These costs must not include costs paid in accordance with subsection 13.2.4.3.1.1, above. 

 13.2.4.3.1.3.    The    reasonable    settlement    costs    of  

CONTRACTOR,  including  accounting,  legal,  clerical,  and  other  expenses  reasonably  necessary  for  the preparation  of  settlement  claims  and  supporting  data  with  respect  to  the  termination  portion  of  the Contract  and  for  the  termination  of  subcontracts  under  this  Contract,  together  with  reasonable  storage, transportation, and other costs incurred in connection with the protection or disposition of property allocable to the terminated portion of this Contract. The total sum to be paid CONTRACTOR under this subsection shall 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

79

 

  

not  exceed  the  total  Contract  Price  plus  the  reasonable  settlement  costs  of  CONTRACTOR  reduced  by  the amount  of  payments  otherwise made,  the  proceeds  of  any  sales  of  supplies  and  manufacturing  materials under  the  above  subsection  “Right  to  Construction  and  Supplies,”  and  the  Contract  Price  of  work  not terminated. 

 13.2.4.4.  Costs claimed, agreed to, or established under subsections 13.2.4.2 and 

13.2.4.3 shall be in accordance with Chapter 7 (Cost Principles) of the Guam Procurement Regulations. 

 ARTICLE 14.  LIQUIDATED DAMAGES 

 The  standard  clause  in  the Guam  Procurement Regulations  regarding  liquidated  damages has been replaced with the following: 

 If CONTRACTOR shall neglect, fail or refuse to complete the work on time in accordance with the contract  completion date, CONTRACTOR does hereby agree, as part of the consideration for the awarding of  this  contract,  to  pay  to  GEDA  the amount  of  One Thousand Dollars $1,000.00 per calendar day thereafter, not as a penalty but as liquidated damages. The said amount  is  fixed and agreed upon by and between CONTRACTOR and GEDA because of the impracticability and extreme difficulty of  fixing and ascertaining  the actual damages GEDA and  the Government of Guam would in such event sustain. 

 It is further agreed that time is of the essence of each and every portion of this Contract and of 

the specifications wherein a definite and certain length of time is fixed for the performance of any act whatsoever; and where under  the  Contract  an  additional  time  is  allowed  for  the  completion  of  any work, the new time limit fixed by such extension shall be of the essence of this Contract. Provided, that CONTRACTOR  shall  not  be  charged  with  liquidated  damages  of  any  excess  cost  when  the  delay  in completion of the work is due: 

 a.    to any preference, priority or allocation order duly issued by GEDA. b.   to Excusable Events; and 

c.    to any delays of Subcontractors or suppliers occasioned by any of the causes specified in subsections (a) and (b) of this Article. 

 Provided further that CONTRACTOR shall, within seven (7) calendar days from the beginning of 

delay give written notice as to the causes of the delay to the Contracting Officer, who will ascertain the facts  and  extent  of  the  delay  and  notify  CONTRACTOR within  reasonable  time  of  his  decision  in  the matter. 

  CONTRACTOR must  note  that  Guam  by  nature  has  frequent  rainfall  causing  suspension  of 

work. Said suspensions shall NOT qualify for time extensions unless the weather is unusually severe. 

   

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

80

 

  

ARTICLE 15.  INDEMNITY, INSURANCE AND SAFETY 

 15.1.  Indemnity. 

 15.1.1. Responsibility for Claims and Liabilities. 

 15.1.1.1.                  CONTRACTOR shall  be  responsible  for  all   personal   injury,  wrongful 

death  or  property  damage  resulting  from  the  contractual  breaches  or  negligent  or  intentional  acts  or omissions  of  CONTRACTOR,  or  CONTRACTOR’s  consultants,  subcontractors,  agents,  employees  or  other person or entity for whom CONTRACTOR is responsible. 

 15.1.1.2.                    To  the  full  extent  permitted  by  law,  CONTRACTOR shall  indemnify, 

defend  and  hold  harmless  GEDA,  the  Government  of  Guam,  and  the  PMO  Consultant(collectively  the “Additional  Indemnitees”),  from  all  claims,  suits,  damages,  causes  of  action,  costs  of  defense,  including reasonable  attorney  fees,  and  judgments  to  the  extent  caused by  the  negligent   or  intentional  acts,  errors, mistakes, omissions or contractual breaches of CONTRACTOR, or CONTRACTOR’s consultants, subcontractors, agents,  employees,  or  other  persons  or  entities  for  whom  CONTRACTOR is  responsible arising under this Contract.  This indemnification obligation shall not be limited by any insurance coverage. 

 15.1.1.3.           The    CONTRACTOR shall    defend    all    actions    or    claims    charging 

infringement  of  any  copyright  or  patent  by  reason  of  the  use  or  adoption  of  any  designs,  drawings  or specifications  supplied by  the CONTRACTOR and  shall  indemnify  and hold harmless GEDA and all Additional Indemnitees  from  loss  or  damage  resulting  therefrom,  including  reasonable  attorneys’  fees,  unless  such infringement claims arise solely out of the negligent acts or omissions of GEDA. 

 15.1.2. Hazardous  Materials.    Both  parties  acknowledge  that  CONTRACTOR’s  services  do  not 

include   any   services  related   to   the   presence   of   any   hazardous   or   toxic   materials.   GEDA   agrees, notwithstanding  any  other  provision  of  this  Contract,  to  save  and  hold  harmless  CONTRACTOR  from  any and all claims, demands or costs arising out of or in any way connected with the detection, presence, handling, removal, abatement, or disposal of any asbestos or hazardous or toxic substances, products or materials that exist on, about or adjacent to the Project site. 

   

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

81

 

  

15.2.   Insurance.  CONTRACTOR shall carry insurance as set forth below and as may be required by law, all  in minimum amounts as set forth below by  insurance carriers  licensed to conduct business on Guam and  having  a  financing  rating  of  at  least  A‐  (Excellent)  by  A.M.  Best,  or  Aa3  (Excellent)  by Moody’s, or  AA‐ (Strong)  by  Standard  &  Poors.      Except  for  Workers’  Compensation,  all  such  insurance  shall  name,  by endorsement  delivered  and  reasonably  satisfactory  to  GEDA,  as  additional  named  insured,  GEDA,  the Government of Guam,  the PMO Consultant,  the Designer, and  such other persons  as GEDA may  reasonably designate.    Within  ten  (10)  days  of  receiving  notice  of  award  and  no  later  than  thirty  (30)  days  prior  to expiration  thereafter, CONTRACTOR  shall  provide  GEDA with  Certificates  of  Insurance  certifying  that  all  the insurance coverage required pursuant to this Section is in effect and providing that it shall not be cancelable or materially  reduced except  upon  ninety  (90)  days’ written notice  to  GEDA  of  such  proposed  cancellation  or reduction.    The  certificates  of  insurance,  with  respect  to  CONTRACTOR’s  insurance  described  below,  shall state that such coverage is primary and without right of contribution from any  insurance carried by GEDA or the Government of Guam, or any other additional insured and that the liability assumed by the CONTRACTOR under  this  Contract  (including,  without  limitation,  the  indemnity  obligations  under  this  Contract)  has  been specifically  insured  under  the  policies  below,  but  such  insurance  in  no  way  limits  CONTRACTOR’s  liability hereunder. 

 15.2.1.  The  CONTRACTOR shall  maintain  the  following  insurance.  Any  deductible  and/  or self‐insured retention shall not exceed $250,000. 

 15.2.1.1.  Commercial  General  Liability  Insurance,  including  coverage  for  blanket 

contractual  liability  broad  form  property  damage,  and  personal  injury, political  risk,  and  products/completed  functions.    Such coverage  shall have a minimum combined single  limit of  liability of at  least One Million Dollars  ($1,000,000.00)  and  a  general  aggregate  limit  of  Two  Million Dollars ($2,000,000.00). 

 15.2.1.2.  Comprehensive  Automobile  Liability  Insurance,  including  hired  and  non‐ 

owned  vehicles,  covering  personal  injury,  bodily  injury,  and  property damage  in  the amount of One Million Dollars  ($1,000,000.00) combined single limit. 

 15.2.1.3.  Workers’  Compensation   Insurance   in  the  amount  of  Guam  statutory 

requirement. 

 15.2.1.4.  Professional  Liability  and  Errors  and  Omissions  Insurance  written  on  a 

claims made  form with  at  least  One Million  Dollars  ($1,000,000.00) per claim/annual  aggregate  limits  (including  contractual   liability  coverage with all coverages retroactive to the earlier of the date of this Contract or the  commencement of  the  services  in  relation  to  the  Project),  covering personal  injury, bodily injury, and property damages, said coverage to be maintained  for  a  period  of  three  (3)  years  after  completion  of  final inspection by permitting authorities.  

   

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

82

 

  

15.2.1.5  Risk insurance against all risks of physical loss and/or damage (subject to normal  policy  exclusions)  to  all  Work  Product,  buildings,  structures, materials  and  real property to  be  incorporated  into  and  forming part of the  Project,  whether  or  not  such  Work  Product,  buildings,  structures, materials  or  real  property will  have  been  supplied  or made  available  to GEDA by the CONTRACTOR. 

 15.2.1.5.1.            The  Builder’s  All  Risk  policy  shall  be  endorsed  to  add  all 

Subcontractors,  as  named  insured,  as  their  interests may appear  and  to  waive  the  carrier’s  right  of  recovery under subrogation  against  all    Subcontractors,    whose    interests are insured under such policy. 

 15.2.1.5.2.        Claims under the Builder’s All Risk insurance provided shall 

be  subject  to  a  deductible  amount  of  $50,000  per occurrence.  If claim results from any construction activity, the  deductible  amount  herein  shall  be  paid  by  the CONTRACTOR. 

 15.2.1.5.3.            GEDA  shall  not  be  responsible  for  loss  or  damage  to  or 

obtaining  and/or  maintaining  in  force  insurance  on temporary  structures,  construction  equipment,  tools  or personal  effects,  owned  by  or  rented  to  or  in  the  care, custody  and  control  of  the  CONTRACTOR  or  any Subcontractor. 

 15.2.1.5.4.        The Builder’s All Risk policy shall be endorsed to waive the 

carrier’s right of  recovery under  subrogation against GEDA and  all  GEDA  representatives, whose  interests are  insured under such policy. 

 15.2.1.5.5.       CONTRACTOR and GEDA waive all rights against each other 

for  all  risk  of  loss  to  the  extent  covered  by  insurance provided      under      this      Section.            CONTRACTOR     shall require similar waivers from Subcontractors. 

 

15.2.1.6.  Excess  Liability  Insurance  with  limits  of  Two  Million  Dollars ($2,000,000.00) or higher. 

 

15.3.  Safety.  GEDA shall not be responsible for the safety, safety requirements and safety programs applicable   to  CONTRACTOR’s employees,  consultants,   subcontractors,  and  other  parties  with  whom CONTRACTOR has contracted to perform the services to complete the Project.  The CONTRACTOR shall report to GEDA and  the PMO,  in writing,  any  injury or  accident  at  the Project site  involving  its  employees, consultants, subcontractors, or other parties for whom it is responsible, within forty‐eight (48) hours or a shorter period of time if required by law.  Oral notification is expected sooner, especially in the event of death or  serious  bodily  injury.    The  CONTRACTOR shall  not  be  responsible  for  the  safety  requirements  or 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

83

 

  

programs  applicable  to  other  Government  of  Guam  or  GEDA  contractors.     The CONTRACTOR shall, however, promptly notify GEDA and the PMO, in writing, if it observes any construction activity or practice which the CONTRACTOR knows to be in violation of OSHA or other safety standards. 

 ARTICLE 16.  CHANGE ORDERS 

 16.1.  Change  Order.  The  head  of  a  Purchasing  Agency,  at  any  time,  and  without  notice  to  the 

sureties, in a signed writing designated or indicated to be a change order, may order: 

 16.1.1.  changes in the work within the scope of this Contract; and  16.1.2.  changes in the time for performance of this Contract that do not alter the scope of the 

Contract. 

 16.2.    Adjustments of Price or Time for Performance. If any such change order increases or decreases 

the  CONTRACTOR’s  cost  of,  or  the  time  required  for,  performance  of  any  part  of  the  work  under  this Contract, whether or not  changed by  the order, an  adjustment shall  be made and  this  Contract modified  in writing  accordingly.   Any  adjustment  in  contract price made pursuant  to  this  clause  shall  be  determined  in accordance with the Price Adjustment Clause of this Contract.  Failure of the parties to agree to an adjustment shall  not  excuse  the  CONTRACTOR  from  proceeding  with  the  Contract  as  changed,  provided  that  GEDA promptly  and  duly  make  such  provisional  adjustments  in  payments  or  time  for  performance  as  may  be reasonable. By proceeding with the work, CONTRACTOR shall not be deemed to have prejudiced any claim for additional compensation, or an extension of time for completion. 

 16.3.        Written Certification.    CONTRACTOR shall  not  perform any  change order  in  excess of  $5,000 

unless    it    bears,    or    CONTRACTOR has    separately    received,    a    written   certification,    signed   by    the Administrator  that  funds are available  therefor; and,  if acting  in good  faith, CONTRACTOR may rely upon the validity of such certification. 

 16.4.    Time  Period  for  Claim. Within  thirty  (30)  days  after  receipt  of  a  written  change order  under 

Section  16.1  (Change  Order)  of  this  Article,  unless  such  period  is  extended  by  the  head  of  the  Purchasing Agency  in  writing,  CONTRACTOR  shall  file  notice  of  intent  to  assert  a  claim  for  an  adjustment.  Later notification shall not bar CONTRACTOR claim unless the territory is prejudiced by the delay in notification. 

 16.5.    Claim Barred After Final Payment. No claim by CONTRACTOR for an adjustment hereunder shall 

be allowed if notice is not given prior to final payment under this Contract.  

16.6.  Claims Not Barred. In the absence of such a change order, nothing  in this clause shall  restrict  CONTRACTOR’s right to pursue a claim arising under this Contract, if pursued in accordance with the clause entitled “Claims Based on Government Actions or Omissions” or for breach of contract. 

   

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

84

 

  

ARTICLE 17.  WARRANTIES 

 17.1.  Scope of Warranty. 

 17.1.1.  CONTRACTOR warrants  that  the  Work,  including  without  limitation,  labor,  materials, 

equipment  and  its  functionality  and  performance  will  be  free  from  defects,  conform  to  and  meet  the requirements of this Contract and the Contract Documents; and 

 17.1.2. That  CONTRACTOR will  furnish  any  separate  guarantee  or  extended warranty  for 

CONTRACTOR’s Work, or portions thereof, required by this Contract or the Contract Documents. 

 17.2.        CONTRACTOR’s  Obligation.      CONTRACTOR,  at  its  own  expense,  in  accordance  with  the 

requirements of  the Contract Documents and  this  Contract,  shall  repair  or  replace  any  portion  of  the Work which  proves  defective  within  one  (1)  year  (or  such  longer  period  as  may  be  specified  in  the  Contract Documents, provided  in any separate guarantee or extended warranty, or  required by  law)  from the date of acceptance of the Work as defined in the Contract Documents and repair any damage to other work caused by the defect or  the repair of  the defect.  If CONTRACTOR fails  to begin or complete any  repair or  replacement within  the  time  directed  by  GEDA,  GEDA  may  undertake,  but  shall  not  be  obligated  for  CONTRACTOR’s benefit  to undertake, such  repair or  replacement at CONTRACTOR’s expense, as described  in  this Article and CONTRACTOR  shall  reimburse  GEDA  within  ten  (10)  days  of  demand  for  any  costs  incurred,  including  an additional twenty percent (20%) for overhead. 

 17.3.  GEDA May Correct Defective Work. 

 17.3.1.  If  CONTRACTOR  fails  to  correct  defective  Work  or  to  remove  and  replace  rejected 

Work, as  required  by GEDA  in  accordance with  this  Article, or  if  CONTRACTOR fails  to  perform the Work  in accordance with  the Contract Documents, or  if CONTRACTOR fails  to comply with any other provision of the Contract Documents, Owner may, ten (10) days after written notice to CONTRACTOR, correct and remedy any such deficiency.    In  the  case of  an emergency or other condition  endangering  life  or property due to either defective work done or unsafe working condition established by the CONTRACTOR, GEDA may act immediately and without notice to CONTRACTOR to remedy the condition. 

 17.3.2. In   exercising   the   rights   and   remedies  under   this   paragraph,  GEDA   shall   proceed 

expeditiously.    In  connection  with  such  corrective  and  remedial  action,  GEDA  may  exclude  CONTRACTOR from  all  or  part  of  the  Project  site,  take  possession  of  all  or  part  of  the Work  and  suspend  CONTRACTOR services related thereto, and incorporate in the Work all materials and equipment stored at the Project site or for  which  GEDA  has  paid  CONTRACTOR  but  that  are  stored  elsewhere.    CONTRACTOR  shall  allow  GEDA, GEDA’s authorized representatives, agents and employees, GEDA’s other contractors, and the PMO, access to the Project site to enable GEDA to exercise the rights and remedies under this paragraph. 

 17.4.      All  claims,  costs,  losses,  and  damages  including,  but  not  limited  to,  all  fees  and  charges  of 

engineers,  architects,  and  other  professionals  and  all  attorney  fees,  disbursements  and  costs  incurred  or sustained  by  GEDA  in  exercising  the  rights  and  remedies  under  this  Article  will  be  charged  against CONTRACTOR,  and  a  Change  Order  will  be  issued  incorporating  the  necessary  revisions  in  the  Contract Documents with respect to the Work; and GEDA shall be entitled to an appropriate decrease in the Contract 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

85

 

  

Price.    If  the  parties  are  unable  to  agree  as  to  the  amount  of  the  adjustment,  GEDA  may  make  an adjustment  to  the Contract Price as provided  in Section 11.1.5.   Such claims, costs,  losses and damages will include  but  not  be limited  to all  costs of  repair, or  replacement of work of others destroyed or damaged by correction, removal, or replacement of CONTRACTOR’s defective Work. 

 17.5.        CONTRACTOR shall   not   be   allowed  an  extension  of    the  Contract   Time   (or   milestones) 

because of any delay  in  the performance of  the Work attributable  to  the exercise by GEDA of GEDA’s rights and remedies under this Article. 

 ARTICLE 18.  EMPLOYMENT OF APPRENTICES (Executive Order 2012‐04) 

 18.1.        CONTRACTOR shall  employ  at  least  one  (1)  apprentice  for  every  ten  (10)  workers  for  the 

duration of  the Project, and not  less  than one  (1) apprentice  for  the Project.   This  requirement may only be waived if GEDA certifies in writing that no apprentice is available. 

 18.2.      To  qualify  as  an  apprentice  (“Qualified Apprentice”),  the  individual(s) must  be enrolled  in  an 

apprenticeship program approved or sponsored by the Department of Public Works, including but not limited to any apprenticeship programs registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training, or the Guam Community College, or the Guam Contractors Association. 

 18.3.        In  lieu  of  Qualified  Apprentices,  GEDA  may  authorize  CONTRACTOR  to  employ  individuals 

who will be supervised and engaged in on‐the‐job training (“OTJ Apprentice”).  The number of OTJ Apprentices employed in  lieu of a single Qualified Apprentice shall be determined by GEDA depending on the nature and size of the particular project. 

 18.4.    Within  seven  (7)  working  days  of  CONTRACTOR’s execution  of  this  Contract,  CONTRACTOR 

shall provide GEDA with the following information, certified as true and correct by an officer of CONTRACTOR.   In  the  event  of  any  change  in  the  information  provided,  CONTRACTOR must  provide GEDA with an updated certification within seven (7) working days of the change and an explanation for such change. 

 18.4.1. The total number of workers employed for the Project; 

 18.4.2. The name, position title, and name of approved or sponsored apprenticeship program 

for each Qualified Apprentice or name, title and supervisor for each. 

 18.5.        If  CONTRACTOR  is  seeking  to  hire  OTJ  Apprentices  in  lieu  of  Qualified  Apprentices, 

CONTRACTOR must  submit  its  request  to  GEDA within  seven  (7)  working days  of  CONTRACTOR’s execution of this Contract with an explanation supporting CONTRACTOR’s request.   If denied, CONTRACTOR shall employ Qualified Apprentices as required herein.   If approved, GEDA shall advise CONTRACTOR of the number of OTJ Apprentices it shall employ  in lieu of a single Qualified Apprentice and shall provide GEDA with the following information,  certified  as  true  and  correct  by  an  officer  of  CONTRACTOR, within  seven  (7) working  days  of CONTRACTOR’s  receipt  of  GEDA’s  approval.  In  the  event  of  any  change  in  the  information  provided, CONTRACTOR must provide GEDA with an updated certification within seven (7) working days of the change and an explanation for such change. 

 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

86

 

  

18.5.1. The total number of workers employed for the Project; 

 18.5.2. The name, position title, and name of approved or sponsored apprenticeship program 

for each Qualified Apprentice, if any; and 

 18.5.3. The name, title and supervisor for each OTJ Apprentice. 

 18.6.        If  CONTRACTOR  is  seeking  a  waiver  of  its  obligation  to  hire  Qualified  Apprentices, 

CONTRACTOR must  submit  its  request  to  GEDA within  seven  (7)  working days  of  CONTRACTOR’s execution of this Contract with an explanation supporting CONTRACTOR’s request. 

 ARTICLE 19.  INDEPENDENT CONTRACTOR 

 In  the  performance  of  this  Contract,  it  is  expressly  understood  that  CONTRACTOR’s  status  is  that  of  an independent contractor and not as an agent, partner, joint venturer or employee of GEDA or the Government of Guam.    CONTRACTOR’s  conduct  shall  be  in  accordance with  that  status.  If  CONTRACTOR  is  comprised of more than one legal entity, each such entity shall be jointly and severally liable hereunder. 

 CONTRACTOR does  not  have,  nor  does  it  hold  itself  out  as  having,  any  right,  power  or  authority  to  create any contract or obligation, either express or implied, on behalf of, in the name of, or binding upon GEDA, or to pledge GEDA’s credit, or to extend credit in GEDA’s name.  In addition, nothing contained in this Contract shall be deemed or construed by the parties hereto, or by any third party, to create the relationship of principal and agent, or a partnership or a joint venture, or of any association between GEDA and CONTRACTOR. 

 ARTICLE 20.  WAGE DETERMINATION (5 G.C.A. Article 13) 

 20.1.     CONTRACTOR shall  pay   its  employees  whose  purpose   in  whole  or  in  part  is  the  direct 

delivery of services in accordance with the Wage Determination applicable to this Contract. 

 20.2.        In  addition  to  the  subsection  above,  CONTRACTOR shall  pay  said  employees  health  and 

similar  benefits  having  a  minimum  value  as  detailed  in  the  Wage  Determination,  and  shall  pay  them  a minimum of ten (10) paid holidays per year. 

 20.3.        CONTRACTOR  is  advised  that  the Guam Department of  Labor,  or  its  successor, shall monitor 

compliance with  the provisions of 5 G.C.A. Article 13, Wage and Benefit Determination.   The Director of  the Department  of  Labor,  or  that  person’s  successor,  shall  investigate  possible  or  reported  violations  of  the provisions  of  the  law, and  shall  forward  such  findings  to GEDA.   The Department of  Labor,  or  its  successor, shall promulgate rules and regulations, pursuant to the Administrative Adjudication law, as needed to ensure the equitable investigation of violations and the maintenance of due process, as well as the assessment of any monetary  penalties  in  the  event  of  a  violation,  providing  that  such  monetary  penalties  shall  be  limited  to assessment of no less than One Hundred Dollars ($100.00) per day, and no more than One Thousand Dollars ($1,000.00) per day, until such time as a violation has been corrected, as well as the payment of all back wages and benefits due. 

   

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

87

 

  

20.4.        In  the event there  is  a  violation,  CONTRACTOR may be placed on probationary  status by  the Chief Procurement Officer of the General Services Agency, or its successor, for a period of one (1) year.  During the  probationary  status,  CONTRACTOR  shall  not  be  awarded  any  contract  by  any  instrumentality  of  the Government of Guam.    In  the event CONTRACTOR  is placed on probationary  status,  or has been assessed a monetary  penalty  pursuant  to  5  GCA  Article  13,  CONTRACTOR may  appeal  such  penalty  or  probationary status to the Superior Court of Guam. 

 20.5.        CONTRACTOR has  submitted  a  Declaration of  Compliance  in with Wage Determination  laws 

with the most recent Wage Determination promulgated by the U.S. Department of Labor attached. 

 20.6.   Upon any renewal of this Contract, GEDA and CONTRACTOR agree that the Wage Determination 

promulgated  by  the  U.S.  Department  of  Labor  on  a  date  most  recent  to  the  renewal  shall  apply  to  this Contract. 

 ARTICLE 21.  MISCELLANEOUS PROVISIONS 

 21.1.        Labor and Materials.   The CONTRACTOR shall  secure, at  the CONTRACTOR’s own expense, all 

personnel, materials, and equipment  required to perform this Contract.   The CONTRACTOR shall ensure that the  CONTRACTOR’s  employees or  agents  are  experienced and  fully  qualified  to  engage  in  the  activities  and perform  the  services  required  under  this  Contract,  and  that  all  applicable  licensing  and  operating requirements imposed or required under the federal or Guam law, and all applicable accreditation and other standards  of  quality  generally  accepted  in  the  field  of  the  activities  of  such  employees  and  agents  are complied with and satisfied. 

 21.2.    Defective Work.   Any  errors  that may  be  discovered  before  the  completion  of  any  phase  or 

within  such  time  as  required  by  this  Contract  shall  be  fixed  by  the  CONTRACTOR to  conform  to  the  spirit and  the  intent  of  the  specifications  and  contract.      The  fact  that  GEDA  or  its  representatives  may  have overlooked defective work shall not constitute the acceptance of work. NO PAYMENT, WHETHER PARTIAL OR FINAL, SHALL BE CONSTRUED TO BE AN ACCEPTANCE OF DEFECTIVE WORK OR IMPROPER MATERIALS. 

 21.3.        Document Errors.    CONTRACTOR  is  liable  for document errors and damages (added costs)  to 

GEDA  and/or  the  GOVERNMENT  as  a  result  of  negligent  performance  and  for  correcting  any  errors  or omissions  in  the  drawings,  specifications,  designs,  or  other  services  furnished  by  the  CONTRACTOR. Corrections are to be at no cost to GEDA. 

 21.4.    Cooperation  with   Other  Government  Agencies   and   Contractors.     Formal   communication 

between CONTRACTOR and personnel of other governmental agencies or other contractors of GEDA shall be conducted  through  the  Administrator.    On  a  case‐by‐case  basis,  the  Administrator  may  direct  the CONTRACTOR in writing to work directly with personnel of other contractors or Government agencies. 

 21.5.    Prohibition Against  Liens.   CONTRACTOR acknowledges that  the Project  is  to proceed as  a no‐

lien project in accordance with the laws of Guam regarding public projects.  No party, therefore, shall have the right  to  assert  a  mechanics  or  other  lien  as  against  the  Project  and  the  CONTRACTOR shall  indemnify and hold harmless GEDA for all  cost, expenses and attorney fees, should  such a  lien be asserted on  its behalf or by its Consultants or any other entity for whom the CONTRACTOR is responsible. 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

88

 

  

21.6.   Venue and Governing Law.   CONTRACTOR hereby specifically consents to the exclusive 

jurisdiction and forum of the Superior Court of Guam with respect to any and all claims which may arise 

hereunder and waives any and all rights it may otherwise have had to contest the same or to proceed in a 

different jurisdiction or forum.  This Contract shall be governed by and construed in accordance with the laws of 

Guam. 

 21.7.        Compliance  with  Laws.      CONTRACTOR shall  comply  with  all  applicable  Federal,  and  Guam 

laws,  statutes  and  ordinances,  and with  all  legal  and  applicable  regulations  or  orders  of  any  governmental department, board, bureau or agency having jurisdiction over the subject of this Contract. 

 21.8.    Other Contracts.  GEDA or the Government may award other contracts for additional work, and 

CONTRACTOR  shall  fully  cooperate with  such  other  contractors  and  carefully  fit  the  work  to  that  provided under other contracts as may be directed by the Administrator.  CONTRACTOR shall not commit or permit any act which will interfere with the performance of work by any other contractor. 

 21.9.  Disputes. 

 21.9.1. GEDA  and  CONTRACTOR  agree  to  attempt  resolution  of  all  controversies which  arise 

under,  or  are  by  virtue  of,  this  Contract  through mutual  agreement.   If  the  controversy  is  not  resolved  by mutual  agreement,  then  the  controversy  shall  be  decided  by  GEDA  in  writing  within  sixty  (60)  days  after CONTRACTOR shall request GEDA in writing to issue a final decision.   If GEDA does not issue a written decision within sixty (60) days after written request for a final decision, or within such longer period as may be agreed upon  by  the  parties,  then  CONTRACTOR  may  proceed  as  though  GEDA  had  issued  a  decision  adverse  to CONTRACTOR. 

 21.9.2. GEDA  shall  immediately  furnish  a  copy  of  the  decision  to  CONTRACTOR by  certified 

mail with a return receipt requested, or by any other method that provides evidence of receipt. 

 21.9.3. GEDA’s  decision  shall  be  final  and  conclusive,  unless  fraudulent  or  unless  CONTRACTOR appeals the decision as follows: 

 (i)  For disputes involving money owed by or to GEDA under this Contract, CONTRACTOR  appeals  the decision  in  accordance with  the Government Claims Act by   

filing  a  government claim with GEDA no  later than eighteen months after the decision  is  rendered by GEDA or  from the date when a decision should have been rendered. 

 (ii)         For   all   other  disputes   arising   under   this   Contract,  CONTRACTOR files   an 

appeal with the Office of  the Public Accountability pursuant  to 5 G.C.A.   §§ 5706(a) and 5427(e) within sixty days of GEDA’s decision or from the date the decision should have been made. 

 21.9.4. CONTRACTOR shall exhaust all administrative remedies before filing an action in the 

Superior Court of Guam in accordance with applicable laws. 

   

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

89

 

  

21.9.5.  CONTRACTOR  shall  comply    with    GEDA’s    decision    and    proceed    diligently    with performance  of  this  Contract  pending  final  resolution  by  the  Superior  Court  of  Guam  of  any  controversy arising  under,  or  by  virtue  of,  this  Contract,  except  where  CONTRACTOR  claims  a  material  breach  of  this Contract  Agreement by GEDA.   However,  if  GEDA determines  in writing  that  continuation  of  services under this  Contract  is  essential  to  the  public’s  health  or  safety,  then  CONTRACTOR  shall  proceed  diligently  with performance of the Contract notwithstanding any claim of material breach by GEDA. 

 21.10.  Contract  Binding  Upon  Parties,  Successors.    It  is  agreed  that  this  Contract  and  all  of  the 

covenants  hereof  shall  inure  to  the  benefit  of,  and  be  binding  upon,  GEDA  and  CONTRACTOR and  their respective successors and assigns as permitted. 

 21.11.  Notices,  Correspondence  and  Payments.      All  notices,  correspondence,  demands,  requests, 

instructions,  approvals,  proposals  and  claims must  be  in writing.   Unless  otherwise provided  for  by  law,  all notices required to be sent to either party hereunder shall be sent to the parties at the address stated below, either by mail, delivered personally, or by facsimile and confirmed by mail.  Service by mail shall be by certified mail,  return‐receipt requested, postage pre‐paid and shall be deemed effective ten (10) days after mailing or on the date actually received, whichever is earlier.   Service by personal delivery shall be deemed effective on delivery and service by facsimile shall be deemed effective from the date of facsimile. 

 For GEDA:  Administrator 

Guam Economic Development Authority ITC Building, Suite 511 590 South Marine Corps Drive Tamuning, Guam 96931 Tel: (671) 647‐4332 Facsimile: (671) 649‐4146 

 For CONTRACTOR:  Attn: [NAME] 

[NAME OF COMPANY] [ADDRESS] Tel:            Facsimile:         

   

Each party may change its designated address by serving notice, in writing, on the other party as provided above. 

 21.12.  Subcontractors.    CONTRACTOR  shall  not  be  permitted  to  subcontract  any  portion  of  this 

Contract without  the prior written consent of GEDA.    CONTRACTOR shall  file a copy of all  subcontracts with GEDA.    GEDA’s  approval  of  a  subcontract  shall  not,  in  any  event,  relieve  CONTRACTOR of  its  responsibility under  this Contract.   CONTRACTOR shall not assign any of  its  interests or obligations hereunder without  the prior written consent of GEDA.   Any attempted assignment or subcontract without the prior written consent of GEDA shall be void.  Where a subcontract is permitted, CONTRACTOR agrees to bind every subcontractor by  the  terms  of   this  Contract  and  all  Contract  Documents.       Nothing   in   this  Contract  or  the  Contract 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

90

 

  

Documents shall be construed as creating any contractual relation between any subcontractor and GEDA. 

 21.13.  Severability.      If  a  provision  of  this  Contract,  or  the  application  thereof  to  any  person  or 

circumstances  is  rendered  or  declared  illegal  for  any  reason  or  shall  be  invalid  or  unenforceable,  the remainder of this Contract and the application of such provision to other persons or circumstances shall not be affected thereby but shall be enforced to the greatest extent permitted by applicable  law.   The parties agree to  negotiate  in  good  faith  for  a  proper  amendment  to  this  Contract  in  the  event  any  provision  hereof  is declared illegal, invalid, or unenforceable. 

 21.14.  Entire  Agreement.    This  Contract  and  the  Contract  Documents  as  identified  in  Article  3, 

constitute  the  entire  agreement  between  the  parties,  and  no  prior  or  contemporaneous  written  or  oral promises, representations or assurances shall be deemed to alter the provisions hereof. 

 21.15.  Attorneys’  Fees  and  Costs.    If  GEDA  retains  an  attorney or  attorneys  to  enforce  any  of  the 

provisions of this Contract, or to protect its interest in any matter arising under this Contract, or to recover damages for the breach thereof, or GEDA commences an action for any of the foregoing reasons or to resolve any dispute relating to this Contract, and GEDA prevails, then GEDA shall be entitled to recover from CONTRACTOR,  GEDA’s  reasonable  attorneys’  fees,  costs  and  expenses  incurred  in  connection  with  any  such action.  If CONTRACTOR retains an attorney or attorneys regarding this Contract, any recovery of attorneys’ fees, costs or expenses from GEDA by CONTRACTOR is limited by and subject to the Government Claims Act and any other applicable Law. 

 21.16.  Remedies.  Any  dispute  arising  under  or  out  of  this  contract  is  subject  to  the  provisions  of 

Chapter 9 (Legal and Contractual Remedies) of the Guam Procurement Regulations. 

[SIGNATURES ON FOLLOWING PAGE] 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

91

 

  

IN WITNESS WHEREOF  the parties hereto have executed this Contract on  the dates written by  their respective signatures.  GUAM ECONOMIC DEVELOPMENT AUTHORITY 

 By:  MANA SILVA TAIJERON 

   Acting Administrator Date:   CERTIFIED FUNDS AVAILABLE: GUAM ECONOMIC DEVELOPMENT AUTHORITY 

[NAME OF COMPANY]    

By:  Name: Title: Date: BUREAU OF BUDGET AND MANAGEMENT RESEARCH 

 By: 

BERNICE TORRES  

  Certifying Officer Source:  Hotel Occupancy Revenue Bonds, 

Series 2011A Acct. No.  5251D129962CT204450

 

 

By: 

   

JOSE CALVO Director  

Amount:  $XXXXXXXX     

 Acct. No.  5251D129962CT215450

Date: 

Amount:  $XXXXXXXX 

 Date: 

 APPROVED AS TO LEGALITY AND FORM: OFFICE OF THE ATTORNEY GENERAL ELIZABETH BARRETT‐ANDERSON, ATTORNEY GENERAL OF GUAM 

 

By:    

 

ELIZABETH BARRETT‐ANDERSON  Attorney General of Guam  

Date:  

APPROVED: GOVERNOR OF GUAM 

   

EDWARD J.B. CALVO 

 Date:  

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

92

 

  

EXHIBIT A‐ GENERAL PROJECT SCOPE   

Provide  labor,  materials  and  equipment  for  the  construction  of  pedestrian  crosswalks  at  the  DFS  Galleria Intersection crosswalks on Pale San Vitores Road, Tumon.   Construction consist of  improving pedestrian traffic with  new  crosswalks  and  upgrades  to  existing  crosswalks.  Installation  and  improvements  include  but  are  not limited  to  placement  of  crosswalk  striping,  installation  of  bollards,  railings  and  improvement  to  traffic signalization. Construction period is 120 calendar days, upon receipt of Notice to Proceed.  Provide  labor, materials and equipment for the construction of two (2) 45’ concrete span‐wire poles alongside Route 1 near the Chamorro Village, Hagåtña.  Construction consists of excavations, archeological monitoring and possible  data  recovery  of  historical  findings  coinciding within  the  two  (2)  pole  excavations,  augering  for  pole foundations, erection of concrete span‐wire poles, and construction of the pole foundations in order to provide supports for a future span‐wire traffic signal pole and pedestrian crosswalk across Route 1.          

                   

 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

93

 

  

EXHIBIT B – PROJECT SCHEDULE    

MILESTONE:  DEADLINE: 

Project Start    Upon NTP 

Submission of Contractor’s Schedule and Submittals as required by Project Documents  NTP + 7 Calendar Days 

Permits Obtained  NTP + 30 Calendar Days 

Construction Start  NTP + 35 Calendar Days 

Completion of Chamorro Village Crosswalk Work  NTP + 60 Calendar Days 

Substantial Completion Crosswalks at DFS Galleria Intersection, Tumon 

NTP + 110 Calendar Days 

Approved Inspection by Permitting Authorities  NTP + 115 Calendar Days 

Punch List Completion    NTP + 120 Calendar Days 

Close‐Out Documentation Complete    Twenty (20) working days after Punch List Completion

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

  

   

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

94

 

  

EXHIBIT C ‐ PAYMENT SCHEDULE  

[TO BE INSERTED] 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

95

 

  

ATTACHMENT H:  PERFORMANCE BOND  

 

PERFORMANCE BOND  

BOND NO.   

  

KNOW ALL MEN BY THESE PRESENTS that 

(Name of Contractor), a  (type of entity) formed under the laws of  and authorized  to  transact  business  on  Guam,  whose  address    is 

hereinafter  called  “Contractor,”  as  Principal,  and 

(NAME  OF  SURETY),a   (type 

of  entity)  formed  under  the  laws  of  the  State  of  ,  and  authorized  to transact business on Guam, as Surety, hereinafter called “Surety,” are held and  firmly bound unto  the GUAM ECONOMIC  DEVELOPMENT  AUTHORITY  AND  GOVERNMENT  OF  GUAM,  as  Obligee,  hereinafter  collectively called                      the                      “Authority,”                      in                      the                      amount                      of 

Dollars   ($ ), for  the  payment  whereof  Contractor  and  Surety  bind  themselves,  their  heirs,  executors,  administrators, successors and assigns, jointly and severally, firmly by these presents. 

 

WHEREAS, Contractor has by written agreement dated  , 20 , entered into a 

Contract with the Authority for 

 IFB NO.15‐003  

FOR THE CONSTRUCTION OF CROSSWALKS AT THE DFS GALLERIA INTERSECTION, TUMON AND THE CHAMORRO VILLAGE, HAGATNA  

 

 in accordance with the plans, drawings, and specifications prepared by Lyon Associates, Inc., which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. 

 NOW,  THEREFORE,  THE  CONDITION  OF  THIS  OBLIGATION  is  such  that  if  Contractor  shall  promptly  and faithfully  perform  the  Contract,  then  this  obligation  shall  be  null  and  void;  otherwise  it  shall  remain  in  full force and effect.    Surety hereby waives notice of any alteration or extension provided  the same is within  the scope of  the Contract.  Whenever Contractor shall be and  is declared by the Authority  to be  in default under the  Contract,  the  Authority  having  performed  its  obligations  thereunder,  Surety  may  promptly  remedy  the default or shall promptly: 

 1.  Complete the Contract in accordance with its terms and conditions; or 

 2.  Obtain  a  bid  or  bids  for  completing  the  Contract  in  accordance with  its  terms and  conditions, 

and  upon  determination  by  the  Authority  and  Surety,  jointly,  of  the  lowest  responsive, 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

96

 

  

responsible  bidder,  arrange  for  a  contract  between  such  bidder  and  the  Authority,  and  make available as work progresses (even through there should be a default or a succession of defaults under  the  contract or  contracts  of  completion  arranged under  this  paragraph)  sufficient  funds to  pay  the  cost  of  completion  less  the  balance  of  the  contract  price,  but  not  exceeding, including  other  costs  and  damages for which  the  Surety may be  liable  hereunder, the  amount set forth in the first paragraph hereof. The term “balance of the contract price,” as used in this paragraph,  shall  mean  the  total  amount  payable  by  the  Authority  to  Contractor  under  the Contract  and  any  amendments  thereto,  less  the  amount  properly  paid  by  the  Authority  to Contractor.    No  right  of  action  shall  accrue  on  this  bond  to  or  for  the  use  of  any  person  or corporation other than the Authority or successor of the Authority. 

 

   

SIGNED AND SEALED this  day of  , 20 .  

   

IN THE PRESENCE OF: (Note: If the Principal is a partnership, each partner must execute the Bond)  

 

CONTRACTOR:  Witness: 

By: 

Name:  Name:  Title:  Title:    

 

By: Witness: 

Name:  Name:  Title:  Title:   SURETY  SURETY By: 

Name:  Name:  Title:  Title:   RESIDENTIAL GENERAL AGENT By: 

Name: 

Title:  

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

97

 

  

ATTACHMENT I:  LABOR AND MATERIAL PAYMENT BOND  

 

LABOR AND MATERIAL PAYMENT BOND  BOND NO.  KNOW ALL MEN BY THESE PRESENTS that  (Name of Contractor), a  (type of entity) formed under the laws of  and           authorized           to           transact           business           on           Guam,          whose           address           is  as   Principal,   hereinafter   called   “Principal,”   and  (NAME OF SURETY), a  (type of entity)  formed under  the  laws  of  the  State  of  ,  and  authorized  to  transact  business  on Guam, as Surety, hereinafter called “Surety,” are held and firmly bound unto the Guam Economic Development Authority  and  Government  of  Guam,  as  Obligee,  hereinafter  collectively  called  “Authority,”  for  the  use  and benefit          of          claimants          as          herein          below          defined,          in          the          amount          of  Dollars   ($ ),   for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 

 WHEREAS,  Principal  has  by  written  agreement  dated ,  2014,  entered  into  a contract with the Authority for: 

 IFB NO.15‐003 

FOR THE CONSTRUCTION OF CROSSWALKS AT THE DFS GALLERIA INTERSECTION, TUMON AND THE CHAMORRO VILLAGE, HAGATNA 

 In accordance with technical documents prepared by Lyon Associates, Inc., which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.  

NOW,  THEREFORE,  THE  CONDITION OF  THIS  OBLIGATION  is  such  that  if  Principal  shall  promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of  the  Contract,  then  this  obligation  shall  be  void;  otherwise  it  shall  remain  in  full  force and effect, subject, however, to the following conditions: 

 1.  A claimant is defined as one having a direct Contract with the Principal or with a subcontractor of the 

Principal  for  labor, material, or both, used or  reasonably  required for  use  in  the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. 

 2.  Principal  and  Surety  hereby  jointly  and  severally  agree  with  the  Authority  that  every  claimant  as 

hereinafter defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Authority shall not be liable for the payment of any costs or expenses of any such suit. 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

98

 

  

3.  No suit or action shall be commenced hereunder by any claimant: 

 a.    Unless claimant, other than one having a direct Contract with the Principal, shall have given 

written notice to any two of the following: The Principal, the Authority, or the Surety, within ninety  (90)  days  after  such  claimant  did  or  performed  the  last  of  the  work  or  labor,  or furnished  the  last  of  the  materials  for  which  said  claim  is  made,  stating  with  substantial accuracy  the  amount  claimed  and  the  name  of  the  party  to  whom  the  materials  were furnished,  or  for  whom  the  work  or  labor  was  done  or  performed.  Such  notice  shall  be personally served or served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal, Authority or Surety, at any place where an office is regularly maintained for the transaction of business. 

b.    After  the  expiration  of  one  (1)  year  following  the  date  on  which  the  last  of  the  labor was performed or material was supplied by the party bringing suit. 

c.  Other than in a court of competent jurisdiction in Guam. d.   The amount of this bond shall be reduced by and to the extent of any payment or payments 

made in good  faith hereunder, inclusive of  the payment by Surety of mechanics’  liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. 

 SIGNED AND SEALED this  day of  , 20 .  IN THE PRESENCE OF: (Note: If the Principal is a partnership, each partner must execute the Bond) 

PRINCIPAL:  Witness: 

By: 

Name:  Name:  Title:  Title:    

 

By: Witness: 

Name:  Name:  Title:  Title:   SURETY  SURETY By: 

Name:  Name:  Title:  Title:   RESIDENTIAL GENERAL AGENT By: 

Name: 

Title: 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

99

 

  

 

ATTACHMENT J:  ACKNOWLEDGEMENT OF RECEIPT FORM  

 

GUAM ECONOMIC DEVELOPMENT AUTHORITY 

Please acknowledge receipt of 

IFB NO.15‐003 FOR THE CONSTRUCTION OF CROSSWALKS AT THE DFS GALLERIA INTERSECTION, TUMON AND THE CHAMORRO VILLAGE, HAGATNA 

 Name of Prospective Offeror   Name of Person Receiving IFB   Signature  Date 

 Time  Contact Person regarding IFB   Company/Firm  Title 

 E‐mail Address  Contact Number 

 Fax Number  Address 

 Alternate Contact Information:  Name/Title 

 E‐mail Address  Contact Number 

 Fax Number 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

100

 

  

ATTACHMENT K:  TECHNICAL DRAWING LIST  

 

LIST OF TECHNICAL DRAWINGS       SHEET  DESCRIPTION  DATE                      

   

T‐01  TITLE  CROSSWALKS AT THE DFS GALLERIA INTERSECTION, TUMON 10/29/2015 

C‐01  GENERAL NOTES, LEGEND, & ABBREVIATIONS  10/29/2015 

C‐02  SITE LAYOUT PLAN ‐ 1  10/29/2015 

C‐03  SITE LAYOUT PLAN ‐ 2  10/29/2015 

C‐04  TRAFFIC CONTROL PLAN, PHASE 1 & 2  10/29/2015 

C‐05  TRAFFIC CONTROL PLAN, PHASE 3  10/29/2015 

C‐06  TRAFFIC CONTROL PLAN, PHASE 4  10/29/2015 

C‐07  DETAILS ‐ 1  10/29/2015 

C‐08  DETAILS ‐ 2  10/29/2015 

E‐01  NOTES, LEGEND AND DETAILS  10/29/2015 

E‐02  ELECTRICAL SITE PLAN PARTIAL  10/19/2015 

E‐03  SITE B ELECTRICAL SITE PLAN PARTIAL  10/19/2015 

P‐01 POLE LOCATION AND FOUNDATION PLAN‐CROSSWALKS AT THE CHAMORRO VILLAGE, HAGATNA 

11/23/2015 

       

***End*** 

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

101

 

  

ATTACHMENT L:  DRAWINGS, PLANS AND SPECIFICATIONS     

Method of Receipt  Found At  

Pick‐up or Mail  CD labeled:  GEDA IFB 15‐003 –  CONSTRUCTION OF CROSSWALKS AT THE DFS GALLERIA INTERSECTION, TUMON AND THE CHAMORRO VILLAGE, HAGATNA   

 

Download  www.investguam.com  

GEDA IFB 15‐003Construction of Crosswalks at the DDFS Galleria Intersection, Tumon and the Chamorro Village, HagatnaPage 

102

 

  

ATTACHMENT M:   PROJECT GENERAL CONDITIONS    

See Attached. 

 

Luisito
New Stamp
Luisito
New Stamp
Luisito
New Stamp
Luisito
New Stamp

TECHNICAL SPECIFICATIONS

FOR

CROSSWALKS AT DFS GALLERIA INTERSECTION,TUMON

AND AT CHAMORRO VILLAGE, HAGATNA

PREPARED BY:

LYON ASSOCIATES INC. 137 Murray Blvd., Suite 203

Hagatna, Guam 96910 USA Call: (671) 473-5966

SUPPLEMENTED BY:

Parsons Brinckerhoff, Inc. 590 South Marine Corps Drive, Suite 421

Tamuning, Guam

December 7, 2015

Crosswalks at Chamorro Village, Hagatña 100% PROGRESS and the DFS Galleria Intersection, Tumon September 04, 2015

________________________________________________________________________

SECTION 02 05 00 DEMOLITION AND REMOVAL - PAGE 2 OF 2

TABLE OF CONTENTS

DIV 02 EXISTING CONDITIONS 02 05 00 Demolition and Removal 02 20 00 Clearing and Grubbing of Site 02 30 00 Earthwork 02 74 00 Asphalt Concrete Pavement 02 75 05 Aggregate Base Course 02 75 20 Prime Coat 02 75 30 Tack Coat 02 75 80 Portland Cement Concrete Sidewalk, Curbs, and Gutters 02 80 10 Pavement Markings 02 89 00 Regulatory, Information, and Warning Signs 02 92 00 Lawns and Grasses DIV 03 CONCRETE 03 30 00 Concrete

-- END OF TABLE OF CONTENTS -

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 05 00 DEMOLITION AND REMOVAL - PAGE 1 OF 3

SECTION 02 05 00

DEMOLITION AND REMOVAL 1.0 PART 1 - GENERAL 1.01 WORK INCLUDED

A. Accomplish all demolition, removal, and related work indicated on or required by the drawings, and as specified herein.

B. Work shall include, but not be limited to the following:

1. All demolition works shall be as indicated on the Drawings.

2. Clearing and disposing of all debris, rubbish, junk

and miscellaneous items.

C. Temporary Environmental Controls shall be implemented prior to commencing demolition work.

1.02 GENERAL REQUIREMENTS

A. It shall be the responsibility of the Contractor to examine the project site and determine for himself the existing conditions.

B. Obvious conditions which exist on the site shall be

accepted as part of the work, even though they may not be clearly indicated on the drawings and/or described herein, or may vary there from.

C. All debris of any kind accumulated from the work of this

section shall be disposed of off the site. D. Burning of any debris on site will not be permitted. E. Permits and Notices

1. The Contractor shall apply for and obtain all necessary permits or certificates that may be required in connection with this work. The Contractor shall pay for fees required by other regulatory agencies.

2. The Contractor shall serve proper notice and consult with the Guam Economic Development Authority Representative regarding any temporary disconnections of utility lines in the area which may interfere with the removal work, and all such lines where necessary

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 05 00 DEMOLITION AND REMOVAL - PAGE 2 OF 3

shall be properly disconnected before commencing with the work.

3. The Contractor shall complete and submit a

Notification of Demolition to the Guam EPA 10 working days prior to the start of any demolition activities.

F. Protection: Throughout the work, protection shall be

provided for all roads, walks, property, etc., scheduled to remain. Safe working conditions shall be maintained at all times for all personnel, and temporary lights and barricades shall be provided and maintained.

G. Work shall be done in accordance with the Guam EPA

requirements. 2.0 PART 2 - PRODUCTS (Not Used) 3.0 PART 3 – EXECUTION

3.01 DEMOLITION AND REMOVAL A. All work shall be executed in an orderly and careful

manner, with due consideration for all items to remain, and the Contractor shall be strictly responsible for any damage thereto.

B. Water facilities shall be available and in operating

condition at all times. All dust, shall be suppressed by a fog spray or other approved method.

C. Demolish and remove existing asphalt paving, curbs, curb

ramps, sidewalks, driveways, landscape, and other obstructions or encumbrances of any kind or character as indicated on the drawings. Any active sanitary, water, drainage, electrical, etc., lines, vaults, boxes and manholes, shall be preserved and protected.

3.02 PROCEDURES

A. The procedures and the timetable proposed for the demolition work shall be submitted to the Guam Economic Development Authority for approval prior to the start of the work. The procedures shall provide for safe conduct of the work, careful removal and disposition of materials, protection of property which is to remain undisturbed, coordination with other work in progress. The procedures shall include a description of the method and equipment to be used for each operation and the sequence of each operation. Contractor shall be responsible for the restoration of any utility disconnected for this work.

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 05 00 DEMOLITION AND REMOVAL - PAGE 3 OF 3

3.03 DUST CONTROL

A. The amount of dust resulting from the demolition of existing asphalt concrete pavement, curb, curb ramp, landscape, sidewalks and driveways, shall be controlled to prevent the spread of dust and to avoid creation of a nuisance in the surrounding area. Use of water will not be permitted when it will result in, or create, a hazardous condition such as flooding, pollution, or contamination of surrounding air or soil.

3.04 LIMITS OF DEMOLITION

A. The Limits of Demolition shall be as directed on the Demolition Plans; however, work outside the Limits of Demolition necessary to complete the project shall be included.

3.05 BARRICADE

A. Erect temporary barricade as required, to prevent people and animals from entering the project area to the extent as approved by the Engineer. Such barricade shall not be less than 5'-0" in height. The extent of barricade may be adjusted as necessary with the approval of the Engineer. Barricade shall be removed upon completion of work, and job site premises left clean and operational.

3.06 MAINTAINING TRAFFIC

A. The Contractor shall conduct operations with minimum interference to streets, driveways, sidewalks, etc.

B. When necessary, the Contractor shall provide, erect and maintain lights, barriers, etc., as required by traffic and safety regulations with special attention to protection of life

3.07 CLEAN UP

A. Debris and rubbish shall be removed from the site daily.

Debris and rubbish shall not be allowed to accumulate on site. Debris shall be removed and transported in a manner that will prevent spillage on streets or adjacent areas.

END OF SECTION

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 20 00 CLEARING AND GRUBBING OF SITE - PAGE 1 OF 1

SECTION 02 20 00

CLEARING AND GRUBBING OF SITE 1.0 PART 1 - GENERAL 1.01 SUMMARY

A. This section covers the requirements for clearing and grubbing, within the areas shown on the plan or as directed by the GEDA Representative. The above work shall include the removal and disposal of designated trees outside the clearing limits. Also included is the protection from injury or defacement of trees and other objects designated to remain and treatment or removal of damaged trees.

2.0 PART 2 – PRODUCTS (Not Used) 3.0 PART 3 - EXECUTION

3.01 PRESERVATION OF PROPERTY

The areas to be cleared and grubbed shall be to the dimensions shown on the Drawings. Every precaution shall be taken to prevent injury to such growth as well as adjacent property line of the project site.

3.02 CLEARING

The natural ground within the limits of the property lines shall be cleared of all obstructions interfering with the proposed work.

3.03 GRUBBING

Grubbing shall consist of the removal and disposal of stumps, matted roots, from the designated grubbing areas. Depressions made by grubbing shall be filled with satisfactory or suitable material and compacted to make the surface conform to the original adjacent surface of the ground.

3.04 REMOVAL AND DISPOSAL OF MATERIAL

All materials cleared shall be hauled away from the site

and disposed of by the Contractor. No materials shall be dumped on private or public property without proper authority.

END OF SECTION

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 30 00 EARTHWORK - PAGE 1 OF 8

SECTION 02 30 00

EARTHWORK

1.0 PART 1 - GENERAL 1.01 SUMMARY: This section provides for furnishing of all

labor, materials and equipment necessary to perform all earthworks indicated on the drawings and specified herein.

2.0 PART 2 - PRODUCTS

2.01 MATERIALS

A. Material imported or excavated on the property may be utilized in the fill, provided each material conforms to the specifications herein. Roots, tree branches, and other deleterious materials missed during clearing operations shall be removed from the fill. Fill material shall be non-expansive soil with a plasticity index not greater than 20. It shall be free of rocks and soil clumps greater than 3 inches in maximum dimension and free of organic and other deleterious materials. The deeper natural soils with moisture contents considerably above optimum level shall be aerated or other satisfactory methods to achieve optimum water content and adequate compaction levels.

B. Rock fragments less than 3 inches in maximum dimension may be utilized in the fill, provided:

1. They are not nested, i.e., placed in concentrated pockets.

2. There is sufficient fine-grained material to

surround the rocks. 3. The distribution and location of the rocks are

such that they will not adversely affect the future construction.

A. Rocks larger than 3 inches in maximum dimension shall

be taken offsite or placed in the deeper fill areas suitable for rock disposal. In no case, however, shall these rocks be placed within 3 feet of the finish grade or subgrade or have a minimum soil cover less than the diameter of the rock, whichever is greater. The rocks should not be nested in concentrated pockets.

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 30 00 EARTHWORK - PAGE 2 OF 8

B. Material that is spongy, subject to decay or otherwise considered unsuitable shall not be used in the compacted fill.

C. Representative samples of the materials to be utilized as compacted fill shall be tested in the laboratory by the Soils Engineer to determine their physical properties. Samples of the proposed materials shall be submitted to the Engineer at least seven working days prior to its intended job site delivery.

3.0 PART 3 - EXECUTION

3.01 CONTRACTOR'S AND SOILS ENGINEER'S RESPONSIBILITIES

A. The Soils Engineer when designated is the Engineer’s earthwork representative on the project. For the purpose of these specifications, inspection by the Soils Engineer includes that monitoring and testing performed by any person or persons employed by and responsible to, the licensed Civil Engineer signing the Grading Report.

B. The words "supervision," "inspection" or "control" shall mean periodic observation of the work (and the taking of soil tests as deemed necessary) by the Soils Engineer for substantial compliance with plans, specifications and design concepts.

C. The presence of the field representative will be for the purpose of providing observation and field testing. The service does not include supervision or direction of the actual work of the Contractor, his employees or agents. The Contractor should also be informed that neither the presence of the field representative nor the observation and testing shall excuse him in any way for defects discovered in his work, nor relieve the Contractor from his responsibility for the performance of the Work in strict accordance with the Contract Documents. It is understood that the Soils Engineer will not be responsible for job or site safety on this project. Job and the site safety will be the sole responsibility of the Contractor.

D. All clearing, site preparation or earthwork performed on the project up to the approximate finish grade or

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 30 00 EARTHWORK - PAGE 3 OF 8

sidewalk and walkway subgrades shall be conducted by the Contractor under the inspection of the Soils Engineer.

E. It is the Contractor's responsibility to prepare the ground surface to receive the fills and to place, spread, mix, moisture condition, and compact the fill in accordance with the specifications herein. The Contractor shall also remove all unsuitable and deleterious materials.

F. It is also the Contractor's responsibility to have suitable and sufficient compaction equipment on the job site to handle the amount of fill being placed. If necessary, excavation equipment shall be shut down to allow completion of compaction. Sufficient watering apparatus will also be provided by the Contractor with due consideration for the fill material, rate of placement, and the time of year.

G. To the extent required by the contract, between the Engineer and Soils Engineer It is the responsibility of the Soils Engineer to promptly notify both the Contractor and the GEDA Representative verbally of any failing compaction tests and the results of such tests to the extent the tests show a lack of compliance with specifications. These items shall also be documented by the Soils Engineer.

3.02 SITE PREPARATION

A. All vegetation and deleterious materials such as rubbish shall be cleared and disposed of offsite. This removal shall be completed prior to excavating and filling.

B. Soil, alluvium or rock materials determined as being unsuitable for placement in compacted fill shall be removed and wasted offsite. Any material incorporated as a part of the compacted fill may be rejected by the Soils Engineer. Organically contaminated topsoil shall be stripped prior to actual grading.

C. After the ground surface to receive fill has been cleared, it shall be scarified, bladed as necessary by the Contractor until it is uniform and free of ruts, hollows, hummocks or other uneven features which may

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 30 00 EARTHWORK - PAGE 4 OF 8

prevent uniform compaction. Rocks larger than 6 inches in diameter encountered within 6 inches of the final subgrade of finish grade shall be removed and the resulting depression backfilled and compacted with approved material.

D. The scarified ground surface shall then be brought to near optimum moisture content, mixed as required, and compacted as specified. If the scarification exceeds 12 inches in depth, the excess shall be removed and replaced in lifts not exceeding 6 inches compacted thickness. Compaction shall be a minimum of 95 percent relative compaction as determined by ASTM D1557 for all areas unless otherwise specified.

E. Any abandoned underground structures such as pipelines, or others not located prior to grading are to be removed and the resulting depression backfilled and compacted in accordance with these specifications.

F. Where soft or unstable conditions are encountered during these operations, the Soils Engineer shall be notified immediately so that supplemental recommendations can be made prior to the commencing of fill placement.

3.03 COMPACTED FILLS

A. Material used in the construction of the fill embankments shall be evenly spread; moisture conditioned to near the optimum moisture content and compacted in approximately level lifts to obtain a uniformly dense layer. The fill shall be placed and compacted on a horizontal plane with sufficient gradient to prevent ponding of water in the fill. Saturation and subsequent "pumping" of the fill due to inclement weather and lack of drainage shall require scarification and recompaction of the material by the Contractor at the Contractor's expense.

B. Except where the finish grade or subgrade has been

attained, should the selected type of compaction equipment result in a sufficiently polished surface after compaction to prevent proper bonding of subsequently placed fill materials, shallow scarification of this surface shall be completed.

C. If the moisture content or dry density varies from that

specified, the Contractor shall rework the fill until the specified levels of compaction and moisture content

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 30 00 EARTHWORK - PAGE 5 OF 8

are attained. Additional fill material shall not be placed on any fill layer which has not been properly compacted. Subsequent removal of any unacceptable layer shall be done at the Contractor's expense.

D. Fill material placed within 24 inches of the final

sidewalk and walkway grade or subgrade shall be compacted to 95 percent of the maximum density in maximum compacted lift thickness of 6 inches as determined by ASTM D1557. Fill material placed below a depth of 24 inches from the final grade or subgrade or in areas other than sidewalk and walkway shall be compacted in uniform lifts of no more than 6 inches to 95 percent of the materials' maximum dry density. In any event, the required levels of compaction shall be obtained throughout the full depth and width of each fill layer.

E. The Contractor shall be required to obtain the above specified levels of compaction out to the finish slope face of fill slopes. This may be achieved by both overbuilding the slope and cutting back to the compacted core, or by direct compaction of the slope face with suitable equipment, or by any other procedure which produces the required compaction.

F. If a method other than overbuilding and cutting back to

the compacted core is to be employed, slope tests will be made by the Contractor’s Soils Engineer during construction of the slopes to determine if the required compaction is being achieved.

G. If the method of achieving the required slope

compaction selected by the Contractor fails to produce the necessary results, the Contractor shall rework or rebuild such slopes until the required degree of compaction is obtained, at no additional cost to the GEDA.

H. Fill placed against previously graded cut or fill

slopes shall be properly keyed through topsoil or loose slope material into firm material, and the transition stripped of loose material prior to fill placement. Fill shall be placed and compacted from the low side up

I. All fill slopes should be planted or protected from

erosion. J. Install sub drains if perched water is encountered

during excavation. The sub drain out shall be connected to catch basin or day lighted to drain.

3.04 EXCAVATIONS

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 30 00 EARTHWORK - PAGE 6 OF 8

A. Excavated onsite materials may be utilized as compacted

fills as specified in SECTION 023000 – EARTHWORK – PART 2 - PRODUCTS.

B. Subgrade materials that are determined to be unsuitable

or unsatisfactory for its intended use shall be over excavated to such depth and width as required by the field conditions.

C. Boulders exceeding 6 inches in diameter shall be removed or broken to a minimum depth of 6 inches below the lot pad or roadway subgrade for the full width of these items.

D. Materials determined to be unsuitable shall be wasted offsite.

E. Over excavated areas, whether due to Contractor's error

or the encountering of unsuitable materials, shall be brought back up to grade with approved fill materials, uniformly compacted to 95 percent relative compaction as determined by ASTM D1557 in maximum compacted lifts of 6 inches.

F. Compaction of the cut subgrade shall be to 95 percent

of the material's maximum dry density for a minimum depth of 6 inches except in roadway areas where the subgrade shall be compacted to 95 percent.

G. Excavation of the slopes shall be finished with all

slopes cut true and straight as shown by the plans and in conformance with the Grading Ordinances of Guam Department of Public Works and Standard Specifications and the recommendations of the Soils Report.

H. No cut slopes shall be excavated higher or steeper than

that allowed by the ordinances of the controlling governmental agencies.

I. Over excavation or overcutting of the slope due to the

Contractor's negligence shall be corrected to the satisfaction of the GEDA Representative at the Contractor's expense.

J. If any conditions not described in the contract

documents such as perched water, seepage, ventricular or confined strata of a potentially adverse nature are encountered during grading, these conditions shall be immediately brought to the attention of the Engineer and the Soils Engineer so that supplementary recommendations can be made to treat these problems.

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 30 00 EARTHWORK - PAGE 7 OF 8

K. Any excess excavated soil or rocks shall be removed and disposed of outside the project site.

3.05 GRADING CONTROL

A. Observation of the fill placement shall be provided by

the Soils Engineer during the progress of grading. B. In general, density tests shall be made in every lift.

In any event, an adequate number of field density tests, as determined by Soils Engineer, shall be made to verify that the required compaction is being achieved.

C. Density tests shall also be made on the surface

material to receive fill and cut areas as required by the Soils Engineer.

D. Where failing density tests occur, the Contractor and

the GEDA Representative will be verbally notified of such conditions followed by written communication from the Soils Engineer.

3.06 PAVEMENTS: The actual base and sub base thickness

requirements of the road area pavement shall be ascertained by the Soils Engineer once the Contractor has attained the finish subgrade elevation. The materials utilized in the construction of this pavement section, however, shall conform to the Guam Standard Public Works Specifications for these items.

3.07 FINISHING: The complete excavation and fill surface

shall be true to grade and elevation and shall provide a firm base. Tolerances shall be 0.10 feet.

3.08 BENCHMARKS: Protect and maintain benchmarks, monuments,

and other reference points; if disturbed or destroyed, replace to original state.

3.09 UTILITY LINES: Existing utility lines indicated or

locations of which are made known to the Contractor prior to excavation, and that are indicated to be retained, as well as utility lines constructed during excavation operations, shall be protected from damage during excavating and backfilling, and if damaged, shall be repaired at no additional cost to the Guam.

3.10 SPECIAL CONSIDERATIONS

A. Erosion control measures shall be provided by the

Contractor during grading and prior to the completion and construction of permanent drainage controls. The Contractor shall be responsible for providing

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 30 00 EARTHWORK - PAGE 8 OF 8

protection to graded areas against action of the elements.

B. Upon completion of grading or temporary interruption of grading and the subsequent termination of inspection by the Soils Engineer, no further filling or excavating shall be performed without notifying the Engineer and Soils Engineer in advance and ascertaining their requirements.

C. Care shall be taken by the Contractor during final

grading to preserve any berms, interceptor, swales, drainage terraces or other devices of a permanent nature on or adjacent to the property.

END OF SECTION

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 74 00 ASPHALT CONCRETE PAVEMENT - PAGE 1 OF 5

SECTION 02 74 00

ASPHALT CONCRETE PAVEMENT 1.0 PART 1 - GENERAL 1.01 SUMMARY

A. This section covers the requirements for the restoration and for furnishing and mixing mineral aggregate and asphalt binder at a central mixing plant, and hauling, spreading, and compacting the mixture on the approved prepared courses to the established grade and cross section shown on the drawings.

2.0 PART 2 - PRODUCTS 2.01 MATERIALS

A. All materials shall meet the requirements as specified in

Guam Public Works Standard Specifications.

B. Grading and Composition Requirements: Materials composing the asphalt concrete shall be combined to meet the requirements set forth in Table 1. The grading composition limits specified are based on materials of uniform specific gravity. Correction of grading limits shall be made to compensate for any variations in specific gravity of the individual sizes.

TABLE 1 – GRADING AND COMPOSITION REQUIREMENTS

SIEVE SIZE COMBINED AGGREGATE

(Total Percentage of Passing by Weight)

1” - 3/4” - 1/2” - 3/8” 80-100 No. 4 55-75 No. 8 35-52 No. 16 22-38 No. 30 14-26 No. 50 8-20 No. 100 6-15 No. 200 4-8 Percentage of weight of Asphaltic Cement to be added

6-8

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 74 00 ASPHALT CONCRETE PAVEMENT - PAGE 2 OF 5

A. The grading within the above tolerances shall be to the

percentage of aggregate passing the sieves during any day’s run will conform to the following limitations:

1. Passing No. 4 and Larger sieves 7% above or below

2. Passing No. 8 to No. 100 sieves

4% above or below 3. Passing No. 200 sieves 2%

above or below 4. Asphalt Binder 0.4% above or below

3.0 PART 3 - EXECUTION 3.01 DETAILS

A. Mixing: The asphaltic cement shall be heated in a kettle of approved type, and maintained at a temperature between 275 deg F and 300 deg F. The heat must be so applied that there can be no burning of any portion of the asphaltic cement. No live steam shall be injected into the cement. The mineral aggregate shall be heated in an approved appliance to a temperature of not less than 275 deg F or more than 320 deg F.

1. After heating to the required temperature, the required

amount of asphalt cement shall be added to the heated aggregate. This mass shall be introduced into the mixer within 25 deg F of each other’s temperature.

B. Prime Coat: All surfaces on or against which asphalt

concrete is to be placed shall be first be given an asphaltic cement prime coat as specified in SECTION 027520 – PRIME COAT.

1. Before applying the prime coat, the Contractor shall

prepare the existing surfaces by power brooming to remove all loose particles, dust, sand, and other foreign materials.

C. Laying Wearing Surface: In advance of placing asphalt

concrete over an existing base, surfacing, or pavement, and after the base, surfacing, or pavement has been prepared as herein specified, and if ordered by the GEDA Representative or shown on the drawings, provide a smooth base of uniform grade and cross-section in order that the surface course will be of uniform thickness.

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 74 00 ASPHALT CONCRETE PAVEMENT - PAGE 3 OF 5

1. The wearing surface shall be spread with self-propelled

mechanical spreading and finishing equipment, provided with a screed or strike-off assembly capable of distributing not less than the full width of a traffic lane. The screed shall be adjustable to the required crown and elevation. Screeding includes any cutting, crowding or other action which is effective on the mixture without tearing, shoving, or gouging, and which produces a finished surface of an even texture. The equipment shall be provided with rolling, tamping, or other suitable compacting devices, and shall be operated with a forward speed of not more than 20 feet per minute.

2. If the spreading and finishing equipment leaves ridges,

indentations, or other marks in the surface that cannot be eliminated by rolling or prevented by adjustment in operation, its use shall be discontinued and other acceptable equipment shall be furnished by the Contractor.

3. If more than one course is to be laid in any area, not

more than 24 hours shall elapse between the spreading and finishing of any two successive courses in that area.

4. The self-propelled mechanical spreading and finishing

machine shall be capable of propelling the vehicle being unloaded in uniform manner and, if necessary, the load of the haul vehicle shall be so limited that satisfactory spreading will be obtained. While being unloaded, the vehicle shall be firmly attached to the machine and the brakes on the vehicle shall not be depended upon to obtain contact between the vehicle and the machine.

5. Before placing asphalt concrete wearing surface adjacent

to cold transverse construction joints, such joints shall be trimmed to a vertical face in a neat line. The location of the proposed joint shall be tested with a 10-foot straight-edge and cut back such that when the straight-edge is laid on the finished surface parallel with the center line of the street, the surface shall in no place vary from the lower edge of the straight-edge more than 1/8 inch.

6. Before placing asphalt concrete adjacent to any existing

asphalt concrete, the face of the existing asphalt concrete shall be trimmed to a vertical face in a neat line.

7. Where asphalt concrete wearing surface is placed adjacent

to a Portland cement concrete gutter, the asphalt

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 74 00 ASPHALT CONCRETE PAVEMENT - PAGE 4 OF 5

concrete wearing surface shall be so laid that its surface, after compaction, will approximately be 1/4 inch above the surface of the adjacent concrete. The edge of the asphalt concrete wearing surface shall then be smoothed and sealed over a width of approximately 3 inches with hot hand-irons having a self-contained heating unit.

8. At locations where the width of asphalt concrete mixture

to be spread is too narrow to permit the use of self-propelled mechanical spreading and finishing equipment, or where the surfacing is to extend to a featheredge and the use of such machine is not practicable, the mixture may be spread by hand-raking. Where hand-raking is permitted, the mixture shall be finely shaped and smoothed by means of a wooden float 8 feet long, one-inch thick and 4 inches wide. The float shall be rigidly ribbed, and to insure a true and flat surface on the underside, adjusting screws shall be placed between the rib and float at not more than 24-inches centers. The float shall be operated by means of a long handle, from the side of the area being paved or surfaced, and parallel with the center line of the pavement or surfacing. High spots and irregularities that are transverse to the path of traffic shall be cut down and the material redistributed over the area. The maximum depth of wearing surface which may be spread and rolled in one course shall not exceed a compacted thickness of 1-1/2 inches unless otherwise specified in these specifications.

9. Wearing surface mixture shall not be spread from hauling

vehicles.

D. Rolling: Immediately after the wearing surface has been laid as specified above, it shall be compressed with power rollers, smooth running, and in first-class mechanical condition. Initial rolling or tamping shall be performed when the temperature of the mixture is between 220 deg F and 245 deg F. 1. After the first pass of the roller, any low or grainy

spots shall be broken up with a hot rake and more material worked in to insure a surface of uniform texture and maximum density. Rolling equipment shall be self-propelled. Initial rolling of asphalt concrete mixtures shall be performed by means of a three-wheeled roller weighing not less than 12 tons and with a compression on the rear wheels of not less than 325 pounds per linear inch of tire width, or in lieu thereof, by means of a three-axle tandem roller weighing not less than 12 tons.

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 74 00 ASPHALT CONCRETE PAVEMENT - PAGE 5 OF 5

For production not exceeding 150 tons per hour, not less than one of the above specified rollers shall be used for initial rolling. For productions in excess of 150 tons per hour, one additional roller of a type designated by the Engineer will be required for each additional 100 tons or fraction thereof of asphalt concrete mixture placed.

2. Three-axle-tandem type rollers shall be so constructed

that the rolls, when locked in position for all treads to be in one plane, are held with a rigidity which will permit the following test under full load. With the weight of the roller supported on the central roll, the tread of the central roll shall not be more than 1/8-inch above the plane tangent to the treads of the end rolls. With the weight of the roller supported on the end rolls, the tread of the central roll shall not be more than 1/4-inch below the plane tangent to the treads of the end rolls.

3. In general, three-axle tandem roller shall not be used in

rolling over a crown or on warped surfaces when the axle is in locked position.

4. Finishing rolling of asphalt concrete mixtures shall be

performed by means of a tandem roller weighing not less than 10 tons.

5. Rolling shall continue until the compressed pavement or

surfacing has relative specific gravity of not less than 95 percent of the specific gravity of the combined mixture without voids.

E. Smoothness: The finished surface of the pavement shall be

true to grade and cross-section, free from depressions, or grainy spots, and shall show a uniform distribution of aggregate.

1. When a straight-edge, 10 feet long, is laid on the

finished surface parallel to the center line of the pavement, the surface shall in no place vary from the lower edge of the straight-edge more than 3/16 of an inch.

2. No traffic shall be permitted on any course of asphalt

concrete until it has cooled and set, except such traffic as may be necessary for construction purposes.

END OF SECTION

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 75 05 AGGREGATE BASE COURSE - PAGE 1 OF 2

SECTION 02 75 05

AGGREGATE BASE COURSE 1.0 PART 1 – GENERAL

1.01 SCOPE

A. GENERAL: Provide all labor, material, equipment, transportation, expertise and services to complete all work as specified herein, indicated and/or shown on the drawings.

B. Related Work in Other Sections:

Section 02 30 00 Earthwork Section 02 74 00 Asphalt Concrete Pavement Section 02 75 20 Prime Coat

1.02 REFERENCES A. Guam Department of Public Works

1. Guam Standard Specifications for Public Works

Construction.

1.03 SUBMITTALS

A. Certificates: Certificates of Compliance for Aggregate Base Course.

1.04 QUALITY ASSURANCE

A. Guam Standard Specifications for material and installation as referred to in this Section.

B. Maintain a copy of each document on site.

1.05 MATERIAL HANDLING

A. Deliver, store and handle products with adequate protection against damage.

2.0 PART 2 – PRODUCTS

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 75 05 AGGREGATE BASE COURSE - PAGE 2 OF 2

2.01 MATERIALS

A. Aggregate Base Course

1. Untreated aggregate base course shall conform to the requirements of Guam Standard Specifications for Public Works Construction. It shall have a nominal size of 1.5 inches.

3.0 PART 3 – EXECUTION

3.01 INSTALLATION

A. General: Installation and workmanship shall be in accordance with the Guam Standard Specifications for Public Works Construction.

B. Base Course:

1. Base materials shall be spread on the prepared subbase (or subgrade, where indicated by details shown on the drawings), and to such depth that when thoroughly compacted, they will conform to the grades and dimensions shown.

2. Compaction of all base material shall be to 95 percent of maximum density as required by ASTM D 1557, procedure C.

END OF SECTION

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 75 20 PRIME COAT - PAGE 1 OF 2

SECTION 02 75 20

PRIME COAT 1.0 PART 1 - GENERAL

1.01 SUMMARY

A. This section covers the requirements for furnishing and field application of prime coat.

1.02 SUBMITTALS

A. Certificate of Compliance 1. Conforming to the requirements of ASTM M82-75. B. Product Data 1. Conforming to the requirements of ASTM M-82.

2.0 PART 2 - PRODUCTS

2.01 MATERIALS

A. Bituminous Material: Bituminous material for prime coat shall be a medium curing liquid asphalt, Grade MC-30, conforming to the applicable requirements of Guam Department of Public Works Standard Specifications. Medium curing liquid asphalt Grade MC-30 will not be accepted without adequate documentation.

1. The Engineer reserves the right to waive any of

the requirements for the MC-30 provided that its performance is not affected.

3.0 PART 3 - EXECUTION

3.01 DETAILS

A. Immediately before applying the prime coat, the surface to be treated shall be swept clean of all loose material, dirt, excess dust or other objectionable material.

1. Prime coat shall not be uniformly applied when

the surface to be treated is appreciably damp or when weather conditions are unsuitable.

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 75 20 PRIME COAT - PAGE 2 OF 2

B. The material shall be uniformly applied by a

vehicle, mounted, pressure operated, sprayer type distributor at an approximate rate of 0.35 of a gallon per square yard. The exact rate of application shall be determined by the Engineer. After the prime coat has penetrated the surface, deficient areas shall receive additional applications and areas of excess bituminous material shall be blotted with clean sand. Traffic shall be kept off the prime coat until the material has been completely absorbed.

C. Any material sprayed on adjoining improvements shall

be immediately cleaned off.

END OF SECTION

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 75 30 TACK COAT - PAGE 1 OF 2

SECTION 02 75 30

TACK COAT

1.0 PART 1 - GENERAL 1.01 SUMMARY

A. This section covers the requirements for furnishing and field application of bituminous tack coat.

2.0 PART 2 – PRODUCTS 2.01 MATERIALS

A. Bituminous material for tack coat shall be slow-setting emulsified asphalt, Type SS-1 or Type SS-1H, conforming to the applicable requirements of the Guam Department of Public Works Standard Specifications.

3.0 PART 3 – EXECUTION 3.01 CONSTRUCTION REQUIREMENTS

A. Weather Limitations: Tack coat shall not be applied on a wet surface or weather conditions otherwise shall prevent proper construction.

B. Equipment: The Contractor shall provide equipment for

heating and applying the bituminous material. This equipment shall meet the requirements of the Guam Department of Public Works

C. Preparation of Surface: Immediately before applying

the tack coat, the surface to be treated shall be swept clean of all loose material, dirt, excess dust or other objectionable matter. A power broom or power blower, supplemented by hand methods if necessary, shall be used.

D. Application of Bituminous Material: The emulsified

asphalt shall be diluted with water at a rate of one part emulsion to one part of water by volume. The quantity, rate of application, temperature, and areas to be treated will be approved prior to application.

1. Tack coat shall be placed only so far in advance

of the surface course placement as is necessary

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 75 30 TACK COAT - PAGE 2 OF 2

for it to cure the proper condition for placement of such surface course.

2. Unless otherwise specified, tack coat shall be

applied at the rate of 0.05 – 0.15 gallon per square yard to the edges of the existing asphalt pavement.

END OF SECTION

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 75 80 PORTLAND CEMENT CONCRETE SIDEWALK CURBD, AND GUTTERS - PAGE 1 OF 1

SECTION 02 75 80

PORTLAND CEMENT CONCRETE SIDEWALK, CURBS, AND GUTTERS 1.0 PART 1 – GENERAL

1.01 SUMMARY

A. This section includes preparation of subgrades for Portland cement concrete sidewalks, curbs and gutters.

2.0 PART 2 – PRODUCTS

2.01 REFERENCED SPECIFICATIONS AND STANDARDS

A. The following specifications and standards of the issues listed below including the amendments, addenda and errata, form a part of this specification to the extent required by the reference thereto.

1. Guam Department of Public Works Standard Specifications

for Public Works Construction, including any amendments.

2. Guam Department of Public Works Standard Details for

Public Works Construction, including any amendments.

2.02 MATERIALS

A. Materials, construction, and installations for onsite sidewalk, walkway, and curbs and gutter construction shall conform to the applicable sections of the Guam Department of Public Works Standard Specifications for Public Works Construction, including any amendments.

3.0 PART 3– EXECUTION

3.01 INSTALLATION

A. Construction and installations shall conform to the applicable sections of the Guam Department of Public Works Standard Specifications for Public Works Construction, including any amendments.

B. Details shall conform to the Guam Department of Public

Works Standard Details for the Public Works Construction, including any amendments, unless shown otherwise.

END OF SECTION

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 80 10 PAVEMENT MARKINGS - PAGE 1 OF 8

SECTION 02 80 10

PAVEMENT MARKINGS 1.0 PART 1 - GENERAL 1.01 SYSTEM DESCRIPTION

A. All machines, tools and equipment used in the performance of the work shall be approved and maintained in satisfactory operating condition. Submit lists of proposed equipment, including descriptive data, and notifications of proposed Contractor actions as specified in this section. List of removal equipment shall include descriptive data indicating area of coverage per pass, pressure adjustment range, tank and flow capacities, and safety precautions required for the equipment operation. Equipment operating on roads shall display low speed traffic markings and traffic warning lights.

1. Paint Application Equipment

a. Hand-operated, Push-Type Machines: All machines,

tools, and equipment used in performance of the work shall be approved and maintained in satisfactory operating condition. Hand-operated push-type machines of a type commonly used for application of paint to pavement surfaces will be acceptable for marking small streets and parking areas. Applicator machine shall be equipped with the necessary paint tanks and spraying nozzles, and shall be capable of applying paint uniformly at coverage specified. Sandblasting equipment shall be provided as required for cleaning surfaces to be painted. Hand-operated spray guns shall be provided for use in areas where push-type machines cannot be used.

2. Thermoplastic Application Equipment

a. Thermoplastic Material: Thermoplastic material

shall be applied to the primed pavement surface by spray techniques or by the extrusion method, wherein one side of the shaping die is the pavement and the other three sides are contained by, or are part of, suitable equipment for heating and controlling the flow of material. By either method, the markings shall be applied with equipment that is capable of providing continuous uniformity in the dimensions of the stripe.

b. Application Equipment

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 80 10 PAVEMENT MARKINGS - PAGE 2 OF 8

1) Application equipment shall provide continuous

mixing and agitation of the material. Conveying parts of the equipment between the main material reservoir and the extrusion shoe or spray gun shall prevent accumulation and clogging. All parts of the equipment which come into contact with the material shall be easily accessible and exposable for cleaning and maintenance. All mixing and conveying parts up to and including the extrusion shoes and spray guns shall maintain the material at the required temperature with heat-transfer oil or electrical-element-controlled heat.

2) The application equipment shall be constructed to

ensure continuous uniformity in the dimensions of the stripe. The applicator shall provide a means for cleanly cutting off stripe ends squarely and shall provide a method of applying "skiplines". The equipment shall be capable of applying varying widths of traffic markings.

3) The applicator shall be equipped with a drop-on

type bead dispenser capable of uniformly dispensing reflective glass spheres at controlled rates of flow. The bead dispenser shall be automatically operated and shall begin flow prior to the flow of composition to assure that the strip is fully reflectorized.

c. Maneuverable

1) Application equipment shall be maneuverable to the extent that straight lines can be followed and normal curves can be made in a true arc. The equipment used for the placement of thermoplastic pavement markings shall be portable applicator.

a. Portable Application Equipment: The portable

applicator shall be defined as hand-operated equipment, specifically designed for placing special markings such as crosswalks, stop bars, legends, arrows, and short lengths of lane, edge and centerlines. The portable applicator shall be capable of applying thermoplastic pavement markings by the extrusion method. The portable applicator shall be loaded with hot composition from the melting kettles on the mobile. The portable applicator shall be equipped with all the necessary components, including a materials storage reservoir, bead dispenser, extrusion

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 80 10 PAVEMENT MARKINGS - PAGE 3 OF 8

shoe, and heating accessories, so as to be capable of holding the molten thermoplastic at a temperature of 375 to 425 degrees F, of extruding a line of 3 to 12 inches in width, and in thicknesses of not less than 0.125 inch nor more than 0.190 inch and of generally uniform cross section.

3. Surface Preparation Equipment

a. Sandblasting Equipment

1) Sandblasting equipment shall include an air

compressor, hoses, and nozzles of proper size and capacity as required for cleaning surfaces to be painted. The compressor shall be capable of furnishing not less than 150 cfm of air at a pressure of not less than 90 psi at each nozzle used, and shall be equipped with traps that will maintain the compressed air free of oil and water.

b. Waterblast Equipment

1) The water pressure shall be specified at 2600 psi

at 140 degrees F in order to adequately clean the surfaces to be marked.

4. Marking Removal Equipment

a. Equipment shall be mounted on rubber tires and

shall be capable of removing markings from the pavement without damaging the pavement surface or joint sealant. Waterblasting equipment shall be capable of producing an adjustable, pressurized stream of water. Sandblasting equipment shall include an air compressor, hoses, and nozzles. The compressor shall be equipped with traps to maintain the air free of oil and water.

1) Shotblasting Equipment: Shotblasting equipment

shall be capable of producing an adjustable depth of removal of marking and pavement. Each unit shall be self-cleaning and self-contained, shall be able to confine dust and debris from the operation, and shall be capable of recycling the abrasive for reuse.

2) Chemical Equipment: Chemical equipment shall be

capable of application and removal of chemicals from the pavement surface, and shall leave only non-toxic biodegradable residue.

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 80 10 PAVEMENT MARKINGS - PAGE 4 OF 8

1.03 QUALITY ASSURANCE

A. Qualifications

1. Submit documentation certifying that pertinent personnel are qualified for equipment operation and handling of chemicals.

B. Traffic Controls

1. Suitable warning signs shall be placed near the

beginning of the worksite and well ahead of the worksite for alerting approaching traffic from both directions. Small markers shall be placed along newly painted lines or freshly placed raised markers to control traffic and prevent damage to newly painted surfaces or displacement of raised pavement markers. Equipment shall be marked with large warning signs indicating slow-moving painting equipment in operation.

C. Maintenance of Traffic

1. Roads, Streets, and Parking Areas

When traffic must be rerouted or controlled to accomplish the work, the necessary warning signs, flag persons, and related equipment for the safe passage of vehicles shall be provided.

1.04 DELIVERY, STORAGE, AND HANDLING

A. All materials shall be delivered and stored in sealed containers that plainly show the designated name, formula or specification number, batch number, color, date of manufacture, manufacturer's name, and directions, all of which shall be plainly legible at time of use.

1.05 DELIVERY, STORAGE, AND HANDLING

A. Pavement surface shall be free of snow, ice, or slush. Surface temperature shall be at least 70 degrees F and rising at the beginning of operations, except those involving shot or sand blasting. Operation shall cease during thunderstorms. Operation shall cease during rainfall, except for waterblasting and removal of previously applied chemicals. Waterblasting shall cease where surface water accumulation alters the effectiveness of material removal.

2.0 PART 2 - PRODUCTS

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 80 10 PAVEMENT MARKINGS - PAGE 5 OF 8

2.01 THERMOPLASTIC COMPOUNDS

A. The thermoplastic reflectorized pavement marking compound shall be extruded or sprayed in a molten state onto a primed pavement surface. Following a surface application of glass beads and upon cooling to normal pavement temperatures, the marking shall be an adherent reflectorized strip of the specified thickness and width that is capable of resisting deformation by traffic.

1. Composition Requirements

a. Submit Manufacturer's current printed product

description and Material Safety Data Sheets (MSDS) for each type paint/color proposed for use. The binder component shall be formulated as a hydrocarbon resin. The pigment, beads and filler shall be uniformly dispersed in the binder resin. The thermoplastic composition shall be free from all skins, dirt, and foreign objects and shall comply with the following requirements:

Component

Percent by Weight White Yellow

Binder 17 min 17 min Titanium Dioxide 10 min - Glass beads 20 min 20 min Calcium carbonate and inert fillers

49 max *

Yellow Pigments - * *Amount and type of yellow pigment, calcium carbonate and inert fillers shall be at the option of the manufacturer, providing the other composition requirements of this specification are met.

2. Physical Properties

a. Color: The color shall be as indicated.

b. Drying Time: When installed at 70 degrees F and in thicknesses between 1/8 and 3/16 inch, after curing 15 minutes.

c. Softening Point: The composition shall have a

softening point of not less than 194 degrees F when tested in accordance with ASTM E28.

d. Specific Gravity: The specific gravity of the

composition shall be between 1.9 and 2.2 as determined in accordance with ASTM D792.

3. Asphalt Concrete Primer

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 80 10 PAVEMENT MARKINGS - PAGE 6 OF 8

a. The primer for asphalt concrete pavements shall be a

thermosetting adhesive with a solid content of pigment reinforced synthetic rubber and synthetic plastic resin dissolved and/or dispersed in a volatile organic compound (VOC). Submit certificate stating that the proposed pavement marking paint meets the VOC regulations of the local Air Pollution Control District having jurisdiction over the geographical area in which the project is located. Solids content shall not be less than 10 percent by weight at 70 degrees F and 60 percent relative humidity. A wet film thickness of 0.10 mm 0.005 inch plus or minus 0.025 mm 0.001 inch shall dry to a tack-free condition in less than 5 minutes.

3.0 PART 3 - EXECUTION

3.01 SURFACE PREPARATION

A. Thoroughly clean surfaces to be marked before application of the pavement marking material. Dust, dirt, and other granular surface deposits shall be removed by sweeping, blowing with compressed air, rinsing with water or a combination of these methods as required. Rubber deposits, surface laitance, existing paint markings, and other coatings adhering to the pavement shall be completely removed with scrapers, wire brushes, sandblasting, approved chemicals, or mechanical abrasion as directed. Areas of old pavement affected with oil or grease shall be scrubbed with several applications of tri-sodium phosphate solution or other approved detergent or degreaser, and rinsed thoroughly after each application. After cleaning, oil-soaked areas shall be sealed with cut shellac to prevent bleeding through the new paint. Pavement surfaces shall be allowed to dry, when water is used for cleaning, prior to striping or marking. Surfaces shall be recleaned, when work has been stopped due to rain.

1. Cleaning Existing Pavement Markings: In general, markings

shall not be placed over existing pavement marking patterns. Remove existing pavement markings, which are in good condition but interfere or conflict with the newly applied marking patterns. Deteriorated or obscured markings that are not misleading or confusing or interfere with the adhesion of the new marking material do not require removal. New thermoplastic pavement markings shall not be applied over existing preformed or thermoplastic markings. Whenever grinding, scraping, sandblasting or other operations are performed the work must be conducted in such a manner that the finished

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 80 10 PAVEMENT MARKINGS - PAGE 7 OF 8

pavement surface is not damaged or left in a pattern that is misleading or confusing. When these operations are completed the pavement surface shall be blown off with compressed air to remove residue and debris resulting from the cleaning work.

3.02 APPLICATION

A. All pavement markings and patterns shall be placed as shown

on the plans.

1. Thermoplastic Compounds: Thermoplastic pavement markings shall be placed upon dry pavement; surface dry only will not be considered an acceptable condition. At the time of installation, the pavement surface temperature shall be a minimum of 65 degrees F and rising. Thermoplastics, as placed, shall be free from dirt or tint.

a. Longitudinal Markings: All centerline, skip line, edge

line, and other longitudinal type markings shall be applied with a mobile applicator. All special markings, crosswalks, stop bars, legends, arrows, and similar patterns shall be placed with a portable applicator, using the extrusion method.

b. Primer: After surface preparation has been completed

the asphalt concrete pavement surface shall be primed. The primer shall be applied with spray equipment. Primer materials shall be allowed to "set-up" prior to applying the thermoplastic composition. The asphalt concrete primer shall be allowed to dry to a tack-free condition, usually occurring in less than 10 minutes.

1) Asphalt Concrete Primer: Primer shall be applied to

all asphalt concrete pavements at a wet film thickness of 0.005 inch, plus or minus 0.001 inch 265-400 square feet/gallon.

c. Markings: After the primer has "set-up", the

thermoplastic shall be applied at temperatures no lower than 375 degrees F nor higher than 425 degrees F at the point of deposition. Immediately after installation of the marking, drop-on glass spheres shall be mechanically applied so that the spheres are held by and imbedded in the surface of the molten material.

1) Extruded Markings: All extruded thermoplastic

markings shall be applied at the specified width and at a thickness of not less than0.125 inch nor more than0.190 inch.

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 80 10 PAVEMENT MARKINGS - PAGE 8 OF 8

2) Sprayed Markings: All sprayed thermoplastic

markings shall be applied at the specified width and the thicknesses designated in the contract plans. If the plans do not specify a thickness, centerline markings shall be applied at a wet thickness of 0.090 inch, plus or minus 0.005 inch, and edge line markings at a wet thickness of 0.060 inch plus or minus 0.005 inch.

3) Reflective Glass Spheres: Immediately following

application, reflective glass spheres shall be dropped onto the molten thermoplastic marking at the rate of1 pound/20 square feet of compound.

3.03 MARKING REMOVAL

A. Pavement marking, including plastic tape, shall be removed in the areas shown on the drawings. Removal of marking shall be as complete as possible without damage to the surface. Aggregate shall not be exposed by the removal process. After the markings are removed, the cleaned pavement surfaces shall exhibit adequate texture for remarking as specified in paragraph SURFACE PREPARATION. Demonstrate removal of pavement marking in an area designated by the Owner. The demonstration area will become the standard for the remainder of the work.

1. Equipment Operation: Equipment shall be controlled and operated to remove markings from the pavement surface, prevent dilution or removal of binder from underlying pavement, and prevent emission of blue smoke from asphalt or tar surfaces.

2. Cleanup and Waste Disposal: The worksite shall be kept clean of debris and waste from the removal operations. Cleanup shall follow removal operations. Debris shall be disposed of at approved sites.

END OF SECTION

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 89 00 REGULATORY,INFORMATION AND WARNING SIGNS- PAGE 2 OF 3

SECTION 02 89 00 REGULATORY, INFORMATIONAL, AND WARNING SIGNS

1.0 PART 1 - GENERAL 1.01 SUMMARY

A. This section covers the requirements for furnishing all labor, materials, equipment, transportation, expertise and service required to complete all work as specified herein and as indicated and/or shown on the Drawings.

B. Work includes, but is not limited to:

1. Regulatory signs

2. Warning signs

3. Informational signs

1.02 SUBMITTALS Submit the following to the Owner's Authorized Representative for approval.

A. Shop Drawings

1. Signs a) Show signs at an appropriate scale in relation to

size and importance of sign

B. Product Data

1. Manufacturer's product data.

C. Samples

1. Signs and letters a) Samples of signs and letters if requested by Owner's

Authorized Representative.

D. Manufacturer's Instruction

1. Special procedure and installation instructions. a) Indicate special procedures and installation

instructions.

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 89 00 REGULATORY,INFORMATION AND WARNING SIGNS- PAGE 3 OF 3

b) The Contractor shall present samples of the

accessibility signs, for approval, and a layout drawings showing their exact location.

1.03 QUALITY ASSURANCE

A. Manual or Uniform Traffic Control Devices for Streets and Highways, U.S Department of Transportation, Federal Highway Administration.

B. American Disability Act, 28 Code of Federal Regulations.

C. Maintain a copy of each document on site.

1.04 MATERIAL HANDLING

A. Deliver, store, and handle products with adequate protection against damage.

2.0 PART 2 - PRODUCTS 2.01 REGULATORY, INFORMATIONAL, AND WARNING SIGNS

A. Regulatory, informational and warning signs shall be in accordance with the manual of Uniform Traffic Control Devices for Streets and Highways, U.S Department of Transportation, Federal Highway Administration.

B. All signs background shall be adhesive baked reflective sheeting.

C. Concrete: Concrete anchor for square tube anchor post shall be 2,500 psi.

3.0 PART 3 - EXECUTION 3.01 INSTALLATION

A. Regulatory, informational, and warning signs shall be provided where shown on the drawings and shall conform to the requirements of Manual on Uniform Traffic Control Devices for Streets and Highways, U.S Department of Transportation, Federal Highway Administration. All materials, installation, and workmanship shall be in accordance with the manufacturer's recommendations, best standards of the trade, and local area practices.

END OF SECTION

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 92 00 LAWNS AND GRASSES - PAGE 1 OF 6

SECTION 02 92 00

LAWNS AND GRASSES 1.0 PART 1 – GENERAL

1.01 SUMMARY

A. Furnish all labor, materials, equipment and tools for grass planting as specified herein. Grass shall be planted in areas indicated on plans.

2.0 PART 1 – PRODUCTS

2.01 MATERIALS

A. Grass shall be fine Bermuda grass (Cynodon dactylon). At the option of the Contractor, grass planting may be by seeds (plain seeding or by hydro-mulching) or by sprigs.

1. Grass seeds shall be fresh, hulled, and meet the

following requirements:

Rye 20%

Bermuda 80%

Grass seeds shall be delivered to the site in unopened, sealed containers, labeled with the brand name and per cent purity. Labeling shall indicate that the seeds passed a certified germination test no more than 12 months prior to use.

B. Fertilizer shall be pelleted and shall consist of the following percentages by weight of active ingredients:

1. For First Application:

Nitrogen 16% Phosphate 16% Potash 16%

2. For Second Application: Nitrogen 16% Phosphate 16% Potash 16%

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 92 00 LAWNS AND GRASSES - PAGE 2 OF 6

C. Mulch Materials

1. Mulch shall be specially-processed fiber containing no growth or germination-inhibiting factors. It shall be such that any addition and agitation in the hydraulic equipment with seed, fertilizer, water and other additives not detrimental to plant growth, the fibers will form a homogeneous slurry. When hydraulically sprayed on the soils, the fibers shall form a blotter-like ground cover which readily absorbs water and allows infiltration to the underlying soil.

2. Stabilizing and water retaining agent for hydro-mulching option only shall be "Verdyol Super", "Ecology Control M-Binder" or approved equal. rate of application of " Verdyol Super" shall be 50 lbs./acre and that for "Ecology Control M-Binder" shall be 60 lbs./acre.

D. Organic Soil Conditioners

1. Organic amendments shall be brown, gray, or black in

color. It shall be free of live seeds, cuttings, fungus, spores and foul odor. It shall also not contain resins, tannin or other materials in quantities that would be determined to plant life.

2.02 CONSTRUCTION REQUIREMENETS

A. Ground Preparation: Prior to planting, the areas to be grassed shall be cleared of all unwanted plants (including their root system), stones 3 inches in diameter, papers, trash and debris and graded to the dimension and elevations shown on the plans or as directed.

B. Soil conditioners shall be one, or a combination of the following:

1. Burnt bagasse mix shall be mixture of sugar cane ash,

aged sugar cane trash and milled forest waste products.

2. Redwood shavings shall be nitrogen-stabilized compost of redwood materials passing through a 1/2" screen.

3. Peat Moss

4. Shredded hapuu shall be finely shredded hauu fern.

5. Macadamia nut husks shall be air classified fine husk, sifted through 1/4" screen and free of shells.

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 92 00 LAWNS AND GRASSES - PAGE 3 OF 6

6. Composted green waste shall be stabilized compost of

recycled green waste material passing through 1/2" screen. The material shall not contain any treated or painted woods.

C. Screened soil for repair work shall be a fertile, friable

soil of loamy character, and shall contain organic matter, It shall be obtained from well-drained arable land; be free from weeds, stone and debris; and shall be capable of sustaining healthy plant life. See Paragraph 3.01.D.5 for application.

D. Water shall be potable.

E. Topsoil: Imported, fertile, friable soil of loamy character having normal amounts of natural humus, free from subsoil, clay, refuse, roots, weeds, noxious weeds, nematodes or other deleterious matter, and free from toxic amounts of either acid or alkaline elements and capable of sustaining healthy plant life. Stones and earth lumps shall not be greater than one inch in largest dimension is subject to approval by the GEDA Authorized Representative.

3.0 PART 3 – EXECUTION

3.01 INSTALLATION AND WORKMANSHIP

A. Site Preparation

1. Top soil shall be spread evenly, compacted lightly and raked to a minimum plane at required grades as shown on the drawing. The Contractor shall accept the condition of the site prior to starting work.

2. Before soil conditioning and tilling is started , weeds and other obnoxious vegetation shall be removed by manual or chemical methods.

3. Soil Conditioning and Tilling: The Contractor shall notify the GEDA Representative one day before this work is to be done. A one inch layer of organic soil conditioner shall be placed over all planting areas. The material shall then be roto-tilled a minimum of 2" into the existing soil until the latter is loose and fine textured. All rocks larger than 1" in diameter and all debris such as stumps,

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 92 00 LAWNS AND GRASSES - PAGE 4 OF 6

roots, wire, grade stakes and other rubbish that are turned up by tilling shall be removed. Tilling shall be omitted on slopes where watering is likely to wash the soil away.

4. Leveling: Any undulations or irregularities in the surface resulting from tilling or other operations shall be leveled out before planting operations are begun.

B. Planting: The Contractor shall notify the GEDA

Representative one day before planting of grass.

1. Immediately prior to planting operations, all planting areas shall be cleared of weeds, debris, rocks over 1" in diameter and clumps of earth that will not break up.

2. Option by Grass Seeding: If grass seeds are used, the following procedure shall be used;

a. The grass seeds shall be broadcast uniformly by hand

or by sowing equipment at the rate of 100 lbs./acre. Half the seeds shall be sown with the sower moving in one direction and the remainder shall be sown at right angles to the first direction.

b. The surface shall then be raked to a smooth even plane while the seeds are simultaneously work into the soil to a depth of about 1/2".

c. The surface shall then be smoothed and compacted by means of a culti-packer, roller or other similar equipment weighing 60 to 90 pounds per lineal foot of roller.

d. The planted area shall then be watered sufficiently to provide water penetration to a depth of at least 2" and shall then be kept moist until roots are established.

3. Option by Hydro-Mulching of Grass Seed: This work shall consist of furnishing and applying hulled Bermuda see, Fertilizer, mulch, and stabilizing and water retaining agent by hydro-mulching.

a. The seeds shall be applied at the rate of 100

lbs./acre minimum. Mulch shall be applied at rate of 500 lbs./acre minimum (31 lbs. per 900 sq. ft.). In every application, complete and uniform coverage of the soil shall be obtained.

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 92 00 LAWNS AND GRASSES - PAGE 5 OF 6

b. First application of fertilizer shall be included with

mulch and seed.

c. The hydro-mulch equipment shall be capable of mixing all the necessary ingredients to a uniform mixture and to apply the slurry to provide uniform coverage. Seed, fertilizer mulch mix and stabilizing water retaining agent shall be applied in one operation by hydraulic equipment made especially for use. The equipment shall have a built-in agitation system with an operating capacity sufficient to keep the mix in uniform distribution until pumped from the tank. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with hydraulic discharge spray nozzles which provide a uniform distribution of the slurry.

d. Areas inaccessible to hydro-mulching application shall be seeded or hand sprigged and fertilized by approved hand methods.

e. Water shall be applied immediately following mulching and the planted area shall be kept moist until roots are established.

C. Application of Fertilizer: The Contractor shall notify the

GEDA Representative one day before application of fertilizer.

1. Fertilizer shall be distributed uniformly over the

planted area.

2. The first application of fertilizer shall be applied at the rate of 300 pounds per acre about 2 weeks after grassing and shall be followed by watering. (First application of fertilizer if using hydro-mulching option shall be mixed with seeded mulch.

3. The second application of fertilizer shall be applied at the rate of 300 pounds per acre about 1 week before the end of the maintenance period and shall be followed by watering.

D. Maintenance:

1. General: The Contractor shall be responsible for the

proper care of the grassed areas. Maintenance shall include watering, weeding, moving, repairing, regressing

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 02 92 00 LAWNS AND GRASSES - PAGE 6 OF 6

and protection , and shall be required until the entire project is accepted, but in any event for a period not less than 45 days after planting grass.

2. Watering: After planting of seeds or grass springs or mulching the ground shall be watered as deemed necessary by the Contractor to established a healthy growth. Watering shall be done in a manner that will prevent erosion due to the application of excessive quantities of water, and to the finished surface.

3. Weeding: Weeds shall be uprooted and removed completely prior to moving and in no case shall they be allowed to grow and propagate more seeds. Large holes caused by weeding shall be filled screened soil and raked level.

4. Mowing: Grass shall be moved to a height of 1" whenever the height of grass becomes 1 1/2". Weeding shall be done prior to mowing.

5. Repairing and Regrassing: When any portion of the surface becomes gullied or otherwise damaged and grass has failed to grow, such areas shall be repaired with screened soil and replanted with grass. Any area of one foot square or more in which grass has failed to grow after 30 days of maintenance shall be regressed.

6. Protection: The grassed areas shall be protected against traffic so that the grass establishes a healthy growth. Grassed areas damaged by traffic shall be replanted.

3.02 ACCEPTANCE OF GRASSING

A. At the time of acceptance, the grass shall have been well-established and shall be given a final weeding and a final mowing to a height of 1 inch. If the maintenance period has expired before acceptance of the entire project, the Contractor shall continue to maintain the grass until acceptance of the entire project. If the maintenance period should extend beyond acceptance of the entire project, the Contractor shall continue to maintain the grass until the end of the specified of time required maintenance.

B. At the end of the maintenance period, should there appear where grass has failed to grow, such areas shall be replanted with grass, refertilized and maintained beyond the maintenance period until a healthy growth is established.

END OF SECTION

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 03 30 00 CONCRETE - PAGE 1 OF 8

SECTION 03 30 00

CONCRETE

1.0 PART 1 - GENERAL

1.01 GENERAL REQUIREMENTS

A. This specification covers the requirements for furnishing, hauling, mixing, placing, and curing of concrete and lean concrete backfill.

1.02 SUBMITTALS

A. The Contractor shall submit concrete mix design for approval.

2.0 PART 2 - PRODUCTS

2.01 MATERIALS

A. Portland cement shall conform to the requirements of ASTM C150, Type I, for all concrete work.

B. Concrete Aggregates

1. Fine aggregates shall be calcareous or basalt sands, or a combination thereof. They shall meet the grading requirements of ASTM C33 unless the concrete producer can provide past data that show that a proposed non-conforming gradation will produce concrete with the required strength and suitable workability.

If manufactured sands are used in the concrete mix,

the Contractor may select and use a water-reducing and/or an air-entraining admixture as specified hereinafter to provide satisfactory workability in the concrete. The cement content of a mix shall be as specified hereinafter, and the use of an admixture shall in no way result in the reduction of the cement factor.

2. Coarse aggregates shall be crushed close-grained, blue

lava rock meeting the grading requirements of sizes 57 or 67 (ASTM D448) or both. The maximum size of aggregate shall not be larger than 1/5 of the narrowest dimensions between sides of the forms of the member for which the concrete is to be used not larger than 3/4 of the minimum clear spacing between

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 03 30 00 CONCRETE - PAGE 2 OF 8

individual reinforcing bars or bundles of bars. 3. Aggregate for Lean Concrete Backfill. Furnish hard,

clean, durable, non-plastic, nonorganic, nonreactive aggregate.

C. Water used in mixing concrete shall be potable. D. Admixture, if used, shall conform to ASTM C494 or ASTM

C260 and shall be mixed in proper amount in accordance with directions of manufacturer.

E. Curing compound shall conform to ASTM C309.

F. Hydraulic Cement. Do not mix cement brands or types.

Furnish cement according to the following: 1. Portland Cement shall conform to AASHTO M 85 type I,

II and V or equivalent ASTM specification. 2. Blended Hydraulic Cement. Conform to AASHTO M 240,

type IS, IP P, I(PM), or I(SM).

3.0 PART 3 - EXECUTION

3.01 DESIGN OF CONCRETE MIXES

A. Concrete for sidewalks, walkway, and curbs and gutters and other concrete works, shall be either job or plant mixture in an approved type of power operated mixer that will insure uniformity and homogeneity of the concrete produced.

B. Mixing at jobsite shall be done in accordance with ACI

614. C. Ready-mixed and mixed-in-transit concrete shall be mixed

to conform to the provisions of ASTM C94. D. Concrete shall be mixed only in such quantity as is

required for immediate use. No re-tampering will be permitted and concrete that has started to harden shall be discarded and promptly removed from the job.

E. Admixtures conforming to paragraph 2.01D may be used in

the concrete as recommended by the supplier and approved by the Engineer.

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 03 30 00 CONCRETE - PAGE 3 OF 8

F. Concrete mixed shall contain at a minimum number of 94 pounds sacks of cement per cubic yard as specified in Table 1.

G. Composition of Lean Backfill Concrete Mix. Design a well-graded, flowable, self-leveling, mix conforming to Table 2. Verify the mix design with trial batches prepared from the same sources proposed for the mix. Submit the following for approval at least 21 says before production:

a. Type and source(s) of aggregate; b. Type and source of cement; c. Mix proportions; d. Type of cement and fly ash (if used in the mix); e. Commercial certifications for cement, fly ash,

admixtures, and aggregate; f. Target values for water/cement ration and slump;

and g. Compressive strength at 7 and 28 days.

1. Mixing and placing lean concrete backfill. Mix

concrete backfill be pugmill, rotary drum, or other approved mixer to obtain a uniform mix. Place lean concrete backfill in a uniform manner that prevents voids in, or segregation of, the backfill. When backfilling around culverts and other structures, place lean concrete backfill in a manner that does not float or shift the structure. Bring the backfill up evenly on all sides of the structure.

TABLE 1

Portland Cement Concrete Mixes

Classification Minimum Cement Content

Compressive Strength (psi)

Maximum Aggregate

Size

94-Pound Sacks per Cubic Yard

3000 3/4 inch 5.0 3000 1 inch 5.0

* psi = pounds per square inch at 28 days: Minimum strength (f’c). The above data are for normal weight aggregates

without any mixtures.

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 03 30 00 CONCRETE - PAGE 4 OF 8

TABLE 2 Composition of Lean Concrete Backfill

Property Specification

Cement Content 50 pounds per cubic yard min. Slump 6 - 8 inches

Aggregate particle size 1 inch max. Aggregate passing No. 200 sieve 10% max.

7-day compressive strength 220 pounds per square inch

3.02 CONCRETE CLASSES AND USAGE

A. Gallons of water per bag of cement: Maximum allowable.

Concrete

Class

Min. 28 days Compressive

Strength (psi)

Water

Usage

A

3000

6.6

Sidewalk, Walkway, Curbs and Gutters, footings, and other concrete works.

3.03 PLACING CONCRETE

A. No concrete shall be placed in the absence of the Engineer or his representative who shall be given one day advance notice of starting time of concrete pour.

B. Preparation

1. Concrete shall be placed upon clean, damp surfaces with no free water, or upon properly compacted fills but never upon soft mud or dry, porous earth.

2. Before depositing new concrete on or against concrete

which has set, all accumulation or mortar splashed upon reinforcing steel and the surfaces of forms shall be removed and the forms shall be retightened. The surfaces of previously set concrete shall be thoroughly roughened and cleaned of all foreign matter and laitance, saturated with water and slushed with a coat of cement grout. New concrete shall be placed before the grout has attained its initial set.

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 03 30 00 CONCRETE - PAGE 5 OF 8

C. Conveying

1. Concrete shall be conveyed from mixer to forms as rapidly as practicable by methods that will prevent segregation.

2. Concrete shall be deposited as nearly as practicable in

its final position. Extensive spading as a means of transportation shall be avoided and in no case shall vibrators be used to transport concrete inside forms.

3. Open troughs and chutes shall have a slope not to

exceed 1 vertical to 2 horizontal and not less than 1 vertical to 3 horizontal. Chutes more than 20 feet long and chutes not meeting the slope requirements may be used provided they discharge into a hopper before distribution.

4. The concrete shall not be allowed to drop freely more

than six feet except where specifically authorized by the Engineer. When placing operations would involve the dropping of concrete from a height of more than six feet it shall be conveyed through pipes or flexible drop chutes.

5. If any appreciable segregation occurs through the

conveying methods employed, their use shall be ordered discontinued by the Engineer and some other satisfactory method of placing concrete shall be used.

6. All chutes, troughs, pipes and other means of

conveyance shall be kept clean and free from coatings of hardened cement or concrete by thoroughly cleaning with water and chipping after each pour. Water used for flushing shall be discharged away from the vicinity of the concrete or forms already in place.

D. Depositing

1. Unless adequate protection is provided, concrete shall not be placed during rain. Rainwater shall not be allowed to increase the mixing water or to damage the surface finish. Fresh concrete that has been deposited but has not attained its initial set shall be protected in the event of rain.

2. Placing of the concrete shall be started at the far end

of work so that each batch will be dumped against previously placed concrete, not away from it.

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 03 30 00 CONCRETE - PAGE 6 OF 8

E. Compaction

1. All concrete shall be consolidated by vibration so that the concrete is thoroughly worked around the reinforcement, around embedded items, and into corners of forms, eliminating all air or stone pockets which may cause honey-combing, pitting, or planes of weakness. All compaction shall be done by use of high frequency internal vibrators. Where the vibrator cannot be inserted into the concrete, compaction shall be done by spading, rodding, or forking.

2. Frequency of vibrator shall be not less than 7,000

impulses per minute. The Contractor shall provide a sufficient number of vibrators to properly consolidate all concrete immediately after placing. At least one standby vibrator shall be on hand at all times during placement of the concrete.

3.04 REPAIR OF DEFECTS

A. After forms have been removed, any concrete which is not constructed as shown on the plans or is out of alignment or level beyond required tolerances or which shows a defective surface which in the opinion of the Engineer cannot be properly repaired or patched shall be removed.

B. Where concrete which is exposed to view requires repairing

or patching, the texture of the surface of such repair or patch shall closely match that of the surrounding surface.

3.05 CURING AND PROTECTION

A. All concrete shall be cured for a period of not less than seven (7) days by one of the methods listed below. During this curing period, the concrete shall be maintained with minimal moisture loss at a relatively constant temperature. Fresh concrete shall be protected from heavy rains, flowing water, mechanical injury, and injurious action of the sun. Curing method selected must be compatible with the finish to be applied to the concrete. Curing shall immediately follow the finishing operation.

B. Water Curing: If cured with water, concrete shall be

kept wet by mechanical sprinklers, by ponding, or by any other method which will keep the surfaces continuously wet.

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 03 30 00 CONCRETE - PAGE 7 OF 8

C. Saturated Sand Curing: Surfaces cured with sand shall be covered with a minimum of one inch thickness of sand which shall be kept uniformly distributed and continuously saturated during the entire curing period.

D. Curing Compounds: Curing compounds shall not be used on

concrete surfaces that are to receive paint finish, acid stain or resilient flooring, except those that are recommended by the manufacturer to be compatible with the applied finish. The Contractor shall submit to the Guam Veteran’s Cemetery Representative a letter certifying that the curing compound is compatible with the applied finish. Application shall be in accordance with the manufacturer's recommendations. If curing, sealing or other compounds are used which are incompatible with applied finish, such compound shall be thoroughly removed by grinding with a terrazzo grinder.

E. Waterproof Paper: Waterproof paper or opaque

polyethylene film conforming to ASTM C171 may be used. The paper or film shall be anchored securely and all edges sealed or applied in such a manner as to prevent moisture escaping from the concrete.

3.06 SAMPLING AND TESTING

A. Sampling - ASTM C 172: Collect samples of fresh concrete

to perform tests specified. ASTM C 31 for making test specimens.

B. Slump Tests - ASTM C 143: Take concrete samples during

concrete placement. The maximum slump may be increased as specified with the addition of an approved admixture provided that the water-cement ratio is not exceeded. Perform tests at commencement of concrete placement, when test cylinders are made, and for each batch (minimum) or every 20 cubic yards (maximum) of concrete.

C. Compressive Strength Tests - ASTM C 39: Make five test

cylinders for each set of tests in accordance with ASTM C 31 C 31M. Test two cylinders at 7 days, two cylinders at 28 days, and hold one cylinder in reserve. Provide concrete cylinders for compression tests not less than once a day, nor less than once for each 40 cubic yards of concrete, nor less than once for each 1,000 square feet of surface area for sidewalk. For the entire project, take no less than five samples and perform strength tests. Each strength test result must be the average of two cylinders from the same concrete sample tested at 28 days. If the average of any three consecutive strength test results is less than f’c or if any strength test

Crosswalks at DFS Galleria Intersection, Tumon October 30, 2015

SECTION 03 30 00 CONCRETE - PAGE 8 OF 8

result falls below f’c by more than 450 psi., take a minimum of three ASTM C 42/C 42M core samples from the in-place work represented by the low test cylinder results and test. Concrete represented by core tests shall be considered structurally adequate if the average of the three cores is equal to at least 85 percent of f'c and if no single core is less than 75 percent of f'c. Retest locations represented by erratic core strengths. Remove concrete not meeting strength criteria and provide new, acceptable concrete at no additional cost to the State. Repair core holes with non-shrink grout. Match color and finish of adjacent concrete.

D. Testing: All sampling and testing shall be performed by

an independent testing agency and all test results submitted to the Guam Veteran’s Cemetery Representative for approval. All cost of sampling and testing shall be borne by the Contractor.

END OF SECTION

Crosswalks at DFS Galleria Intersection, Tumon

Common Work Results for Electrical Systems 260500 - 1

SECTION 260500 - COMMON WORK RESULTS FOR ELECTRICAL

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Electrical equipment coordination and installation. 2. Sleeves for raceways and cables. 3. Sleeve seals. 4. Grout. 5. Common electrical installation requirements.

1.3 DEFINITIONS

A. EPDM: Ethylene-propylene-diene terpolymer rubber.

B. NBR: Acrylonitrile-butadiene rubber.

1.4 SUBMITTALS

A. Product Data: For sleeve seals.

1.5 COORDINATION

A. Coordinate arrangement, mounting, and support of electrical equipment:

1. To allow maximum possible headroom unless specific mounting heights that reduce headroom are indicated.

2. To provide for ease of disconnecting the equipment with minimum interference to other installations.

3. To allow right of way for piping and conduit installed at required slope.

4. So connecting raceways, cables, wireways, cable trays, and busways will be clear of obstructions and of the working and access space of other equipment.

Crosswalks at DFS Galleria Intersection, Tumon

Common Work Results for Electrical Systems 260500 - 2

B. Coordinate installation of required supporting devices and set sleeves in cast-in-place concrete, masonry walls, and other structural components as they are constructed.

C. Coordinate location of access panels and doors for electrical items that are behind finished surfaces or otherwise concealed. Access doors and panels are specified in Division 08 Section "Access Doors and Frames."

D. Coordinate sleeve selection and application with selection and application of firestopping specified in Division 07 Section "Penetration Firestopping."."

PART 2 - PRODUCTS

2.1 SLEEVES FOR RACEWAYS AND CABLES

A. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel, plain ends.

B. Cast-Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile-iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated.

C. Sleeves for Rectangular Openings: Galvanized sheet steel.

1. Minimum Metal Thickness:

a. For sleeve cross-section rectangle perimeter less than 50 inches and no side more than 16 inches, thickness shall be 0.052 inch.

b. For sleeve cross-section rectangle perimeter equal to, or more than, 50 inches and 1 or more sides equal to, or more than, 16 inches, thickness shall be 0.138 inch.

2.2 SLEEVE SEALS

A. Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and raceway or cable.

1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

a. Advance Products & Systems, Inc. b. Calpico, Inc.

Crosswalks at DFS Galleria Intersection, Tumon

Common Work Results for Electrical Systems 260500 - 3

c. Metraflex Co. d. Pipeline Seal and Insulator, Inc.

2. Sealing Elements: EPDM or NBR interlocking links shaped to fit surface of cable or conduit. Include type and number required for material and size of raceway or cable.

3. Pressure Plates: Stainless steel. Include two for each sealing element.

4. Connecting Bolts and Nuts: Stainless steel of length required to secure pressure plates to sealing elements. Include one for each sealing element.

2.3 GROUT

A. Nonmetallic, Shrinkage-Resistant Grout: ASTM C 1107, factory-packaged, nonmetallic aggregate grout, noncorrosive, nonstaining, mixed with water to consistency suitable for application and a 30-minute working time.

PART 3 - EXECUTION

3.1 COMMON REQUIREMENTS FOR ELECTRICAL INSTALLATION

A. Comply with NECA 1.

B. Measure indicated mounting heights to bottom of unit for suspended items and to center of unit for wall-mounting items.

C. Headroom Maintenance: If mounting heights or other location criteria are not indicated, arrange and install components and equipment to provide maximum possible headroom consistent with these requirements.

D. Equipment: Install to facilitate service, maintenance, and repair or replacement of components of both electrical equipment and other nearby installations. Connect in such a way as to facilitate future disconnecting with minimum interference with other items in the vicinity.

E. Right of Way: Give to piping systems installed at a required slope.

3.2 SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS

A. Electrical penetrations occur when raceways, cables, wireways, cable trays, or busways penetrate concrete

Crosswalks at DFS Galleria Intersection, Tumon

Common Work Results for Electrical Systems 260500 - 4

slabs, concrete or masonry walls, or fire-rated floor and wall assemblies.

B. Concrete Slabs and Walls: Install sleeves for penetrations unless core-drilled holes or formed openings are used. Install sleeves during erection of slabs and walls.

C. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening.

D. Fire-Rated Assemblies: Install sleeves for penetrations of fire-rated floor and wall assemblies unless openings compatible with firestop system used are fabricated during construction of floor or wall.

E. Cut sleeves to length for mounting flush with both surfaces of walls.

F. Extend sleeves installed in floors 2 inches above finished floor level.

G. Size pipe sleeves to provide 1/4-inch annular clear space between sleeve and raceway or cable, unless indicated otherwise.

H. Seal space outside of sleeves with grout for penetrations of concrete and masonry

1. Promptly pack grout solidly between sleeve and wall so no voids remain. Tool exposed surfaces smooth; protect grout while curing.

I. Interior Penetrations of Non-Fire-Rated Walls and Floors: Seal annular space between sleeve and raceway or cable, using joint sealant appropriate for size, depth, and location of joint. Comply with requirements in Division 07 Section "Joint Sealants.".

J. Fire-Rated-Assembly Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at raceway and cable penetrations. Install sleeves and seal raceway and cable penetration sleeves with firestop materials. Comply with requirements in Division 07 Section "Penetration Firestopping."

K. Roof-Penetration Sleeves: Seal penetration of individual raceways and cables with flexible boot-type flashing units applied in coordination with roofing work.

L. Aboveground, Exterior-Wall Penetrations: Seal penetrations using steel pipe sleeves and mechanical sleeve seals. Select sleeve size to allow for 1-inch

Crosswalks at DFS Galleria Intersection, Tumon

Common Work Results for Electrical Systems 260500 - 5

annular clear space between pipe and sleeve for installing mechanical sleeve seals.

M. Underground, Exterior-Wall Penetrations: Install cast-iron pipe sleeves. Size sleeves to allow for 1-inch annular clear space between raceway or cable and sleeve for installing mechanical sleeve seals.

3.3 SLEEVE-SEAL INSTALLATION

A. Install to seal exterior wall penetrations.

B. Use type and number of sealing elements recommended by manufacturer for raceway or cable material and size. Position raceway or cable in center of sleeve. Assemble mechanical sleeve seals and install in annular space between raceway or cable and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal.

3.4 FIRESTOPPING

A. Apply firestopping to penetrations of fire-rated floor and wall assemblies for electrical installations to restore original fire-resistance rating of assembly. Firestopping materials and installation requirements are specified in Division 07 Section "Penetration Firestopping."

END OF SECTION 260500

Crosswalks at DFS Galleria Intersection, Tumon

Low Voltage Electrical Power Conductors and Cables Page 260519-1

SECTION 260519 - LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Building wires and cables rated 600 V and less. 2. Connectors, splices, and terminations rated 600 V and

less. 3. Sleeves and sleeve seals for cables.

B. Related Sections include the following:

1. Division 26 Section "Medium-Voltage Cables" for single-conductor and multiconductor cables, cable splices, and terminations for electrical distribution systems with 2001 to 35,000 V.

2. Division 26 Section "Undercarpet Electrical Power Cables" for flat cables for undercarpet installations.

3. Division 27 Section "Communications Horizontal Cabling" for cabling used for voice and data circuits.

1.3 DEFINITIONS

A. EPDM: Ethylene-propylene-diene terpolymer rubber.

B. NBR: Acrylonitrile-butadiene rubber.

1.4 SUBMITTALS

A. Product Data: For each type of product indicated.

B. Qualification Data: For testing agency.

C. Field quality-control test reports.

Crosswalks at DFS Galleria Intersection, Tumon

Low Voltage Electrical Power Conductors and Cables Page 260519-2

1.5 QUALITY ASSURANCE

A. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction.

1. Testing Agency's Field Supervisor: Person currently certified by the InterNational Electrical Testing Association or the National Institute for Certification in Engineering Technologies to supervise on-site testing specified in Part 3.

B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.

C. Comply with NFPA 70.

1.6 COORDINATION

A. Set sleeves in cast-in-place concrete, masonry walls, and other structural components as they are constructed.

PART 2 - PRODUCTS

2.1 CONDUCTORS AND CABLES

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Alcan Products Corporation; Alcan Cable Division. 2. American Insulated Wire Corp.; a Leviton Company. 3. General Cable Corporation. 4. Senator Wire & Cable Company. 5. Southwire Company.

C. Copper Conductors: Comply with NEMA WC 70.

D. Conductor Insulation: Comply with NEMA WC 70 for Types THHN-THWN.

Crosswalks at DFS Galleria Intersection, Tumon

Low Voltage Electrical Power Conductors and Cables Page 260519-3

2.2 CONNECTORS AND SPLICES

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. AFC Cable Systems, Inc. 2. Hubbell Power Systems, Inc. 3. O-Z/Gedney; EGS Electrical Group LLC. 4. 3M; Electrical Products Division. 5. Tyco Electronics Corp.

C. Description: Factory-fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated.

2.3 SLEEVES FOR CABLES

A. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel, plain ends.

B. Cast-Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile-iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated.

C. Sleeves for Rectangular Openings: Galvanized sheet steel with minimum 0.052- or 0.138-inch (1.3- or 3.5-mm) t hickness as indicated and of length to suit application.

D. Coordinate sleeve selection and application with selection and application of firestopping specified in Division 07 Section "Penetration Firestopping."

2.4 SLEEVE SEALS

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

C. Basis-of-Design Product: Subject to compliance with requirements, provide the product indicated on Drawings or a comparable product by one of the following:

1. Advance Products & Systems, Inc.

Crosswalks at DFS Galleria Intersection, Tumon

Low Voltage Electrical Power Conductors and Cables Page 260519-4

2. Calpico, Inc. 3. Metraflex Co. 4. Pipeline Seal and Insulator, Inc.

D. Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and cable.

1. Sealing Elements: EPDM interlocking links shaped to fit surface of cable or conduit. Include type and number required for material and size of raceway or cable.

2. Pressure Plates: Stainless steel. Include two for each sealing element.

3. Connecting Bolts and Nuts: Carbon steel with corrosion-resistant coating of length required to secure pressure plates to sealing elements. Include one for each sealing element.

PART 3 - EXECUTION

3.1 CONDUCTOR MATERIAL APPLICATIONS

A. Feeders: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger.

B. Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger.

3.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS

A. Service Entrance: Type THHN-THWN, single conductors in raceway.

B. Exposed Feeders: Type THHN-THWN, single conductors in raceway.

C. Feeders Concealed in Ceilings, Walls, Partitions, and Crawlspaces: Type THHN-THWN, single conductors in raceway.

D. Feeders Concealed in Concrete, below Slabs-on-Grade, and Underground: Type THHN-THWN, single conductors in raceway .

E. Feeders Installed below Raised Flooring: Type THHN-THWN, single conductors in raceway.

F. Exposed Branch Circuits, Including in Crawlspaces: Type THHN-THWN, single conductors in raceway.

Crosswalks at DFS Galleria Intersection, Tumon

Low Voltage Electrical Power Conductors and Cables Page 260519-5

G. Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN-THWN, single conductors in raceway Armored cable, Type AC.

H. Branch Circuits Concealed in Concrete, below Slabs-on-Grade, and Underground: Type THHN-THWN, single conductors in raceway.

I. Branch Circuits Installed below Raised Flooring: Type THHN-THWN, single conductors in raceway.

J. Cord Drops and Portable Appliance Connections: Type SO, hard service cord with stainless-steel, wire-mesh, strain relief device at terminations to suit application.

K. Class 1 Control Circuits: Type THHN-THWN, in raceway.

L. Class 2 Control Circuits: Type THHN-THWN, in raceway.

3.3 INSTALLATION OF CONDUCTORS AND CABLES

A. Conceal cables in finished walls, ceilings, and floors, unless otherwise indicated.

B. Use manufacturer-approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values.

C. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips, that will not damage cables or raceway.

D. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible.

E. Support cables according to Division 26 Section "Hangers and Supports for Electrical Systems."

F. Identify and color-code conductors and cables according to Division 26 Section "Identification for Electrical Systems."

3.4 CONNECTIONS

A. Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B.

Crosswalks at DFS Galleria Intersection, Tumon

Low Voltage Electrical Power Conductors and Cables Page 260519-6

B. Make splices and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors.

1. Use oxide inhibitor in each splice and tap conductor for aluminum conductors.

C. Wiring at Outlets: Install conductor at each outlet, with at least 6 inches (150 mm) of slack.

3.5 SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS

A. Coordinate sleeve selection and application with selection and application of firestopping specified in Division 07 Section "Penetration Firestopping."

B. Concrete Slabs and Walls: Install sleeves for penetrations unless core-drilled holes or formed openings are used. Install sleeves during erection of slabs and walls.

C. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening.

D. Rectangular Sleeve Minimum Metal Thickness:

1. For sleeve rectangle perimeter less than 50 inches ( 1270 mm) and no side greater than 16 inches (400 mm) , t hickness shall be 0.052 inch (1.3 mm) .

2. For sleeve rectangle perimeter equal to, or greater than, 50 inches (1270 mm) and 1 or more sides equal t o, or greater than, 16 inches (400 mm) , thickness shall be 0.138 inch (3.5 mm) .

E. Fire-Rated Assemblies: Install sleeves for penetrations of fire-rated floor and wall assemblies unless openings compatible with firestop system used are fabricated during construction of floor or wall.

F. Cut sleeves to length for mounting flush with both wall surfaces.

G. Extend sleeves installed in floors 2 inches (50 mm) above f inished floor level.

H. Size pipe sleeves to provide 1/4-inch (6.4-mm) annular c lear space between sleeve and cable unless sleeve seal is to be installed or unless seismic criteria require different clearance.

I. Seal space outside of sleeves with grout for penetrations of concrete and masonry and with approved joint compound for gypsum board assemblies.

Crosswalks at DFS Galleria Intersection, Tumon

Low Voltage Electrical Power Conductors and Cables Page 260519-7

J. Interior Penetrations of Non-Fire-Rated Walls and Floors: Seal annular space between sleeve and cable, using joint sealant appropriate for size, depth, and location of joint according to Division 07 Section "Joint Sealants."

K. Fire-Rated-Assembly Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at cable penetrations. Install sleeves and seal with firestop materials according to Division 07 Section "Penetration Firestopping."

L. Roof-Penetration Sleeves: Seal penetration of individual cables with flexible boot-type flashing units applied in coordination with roofing work.

M. Aboveground Exterior-Wall Penetrations: Seal penetrations using sleeves and mechanical sleeve seals. Size sleeves to allow for 1-inch (25-mm) annular clear space between pipe and sleeve for installing mechanical sleeve seals.

N. Underground Exterior-Wall Penetrations: Install cast-iron "wall pipes" for sleeves. Size sleeves to allow for 1-i nch (25-mm) annular clear space between cable and sleeve f or installing mechanical sleeve seals.

3.6 SLEEVE-SEAL INSTALLATION

A. Install to seal underground exterior-wall penetrations.

B. Use type and number of sealing elements recommended by manufacturer for cable material and size. Position cable in center of sleeve. Assemble mechanical sleeve seals and install in annular space between cable and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal.

3.7 FIRESTOPPING

A. Apply firestopping to electrical penetrations of fire-rated floor and wall assemblies to restore original fire-resistance rating of assembly according to Division 07 Section "Penetration Firestopping."

3.8 FIELD QUALITY CONTROL

A. Testing Agency: Engage a qualified testing agency to perform tests and inspections and prepare test reports.

B. Perform tests and inspections and prepare test reports.

C. Tests and Inspections:

Crosswalks at DFS Galleria Intersection, Tumon

Low Voltage Electrical Power Conductors and Cables Page 260519-8

1. After installing conductors and cables and before electrical circuitry has been energized, test service entrance and feeder conductors, and conductors feeding the following critical equipment and services for compliance with requirements.

2. Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters.

3. Infrared Scanning: After Substantial Completion, but not more than 60 days after Final Acceptance, perform an infrared scan of each splice in cables and conductors No. 3 AWG and larger. Remove box and equipment covers so splices are accessible to portable scanner.

a. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan of each splice 11 months after date of Substantial Completion.

b. Instrument: Use an infrared scanning device designed to measure temperature or to detect significant deviations from normal values. Provide calibration record for device.

c. Record of Infrared Scanning: Prepare a certified report that identifies splices checked and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action.

D. Test Reports: Prepare a written report to record the following:

1. Test procedures used. 2. Test results that comply with requirements. 3. Test results that do not comply with requirements and

corrective action taken to achieve compliance with requirements.

E. Remove and replace malfunctioning units and retest as specified above.

END OF SECTION 260519

Crosswalks at DFS Galleria Intersection, Tumon

Grounding and Bonding for Electrical Systems Page 260526-1

SECTION 260526 - GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes methods and materials for grounding systems and equipment, plus the following special applications:

1. Overhead-lines grounding. 2. Underground distribution grounding. 3. Common ground bonding with lightning protection system.

1.3 SUBMITTALS

A. Product Data: For each type of product indicated.

B. Other Informational Submittals: Plans showing dimensioned as-built locations of grounding features specified in Part 3 "Field Quality Control" Article, including the following:

1. Test wells. 2. Ground rods. 3. Ground rings. 4. Grounding arrangements and connections for separately

derived systems. 5. Grounding for sensitive electronic equipment.

C. Qualification Data: For testing agency and testing agency's field supervisor.

D. Field quality-control test reports.

E. Operation and Maintenance Data: For grounding to include the following in emergency, operation, and maintenance manuals:

1. Instructions for periodic testing and inspection of grounding features at test wells ground rings grounding connections for separately derived systems based on NFPA 70B.

Crosswalks at DFS Galleria Intersection, Tumon

Grounding and Bonding for Electrical Systems Page 260526-2

a. Tests shall be to determine if ground resistance or impedance values remain within specified maximums, and instructions shall recommend corrective action if they do not.

b. Include recommended testing intervals.

1.4 QUALITY ASSURANCE

A. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction.

1. Testing Agency's Field Supervisor: Person currently certified by the InterNational Electrical Testing Association to supervise on-site testing specified in Part 3.

B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.

C. Comply with UL 467 for grounding and bonding materials and equipment.

PART 2 - PRODUCTS

2.1 CONDUCTORS

A. Insulated Conductors: Copper wire or cable insulated for 600 V unless otherwise required by applicable Code or authorities having jurisdiction.

B. Bare Copper Conductors:

1. Solid Conductors: ASTM B 3. 2. Stranded Conductors: ASTM B 8. 3. Tinned Conductors: ASTM B 33. 4. Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG

conductor, 1/4 inch (6 mm) in diameter. 5. Bonding Conductor: No. 4 or No. 6 AWG, stranded conductor. 6. Bonding Jumper: Copper tape, braided conductors,

terminated with copper ferrules; 1-5/8 inches (41 mm) wide and 1/16 inch (1.6 mm) thick.

Crosswalks at DFS Galleria Intersection, Tumon

Grounding and Bonding for Electrical Systems Page 260526-3

7. Tinned Bonding Jumper: Tinned-copper tape, braided conductors, terminated with copper ferrules; 1-5/8 inches ( 41 mm) wide and 1/16 inch (1.6 mm) thick.

C. Bare Grounding Conductor and Conductor Protector for Wood Poles:

1. No. 4 AWG minimum, soft-drawn copper. 2. Conductor Protector: Half-round PVC or wood molding. If

wood, use pressure-treated fir or cypress or cedar.

D. Grounding Bus: Rectangular bars of annealed copper, 1/4 by 2 i nches (6 by 50 mm) in cross section, unless otherwise i ndicated; with insulators.

2.2 CONNECTORS

A. Listed and labeled by a nationally recognized testing laboratory acceptable to authorities having jurisdiction for applications in which used, and for specific types, sizes, and combinations of conductors and other items connected.

B. Bolted Connectors for Conductors and Pipes: Copper or copper alloy, bolted pressure-type, with at least two bolts.

1. Pipe Connectors: Clamp type, sized for pipe.

C. Welded Connectors: Exothermic-welding kits of types recommended by kit manufacturer for materials being joined and installation conditions.

2.3 GROUNDING ELECTRODES

A. Ground Rods: Copper-clad steel; in diameter.

PART 3 - EXECUTION

3.1 APPLICATIONS

A. Conductors: Install solid conductor for No. 8 AWG and smaller, and stranded conductors for No. 6 AWG and larger, unless otherwise indicated.

B. Underground Grounding Conductors: Install bare copper conductor, as indicated AWG minimum.

1. Bury at least 24 inches (600 mm) below grade.

Crosswalks at DFS Galleria Intersection, Tumon

Grounding and Bonding for Electrical Systems Page 260526-4

2. Duct-Bank Grounding Conductor: Bury 12 inches (300 mm) above duct bank when indicated as part of duct-bank installation.

C. Isolated Grounding Conductors: Green-colored insulation with continuous yellow stripe. On feeders with isolated ground, identify grounding conductor where visible to normal inspection, with alternating bands of green and yellow tape, with at least three bands of green and two bands of yellow.

D. Grounding Bus: Install in electrical and telephone equipment rooms, in rooms housing service equipment, and elsewhere as indicated.

1. Install bus on insulated spacers 1 inch (25 mm) , minimum, f rom wall 6 inches (150 mm) above finished floor, unless otherwise indicated.

2. Where indicated on both sides of doorways, route bus up to top of door frame, across top of doorway, down to specified height above floor, and connect to horizontal bus.

E. Conductor Terminations and Connections:

1. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors.

2. Underground Connections: Welded connectors, except at test wells and as otherwise indicated.

3. Connections to Ground Rods at Test Wells: Bolted connectors.

4. Connections to Structural Steel: Welded connectors.

3.2 GROUNDING OVERHEAD LINES

A. Comply with IEEE C2 grounding requirements.

B. Install 2 additional ground rods, parallel ground rods if resistance to ground by a single, ground-rod electrode exceeds 25 ohms.

C. Drive ground rods until tops are 12 inches (300 mm) below f inished grade in undisturbed earth.

D. Ground-Rod Connections: Install bolted connectors for underground connections and connections to rods.

E. Lightning Arrester Grounding Conductors: Separate from other grounding conductors.

F. Secondary Neutral and Transformer Enclosure: Interconnect and connect to grounding conductor.

Crosswalks at DFS Galleria Intersection, Tumon

Grounding and Bonding for Electrical Systems Page 260526-5

G. Protect grounding conductors running on surface of wood poles with molding extended from grade level up to and through communication service and transformer spaces.

3.3 GROUNDING UNDERGROUND DISTRIBUTION SYSTEM COMPONENTS

A. Comply with IEEE C2 grounding requirements.

B. Grounding Manholes and Handholes: Install a driven ground rod through manhole or handhole floor, close to wall, and set rod depth so 4 inches (100 mm) will extend above finished floor. If necessary, install ground rod before manhole is placed and provide No. 1/0 AWG bare, tinned-copper conductor from ground rod into manhole through a waterproof sleeve in manhole wall. Protect ground rods passing through concrete floor with a double wrapping of pressure-sensitive insulating tape or heat-shrunk insulating sleeve from 2 inches (50 mm) above to 6 inches (150 mm) below concrete. Seal floor opening with waterproof , nonshrink grout.

C. Grounding Connections to Manhole Components: Bond exposed-metal parts such as inserts, cable racks, pulling irons, ladders, and cable shields within each manhole or handhole, to ground rod or grounding conductor. Make connections with No. 4 AWG minimum, stranded, hard-drawn copper bonding conductor. Train conductors level or plumb around corners and fasten to manhole walls. Connect to cable armor and cable shields as recommended by manufacturer of splicing and termination kits.

D. Pad-Mounted Transformers and Switches: Install two ground rods and ground ring around the pad. Ground pad-mounted equipment and noncurrent-carrying metal items associated with substations by connecting them to underground cable and grounding electrodes. Install tinned-copper conductor not less than No. 2 AWG for ground ring and for taps to equipment grounding terminals. Bury ground ring not less than 6 inches (150 mm) f rom the foundation.

3.4 EQUIPMENT GROUNDING

A. Install insulated equipment grounding conductors with all feeders and branch circuits.

B. Install insulated equipment grounding conductors with the following items, in addition to those required by NFPA 70:

1. Feeders and branch circuits. 2. Lighting circuits. 3. Receptacle circuits. 4. Single-phase motor and appliance branch circuits.

Crosswalks at DFS Galleria Intersection, Tumon

Grounding and Bonding for Electrical Systems Page 260526-6

5. Three-phase motor and appliance branch circuits. 6. Flexible raceway runs. 7. Armored and metal-clad cable runs. 8. Busway Supply Circuits: Install insulated equipment

grounding conductor from grounding bus in the switchgear, switchboard, or distribution panel to equipment grounding bar terminal on busway.

9. Computer and Rack-Mounted Electronic Equipment Circuits: Install insulated equipment grounding conductor in branch-circuit runs from equipment-area power panels and power-distribution units.

10. X-Ray Equipment Circuits: Install insulated equipment grounding conductor in circuits supplying x-ray equipment.

C. Air-Duct Equipment Circuits: Install insulated equipment grounding conductor to duct-mounted electrical devices operating at 120 V and more, including air cleaners, heaters, dampers, humidifiers, and other duct electrical equipment. Bond conductor to each unit and to air duct and connected metallic piping.

D. Water Heater, Heat-Tracing, and Antifrost Heating Cables: Install a separate insulated equipment grounding conductor to each electric water heater and heat-tracing cable. Bond conductor to heater units, piping, connected equipment, and components.

E. Isolated Grounding Receptacle Circuits: Install an insulated equipment grounding conductor connected to the receptacle grounding terminal. Isolate conductor from raceway and from panelboard grounding terminals. Terminate at equipment grounding conductor terminal of the applicable derived system or service, unless otherwise indicated.

F. Isolated Equipment Enclosure Circuits: For designated equipment supplied by a branch circuit or feeder, isolate equipment enclosure from supply circuit raceway with a nonmetallic raceway fitting listed for the purpose. Install fitting where raceway enters enclosure, and install a separate insulated equipment grounding conductor. Isolate conductor from raceway and from panelboard grounding terminals. Terminate at equipment grounding conductor terminal of the applicable derived system or service, unless otherwise indicated.

G. Signal and Communication Equipment: For telephone, alarm, voice and data, and other communication equipment, provide No. 4 AWG minimum insulated grounding conductor in raceway from grounding electrode system to each service location, terminal cabinet, wiring closet, and central equipment location.

Crosswalks at DFS Galleria Intersection, Tumon

Grounding and Bonding for Electrical Systems Page 260526-7

1. Service and Central Equipment Locations and Wiring Closets: Terminate grounding conductor on a 1/4-by-2-by-12-inch (6-by-50-by-300-mm) grounding bus.

2. Terminal Cabinets: Terminate grounding conductor on cabinet grounding terminal.

H. Metal Poles Supporting Outdoor Lighting Fixtures: Install grounding electrode and a separate insulated equipment grounding conductor in addition to grounding conductor installed with branch-circuit conductors.

3.5 INSTALLATION

A. Grounding Conductors: Route along shortest and straightest paths possible, unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage.

B. Common Ground Bonding with Lightning Protection System: Comply with NFPA 780 and UL 96 when interconnecting with lightning protection system. Bond electrical power system ground directly to lightning protection system grounding conductor at closest point to electrical service grounding electrode. Use bonding conductor sized same as system grounding electrode conductor, and install in conduit.

C. Ground Rods: Drive rods until tops are 2 inches (50 mm) below f inished floor or final grade, unless otherwise indicated.

1. Interconnect ground rods with grounding electrode conductor below grade and as otherwise indicated. Make connections without exposing steel or damaging coating, if any.

2. For grounding electrode system, install at least three rods spaced at least one-rod length from each other and located at least the same distance from other grounding electrodes, and connect to the service grounding electrode conductor.

D. Test Wells: Ground rod driven through drilled hole in bottom of handhole. Handholes are specified in Division 26 Section "Underground Ducts and Raceways for Electrical Systems," and shall be at least 12 inches (300 mm) deep, with cover.

1. Test Wells: Install at least one test well for each service, unless otherwise indicated. Install at the ground rod electrically closest to service entrance. Set top of test well flush with finished grade or floor.

E. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance, except where routed through short lengths of conduit.

Crosswalks at DFS Galleria Intersection, Tumon

Grounding and Bonding for Electrical Systems Page 260526-8

1. Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts.

2. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install so vibration is not transmitted to rigidly mounted equipment.

3. Use exothermic-welded connectors for outdoor locations, but if a disconnect-type connection is required, use a bolted clamp.

F. Grounding and Bonding for Piping:

1. Metal Water Service Pipe: Install insulated copper grounding conductors, in conduit, from building's main service equipment, or grounding bus, to main metal water service entrances to building. Connect grounding conductors to main metal water service pipes, using a bolted clamp connector or by bolting a lug-type connector to a pipe flange, using one of the lug bolts of the flange. Where a dielectric main water fitting is installed, connect grounding conductor on street side of fitting. Bond metal grounding conductor conduit or sleeve to conductor at each end.

2. Water Meter Piping: Use braided-type bonding jumpers to electrically bypass water meters. Connect to pipe with a bolted connector.

3. Bond each aboveground portion of gas piping system downstream from equipment shutoff valve.

G. Bonding Interior Metal Ducts: Bond metal air ducts to equipment grounding conductors of associated fans, blowers, electric heaters, and air cleaners. Install bonding jumper to bond across flexible duct connections to achieve continuity.

H. Grounding for Steel Building Structure: Install a driven ground rod at base of each corner column and at intermediate exterior columns at distances not more than 60 feet (18 m) apart.

I . Ground Ring: Install a grounding conductor, electrically connected to each building structure ground rod and to each steel column, extending around the perimeter of building.

1. Install tinned-copper conductor not less than No. 2/0 AWG for ground ring and for taps to building steel.

2. Bury ground ring not less than 24 inches (600 mm) from building foundation.

3.6 FIELD QUALITY CONTROL

A. Testing Agency: Owner will engage a qualified testing and inspecting agency to perform field tests and inspections and prepare test reports.

Crosswalks at DFS Galleria Intersection, Tumon

Grounding and Bonding for Electrical Systems Page 260526-9

B. Testing Agency: Engage a qualified testing and inspecting agency to perform the following field tests and inspections and prepare test reports:

C. Perform the following tests and inspections and prepare test reports:

1. After installing grounding system but before permanent electrical circuits have been energized, test for compliance with requirements.

2. Test completed grounding system at each location where a maximum ground-resistance level is specified, at service disconnect enclosure grounding terminal, at ground test wells, and at individual ground rods. Make tests at ground rods before any conductors are connected.

a. Measure ground resistance not less than two full days after last trace of precipitation and without soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance.

b. Perform tests by fall-of-potential method according to IEEE 81.

3. Prepare dimensioned drawings locating each test well, ground rod and ground rod assembly, and other grounding electrodes. Identify each by letter in alphabetical order, and key to the record of tests and observations. Include the number of rods driven and their depth at each location, and include observations of weather and other phenomena that may affect test results. Describe measures taken to improve test results.

D. Report measured ground resistances that exceed the following values:

1. Power and Lighting Equipment or System with Capacity 500 kVA and Less: 10 ohms.

2. Power and Lighting Equipment or System with Capacity 500 to 1000 kVA: 5 ohms.

3. Power and Lighting Equipment or System with Capacity More Than 1000 kVA: 3 ohms.

4. Power Distribution Units or Panelboards Serving Electronic Equipment: 3 ohm(s).

5. Substations and Pad-Mounted Equipment: 5 ohms. 6. Manhole Grounds: 10 ohms.

E. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Architect promptly and include recommendations to reduce ground resistance.

Crosswalks at DFS Galleria Intersection, Tumon

Grounding and Bonding for Electrical Systems Page 260526-10

END OF SECTION 260526

Crosswalks at DFS Galleria Intersection, Tumon

Raceway and Boxes for Electrical Systems 260533 - 1

SECTION 260533 - RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiring.

B. Related Sections include the following:

1. Division 26 Section "Underground Ducts and Raceways for Electrical Systems" for exterior ductbanks, manholes, and underground utility construction.

1.3 DEFINITIONS

A. EMT: Electrical metallic tubing.

B. ENT: Electrical nonmetallic tubing.

C. EPDM: Ethylene-propylene-diene terpolymer rubber.

D. FMC: Flexible metal conduit.

E. IMC: Intermediate metal conduit.

F. LFMC: Liquidtight flexible metal conduit.

G. LFNC: Liquidtight flexible nonmetallic conduit.

H. NBR: Acrylonitrile-butadiene rubber.

I. RNC: Rigid nonmetallic conduit.

1.4 SUBMITTALS

A. Product Data: For surface raceways, wireways and fittings, floor boxes, hinged-cover enclosures, and cabinets.

Crosswalks at DFS Galleria Intersection, Tumon

Raceway and Boxes for Electrical Systems 260533 - 2

B. Shop Drawings: For the following raceway components. Include plans, elevations, sections, details, and attachments to other work.

1. Custom enclosures and cabinets. 2. For handholes and boxes for underground wiring,

including the following:

a. Duct entry provisions, including locations and duct sizes.

b. Frame and cover design. c. Grounding details. d. Dimensioned locations of cable rack inserts, and

pulling-in and lifting irons. e. Joint details.

C. Samples for Initial Selection: For wireways nonmetallic wireways and surface raceways with factory-applied texture and color finishes.

1. Size: As indicated

D. Samples for Verification: For each type of exposed finish required for wireways nonmetallic wireways and surface raceways, prepared on Samples of size indicated below.

1. Size: As indicated

E. Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items are shown and coordinated with each other, based on input from installers of the items involved:

1. Structural members in the paths of conduit groups with common supports.

2. HVAC and plumbing items and architectural features in the paths of conduit groups with common supports.

F. Manufacturer Seismic Qualification Certification: Submit certification that enclosures and cabinets and their mounting provisions, including those for internal components, will withstand seismic forces defined in Division 26 Section "Vibration and Seismic Controls for Electrical Systems." Include the following:

1. Basis for Certification: Indicate whether withstand certification is based on actual test of assembled components or on calculation.

a. The term "withstand" means "the cabinet or enclosure will remain in place without separation of any parts when subjected to the seismic forces specified and the unit will retain its enclosure

Crosswalks at DFS Galleria Intersection, Tumon

Raceway and Boxes for Electrical Systems 260533 - 3

characteristics, including its interior accessibility, after the seismic event."

2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity and locate and describe mounting and anchorage provisions.

3. Detailed description of equipment anchorage devices on which the certification is based and their installation requirements.

G. Qualification Data: For professional engineer and testing agency.

H. Source quality-control test reports.

1.5 QUALITY ASSURANCE

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.

B. Comply with NFPA 70.

PART 2 - PRODUCTS

2.1 METAL CONDUIT AND TUBING

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. AFC Cable Systems, Inc. 2. Alflex Inc. 3. Allied Tube & Conduit; a Tyco International Ltd. Co. 4. Anamet Electrical, Inc.; Anaconda Metal Hose. 5. Electri-Flex Co. 6. Manhattan/CDT/Cole-Flex. 7. Maverick Tube Corporation. 8. O-Z Gedney; a unit of General Signal. 9. Wheatland Tube Company.

C. Rigid Steel Conduit: ANSI C80.1.

D. Aluminum Rigid Conduit: ANSI C80.5.

Crosswalks at DFS Galleria Intersection, Tumon

Raceway and Boxes for Electrical Systems 260533 - 4

E. IMC: ANSI C80.6.

F. EMT: ANSI C80.3.

G. Fittings for Conduit (Including all Types and Flexible and Liquidtight), EMT, and Cable: NEMA FB 1; listed for type and size raceway with which used, and for application and environment in which installed.

1. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886.

2. Fittings for EMT: Steel or die-cast, set-screw or compression type.

3. Coating for Fittings for PVC-Coated Conduit: Minimum thickness, 0.040 inch (1 mm) , with overlapping sleeves protecting threaded joints.

H. Joint Compound for Rigid Steel Conduit or IMC: Listed for use in cable connector assemblies, and compounded for use to lubricate and protect threaded raceway joints from corrosion and enhance their conductivity.

2.2 NONMETALLIC CONDUIT AND TUBING

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. AFC Cable Systems, Inc. 2. Anamet Electrical, Inc.; Anaconda Metal Hose. 3. Arnco Corporation. 4. CANTEX Inc. 5. CertainTeed Corp.; Pipe & Plastics Group. 6. Condux International, Inc. 7. ElecSYS, Inc. 8. Electri-Flex Co. 9. Lamson & Sessions; Carlon Electrical Products. 10. Manhattan/CDT/Cole-Flex. 11. RACO; a Hubbell Company. 12. Thomas & Betts Corporation.

C. ENT: NEMA TC 13.

D. RNC: NEMA TC 2, Type EPC-40-PVC, unless otherwise indicated.

E. LFNC: UL 1660.

Crosswalks at DFS Galleria Intersection, Tumon

Raceway and Boxes for Electrical Systems 260533 - 5

F. Fittings for ENT and RNC: NEMA TC 3; match to conduit or tubing type and material.

G. Fittings for LFNC: UL 514B.

2.3 OPTICAL FIBER/COMMUNICATIONS CABLE RACEWAY AND FITTINGS

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Arnco Corporation. 2. Endot Industries Inc. 3. IPEX Inc. 4. Lamson & Sessions; Carlon Electrical Products.

C. Description: Comply with UL 2024; flexible type, approved for plenum installation.

2.4 METAL WIREWAYS

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Cooper B-Line, Inc. 2. Hoffman. 3. Square D; Schneider Electric.

C. Description: Sheet metal sized and shaped as indicated, NEMA 250, Type 1, unless otherwise indicated.

D. Fittings and Accessories: Include couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system.

E. Wireway Covers: As indicated.

F. Finish: Manufacturer's standard enamel finish.

Crosswalks at DFS Galleria Intersection, Tumon

Raceway and Boxes for Electrical Systems 260533 - 6

2.5 NONMETALLIC WIREWAYS

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Hoffman. 2. Lamson & Sessions; Carlon Electrical Products.

C. Description: Fiberglass polyester, extruded and fabricated to size and shape indicated, with no holes or knockouts. Cover is gasketed with oil-resistant gasket material and fastened with captive screws treated for corrosion resistance. Connections are flanged, with stainless-steel screws and oil-resistant gaskets.

D. Description: PVC plastic, extruded and fabricated to size and shape indicated, with snap-on cover and mechanically coupled connections with plastic fasteners.

E. Fittings and Accessories: Include couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system.

2.6 SURFACE RACEWAYS

A. Surface Metal Raceways: Galvanized steel with snap-on covers. Prime coating, ready for field painting.

1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

2. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Thomas & Betts Corporation. b. Walker Systems, Inc.; Wiremold Company (The). c. Wiremold Company (The); Electrical Sales Division.

B. Surface Nonmetallic Raceways: Two-piece construction, manufactured of rigid PVC with texture and color selected by Architect from manufacturer's standard colors.

Crosswalks at DFS Galleria Intersection, Tumon

Raceway and Boxes for Electrical Systems 260533 - 7

1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

2. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Butler Manufacturing Company; Walker Division. b. Enduro Systems, Inc.; Composite Products Division. c. Hubbell Incorporated; Wiring Device-Kellems

Division. d. Lamson & Sessions; Carlon Electrical Products. e. Panduit Corp. f. Walker Systems, Inc.; Wiremold Company (The). g. Wiremold Company (The); Electrical Sales Division.

2.7 BOXES, ENCLOSURES, AND CABINETS

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Cooper Crouse-Hinds; Div. of Cooper Industries, Inc. 2. EGS/Appleton Electric. 3. Erickson Electrical Equipment Company. 4. Hoffman. 5. Hubbell Incorporated; Killark Electric Manufacturing

Co. Division. 6. O-Z/Gedney; a unit of General Signal. 7. RACO; a Hubbell Company. 8. Robroy Industries, Inc.; Enclosure Division. 9. Scott Fetzer Co.; Adalet Division. 10. Spring City Electrical Manufacturing Company. 11. Thomas & Betts Corporation. 12. Walker Systems, Inc.; Wiremold Company (The). 13. Woodhead, Daniel Company; Woodhead Industries, Inc.

Subsidiary.

C. Sheet Metal Outlet and Device Boxes: NEMA OS 1.

D. Cast-Metal Outlet and Device Boxes: NEMA FB 1, ferrous alloy, Type FD, with gasketed cover.

E. Nonmetallic Outlet and Device Boxes: NEMA OS 2.

F. Metal Floor Boxes: Cast or sheet metal, fully adjustable, rectangular.

Crosswalks at DFS Galleria Intersection, Tumon

Raceway and Boxes for Electrical Systems 260533 - 8

G. Nonmetallic Floor Boxes: Nonadjustable, round.

H. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1.

I. Cast-Metal Access, Pull, and Junction Boxes: NEMA FB 1, galvanized, cast iron with gasketed cover.

J. Hinged-Cover Enclosures: NEMA 250, Type 1, with continuous-hinge cover with flush latch, unless otherwise indicated.

1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel.

2. Nonmetallic Enclosures: Plastic, finished inside with radio-frequency-resistant paint.

K. Cabinets:

1. NEMA 250, Type 1, galvanized-steel box with removable interior panel and removable front, finished inside and out with manufacturer's standard enamel.

2. Hinged door in front cover with flush latch and concealed hinge.

3. Key latch to match panelboards. 4. Metal barriers to separate wiring of different systems

and voltage. 5. Accessory feet where required for freestanding

equipment.

2.8 HANDHOLES AND BOXES FOR EXTERIOR UNDERGROUND WIRING

A. Description: Comply with SCTE 77.

1. Color of Frame and Cover: Gray. 2. Configuration: Units shall be designed for flush

burial and have integral closed bottom, unless otherwise indicated.

3. Cover: Weatherproof, secured by tamper-resistant locking devices and having structural load rating consistent with enclosure.

4. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50.

5. Cover Legend: Molded lettering, as indicated for each service.

6. Conduit Entrance Provisions: Conduit-terminating fittings shall mate with entering ducts for secure, fixed installation in enclosure wall.

7. Handholes 24 inches wide by 48 inches long and larger shall have inserts for cable racks and pulling-in irons installed before concrete is poured.

Crosswalks at DFS Galleria Intersection, Tumon

Raceway and Boxes for Electrical Systems 260533 - 9

B. Polymer-Concrete Handholes and Boxes with Polymer-Concrete Cover: Molded of sand and aggregate, bound together with polymer resin, and reinforced with steel or fiberglass or a combination of the two.

1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

2. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

3. Basis-of-Design Product: Subject to compliance with requirements, provide the product indicated on Drawings or a comparable product by one of the following:

a. Armorcast Products Company. b. Carson Industries LLC. c. CDR Systems Corporation. d. NewBasis.

C. Fiberglass Handholes and Boxes with Polymer-Concrete Frame and Cover: Sheet-molded, fiberglass-reinforced, polyester-resin enclosure joined to polymer-concrete top ring or frame.

1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

2. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

3. Basis-of-Design Product: Subject to compliance with requirements, provide the product indicated on Drawings or a comparable product by one of the following:

a. Armorcast Products Company. b. Carson Industries LLC. c. Christy Concrete Products. d. Synertech Moulded Products, Inc.; a division of

Oldcastle Precast.

D. Fiberglass Handholes and Boxes: Molded of fiberglass-reinforced polyester resin, with covers of polymer concrete.

1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may

Crosswalks at DFS Galleria Intersection, Tumon

Raceway and Boxes for Electrical Systems 260533 - 10

be incorporated into the Work include, but are not limited to, the following:

2. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

3. Basis-of-Design Product: Subject to compliance with requirements, provide the product indicated on Drawings or a comparable product by one of the following:

a. Carson Industries LLC. b. Christy Concrete Products. c. Nordic Fiberglass, Inc.

2.9 SLEEVES FOR RACEWAYS

A. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel, plain ends.

B. Cast-Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile-iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated.

C. Sleeves for Rectangular Openings: Galvanized sheet steel with minimum 0.052- or 0.138-inch (1.3- or 3.5-mm) t hickness as indicated and of length to suit application.

D. Coordinate sleeve selection and application with selection and application of firestopping specified in Division 07 Section "Penetration Firestopping."

2.10 SLEEVE SEALS

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

C. Basis-of-Design Product: Subject to compliance with requirements, provide the product indicated on Drawings or a comparable product by one of the following:

1. Advance Products & Systems, Inc. 2. Calpico, Inc. 3. Metraflex Co. 4. Pipeline Seal and Insulator, Inc.

Crosswalks at DFS Galleria Intersection, Tumon

Raceway and Boxes for Electrical Systems 260533 - 11

2.11 SOURCE QUALITY CONTROL FOR UNDERGROUND ENCLOSURES

A. Handhole and Pull-Box Prototype Test: Test prototypes of handholes and boxes for compliance with SCTE 77. Strength tests shall be for specified tier ratings of products supplied.

1. Tests of materials shall be performed by a independent testing agency.

2. Strength tests of complete boxes and covers shall be by either an independent testing agency or manufacturer. A qualified registered professional engineer shall certify tests by manufacturer.

3. Testing machine pressure gages shall have current calibration certification complying with ISO 9000 and ISO 10012, and traceable to NIST standards.

PART 3 - EXECUTION

3.1 RACEWAY APPLICATION

A. Outdoors: Apply raceway products as specified below, unless otherwise indicated:

1. Exposed Conduit: Rigid steel conduit. 2. Concealed Conduit, Aboveground: EMT. 3. Underground Conduit: RNC, Type EPC-40-PVC, direct

buried. 4. Connection to Vibrating Equipment (Including

Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor-Driven Equipment): LFMC.

5. Boxes and Enclosures, Aboveground: NEMA 250, Type 3R. 6. Application of Handholes and Boxes for Underground

Wiring:

a. Handholes and Pull Boxes in Driveway, Parking Lot, and Off-Roadway Locations, Subject to Occasional, Nondeliberate Loading by Heavy Vehicles: Polymer concrete, SCTE 77, Tier 15 structural load rating.

b. Handholes and Pull Boxes in Sidewalk and Similar Applications with a Safety Factor for Nondeliberate Loading by Vehicles: Polymer-concrete units, SCTE 77, Tier 8 structural load rating.

c. Handholes and Pull Boxes Subject to Light-Duty Pedestrian Traffic Only: Fiberglass-reinforced polyester resin, structurally tested according to SCTE 77 with 3000-lbf (13 345-N) vertical loading.

B. Comply with the following indoor applications, unless otherwise indicated:

Crosswalks at DFS Galleria Intersection, Tumon

Raceway and Boxes for Electrical Systems 260533 - 12

1. Exposed, Not Subject to Physical Damage: EMT. 2. Exposed, Not Subject to Severe Physical Damage: EMT. 3. Exposed and Subject to Severe Physical Damage: Rigid

steel conduit. Includes raceways in the following locations:

a. Loading dock. b. Corridors used for traffic of mechanized carts,

forklifts, and pallet-handling units. c. Mechanical rooms.

4. Concealed in Ceilings and Interior Walls and Partitions: EMT or RNC, Type EPC-40-PVC.

5. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor-Driven Equipment): FMC, except use LFMC in damp or wet locations.

6. Damp or Wet Locations: Rigid steel conduit. 7. Raceways for Optical Fiber or Communications Cable in

Spaces Used for Environmental Air: EMT. 8. Raceways for Optical Fiber or Communications Cable

Risers in Vertical Shafts: EMT. 9. Raceways for Concealed General Purpose Distribution of

Optical Fiber or Communications Cable: Plenum-type, optical fiber/communications cable raceway, EMT.

10. Boxes and Enclosures: NEMA 250, Type 1, except use NEMA 250, Type 4, nonmetallic in damp or wet locations.

C. Minimum Raceway Size: 3/4-inch (21-mm) trade size.

D. Raceway Fittings: Compatible with raceways and suitable for use and location.

1. Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings, unless otherwise indicated.

2. PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use with that material. Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and fittings. Use sealant recommended by fitting manufacturer.

E. Install nonferrous conduit or tubing for circuits operating above 60 Hz. Where aluminum raceways are installed for such circuits and pass through concrete, install in nonmetallic sleeve.

F. Do not install aluminum conduits in contact with concrete.

Crosswalks at DFS Galleria Intersection, Tumon

Raceway and Boxes for Electrical Systems 260533 - 13

3.2 INSTALLATION

A. Comply with NECA 1 for installation requirements applicable to products specified in Part 2 except where requirements on Drawings or in this Article are stricter.

B. Keep raceways at least 6 inches (150 mm) away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping.

C. Complete raceway installation before starting conductor installation.

D. Support raceways as specified in Division 26 Section "Hangers and Supports for Electrical Systems."

E. Arrange stub-ups so curved portions of bends are not visible above the finished slab.

F. Install no more than the equivalent of three 90-degree bends in any conduit run except for communications conduits, for which fewer bends are allowed.

G. Conceal conduit and EMT within finished walls, ceilings, and floors, unless otherwise indicated.

H. Raceways Embedded in Slabs:

1. Run conduit larger than 1-inch (27-mm) trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support.

2. Arrange raceways to cross building expansion joints at right angles with expansion fittings.

3. Change from ENT to RNC, Type EPC-40-PVC, rigid steel conduit, or IMC before rising above the floor.

I. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions.

J. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors, including conductors smaller than No. 4 AWG.

K. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb ( 90-kg) tensile strength. Leave at least 12 inches (300 mm) of slack at each end of pull wire.

Crosswalks at DFS Galleria Intersection, Tumon

Raceway and Boxes for Electrical Systems 260533 - 14

L. Raceways for Optical Fiber and Communications Cable: Install raceways, metallic and nonmetallic, rigid and flexible, as follows:

1. 3/4-Inch (19-mm) Trade Size and Smaller: Install r aceways in maximum lengths of 50 feet (15 m) .

2. 1-Inch (25-mm) Trade Size and Larger: Install r aceways in maximum lengths of 75 feet (23 m) .

3. Install with a maximum of two 90-degree bends or equivalent for each length of raceway unless Drawings show stricter requirements. Separate lengths with pull or junction boxes or terminations at distribution frames or cabinets where necessary to comply with these requirements.

M. Install raceway sealing fittings at suitable, approved, and accessible locations and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings at the following points:

1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces.

2. Where otherwise required by NFPA 70.

N. Expansion-Joint Fittings for RNC: Install in each run of aboveground conduit that is located where environmental temperature change may exceed 30 deg F (17 deg C) , and t hat has straight-run length that exceeds 25 feet (7.6 m) .

1. Install expansion-joint fittings for each of the following locations, and provide type and quantity of fittings that accommodate temperature change listed for location:

a. Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F (70 deg C) temperature change.

b. Outdoor Locations Exposed to Direct Sunlight: 155 deg F (86 deg C) temperature change.

c. Indoor Spaces: Connected with the Outdoors without Physical Separation: 125 deg F (70 deg C) t emperature change.

d. Attics: 135 deg F (75 deg C) temperature change.

2. Install fitting(s) that provide expansion and contraction for at least 0.00041 inch per foot of l ength of straight run per deg F (0.06 mm per meter of l ength of straight run per deg C) of temperature change.

3. Install each expansion-joint fitting with position, mounting, and piston setting selected according to

Crosswalks at DFS Galleria Intersection, Tumon

Raceway and Boxes for Electrical Systems 260533 - 15

manufacturer's written instructions for conditions at specific location at the time of installation.

O. Flexible Conduit Connections: Use maximum of 72 inches ( 1830 mm) of flexible conduit for recessed and semirecessed lighting fixtures, equipment subject to vibration, noise transmission, or movement; and for transformers and motors.

1. Use LFMC in damp or wet locations subject to severe physical damage.

2. Use LFMC or LFNC in damp or wet locations not subject to severe physical damage.

P. Recessed Boxes in Masonry Walls: Saw-cut opening for box in center of cell of masonry block, and install box flush with surface of wall.

Q. Set metal floor boxes level and flush with finished floor surface.

R. Set nonmetallic floor boxes level. Trim after installation to fit flush with finished floor surface.

3.3 INSTALLATION OF UNDERGROUND CONDUIT

A. Direct-Buried Conduit:

1. Excavate trench bottom to provide firm and uniform support for conduit. Prepare trench bottom as specified in Division 31 Section "Earth Moving" for pipe less than 6 inches (150 mm) in nominal diameter.

2. Install backfill as specified in Division 31 Section "Earth Moving."

3. After installing conduit, backfill and compact. Start at tie-in point, and work toward end of conduit run, leaving conduit at end of run free to move with expansion and contraction as temperature changes during this process. Firmly hand tamp backfill around conduit to provide maximum supporting strength. After placing controlled backfill to within 12 inches (300 mm) of finished grade, make final conduit connection at end of run and complete backfilling with normal compaction as specified in Division 31 Section "Earth Moving."

4. Install manufactured duct elbows for stub-ups at poles and equipment and at building entrances through the floor, unless otherwise indicated. Encase elbows for stub-up ducts throughout the length of the elbow.

5. Install manufactured rigid steel conduit elbows for stub-ups at poles and equipment and at building entrances through the floor.

Crosswalks at DFS Galleria Intersection, Tumon

Raceway and Boxes for Electrical Systems 260533 - 16

a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling with 3 inches (75 mm) of concrete.

b. For stub-ups at equipment mounted on outdoor concrete bases, extend steel conduit horizontally a minimum of 60 inches (1500 mm) from edge of equipment pad or foundation. Install insulated grounding bushings on terminations at equipment.

6. Warning Planks: Bury warning planks approximately 12 i nches (300 mm) above direct-buried conduits, placing t hem 24 inches (600 mm) o.c. Align planks along the width and along the centerline of conduit.

3.4 INSTALLATION OF UNDERGROUND HANDHOLES AND BOXES

A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting conduits to minimize bends and deflections required for proper entrances.

B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2-inch (12.5-mm) sieve to No. 4 (4.75-mm) sieve and compacted to same density as adjacent undisturbed earth.

C. Elevation: In paved areas, set so cover surface will be flush with finished grade. Set covers of other enclosures 1 inch (25 mm) above finished grade.

D. Install handholes and boxes with bottom below the frost line, below grade.

E. Install removable hardware, including pulling eyes, cable stanchions, cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. Select arm lengths to be long enough to provide spare space for future cables, but short enough to preserve adequate working clearances in the enclosure.

F. Field-cut openings for conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed.

3.5 SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS

A. Coordinate sleeve selection and application with selection and application of firestopping specified in Division 07 Section "Penetration Firestopping."

Crosswalks at DFS Galleria Intersection, Tumon

Raceway and Boxes for Electrical Systems 260533 - 17

B. Concrete Slabs and Walls: Install sleeves for penetrations unless core-drilled holes or formed openings are used. Install sleeves during erection of slabs and walls.

C. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening.

D. Rectangular Sleeve Minimum Metal Thickness:

1. For sleeve cross-section rectangle perimeter less than 50 inches (1270 mm) and no side greater than 16 inches ( 400 mm) , thickness shall be 0.052 inch (1.3 mm) .

2. For sleeve cross-section rectangle perimeter equal to, or greater than, 50 inches (1270 mm) and 1 or more sides equal to, or greater than, 16 inches (400 mm) , t hickness shall be 0.138 inch (3.5 mm) .

E. Fire-Rated Assemblies: Install sleeves for penetrations of fire-rated floor and wall assemblies unless openings compatible with firestop system used are fabricated during construction of floor or wall.

F. Cut sleeves to length for mounting flush with both surfaces of walls.

G. Extend sleeves installed in floors 2 inches (50 mm) above f inished floor level.

H. Size pipe sleeves to provide 1/4-inch (6.4-mm) annular c lear space between sleeve and raceway unless sleeve seal is to be installed[ or unless seismic criteria require different clearance].

I. Seal space outside of sleeves with grout for penetrations of concrete and masonry and with approved joint compound for gypsum board assemblies.

J. Interior Penetrations of Non-Fire-Rated Walls and Floors: Seal annular space between sleeve and raceway, using joint sealant appropriate for size, depth, and location of joint. Refer to Division 07 Section "Joint Sealants" for materials and installation.

K. Fire-Rated-Assembly Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at raceway penetrations. Install sleeves and seal with firestop materials. Comply with Division 07 Section "Penetration Firestopping."

L. Roof-Penetration Sleeves: Seal penetration of individual raceways with flexible, boot-type flashing units applied in coordination with roofing work.

Crosswalks at DFS Galleria Intersection, Tumon

Raceway and Boxes for Electrical Systems 260533 - 18

M. Aboveground, Exterior-Wall Penetrations: Seal penetrations using sleeves and mechanical sleeve seals. Select sleeve size to allow for 1-inch (25-mm) annular c lear space between pipe and sleeve for installing mechanical sleeve seals.

N. Underground, Exterior-Wall Penetrations: Install cast-iron "wall pipes" for sleeves. Size sleeves to allow for 1-inch (25-mm) annular clear space between raceway and sleeve for installing mechanical sleeve seals.

3.6 SLEEVE-SEAL INSTALLATION

A. Install to seal underground, exterior wall penetrations.

B. Use type and number of sealing elements recommended by manufacturer for raceway material and size. Position raceway in center of sleeve. Assemble mechanical sleeve seals and install in annular space between raceway and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal.

3.7 FIRESTOPPING

A. Apply firestopping to electrical penetrations of fire-rated floor and wall assemblies to restore original fire-resistance rating of assembly. Firestopping materials and installation requirements are specified in Division 07 Section "Penetration Firestopping."

3.8 PROTECTION

A. Provide final protection and maintain conditions that ensure coatings, finishes, and cabinets are without damage or deterioration at time of Substantial Completion.

1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer.

2. Repair damage to PVC or paint finishes with matching touchup coating recommended by manufacturer.

END OF SECTION 260533