Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
101-82 RESOLUTION
• RESOLUTION NO. 1/0/4;72...J A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH CONGO MIDWEST OF ARKANSAS FOR THE RESEALING OF JOINTS IN THE CONCRETE SLAB OF THE TERMINAL APRON AT DRAKE FIELD. BE IT RESOLVED BY 11t BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: That the Mayor and City Clerk are hereby authorized and directed to execute a contract with Conco Midwest of Arkansas for the resealing of joints in the concrete slab of the terminal apron at Drake Field for a lump sum price of $25,345.00. A copy of the contract authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this I A�i / day of ar 1982. ATTEST:- CITY CLERK. A AV APPROVED: (1)C61 70zieneu .y CONTRACT STATE OF ARKANSAS CITY OF FAYETTEVILLE THIS AGREEMENT, made and entered into this //6"2 day of , �2:4— 19 by and between the City of Fayetteville, Party of the F rst Part, hereinafter called the OWNER and Conco Midwest of Arkansas, Little Rock, Arkansas Party of the Second Part, hereinafter called the CONTRACTOR. WITNESSETH THAT: WHEREAS, the OWNER has called for bids for the Resealing of Joints in the Concrete Terminal Apron at Drake Field as set out in the Specifications and Plans and WHEREAS, the CONTRACTOR is the lowest and best bidder for the construction of said improvements hereinafter set out, pursuant to the published calls for bids under said Plans and Specifications. NOW THEREFORE, the CONTRACTOR agrees with the Owner to commence and complete the following: Removal of all existing joint sealing filler in the concrete apron, preparation of the joints to receive new filler and furnishing and placing new ,joint sealing filler as specified herein. The compensation to be paid the Contractor by the Owner shall be twenty-fivethousand, three hundred and forty-five dollars ($ 25,345.00 f, such sum being ,the agreed amount upon which bonds and liabilities.are based. The Contractor, at his own cost and expense, shall furnish all materials, supplies, labor, machinery, equipment, tools, supervision, bonds, insurance, and other accessories and services necessary to complete the said construction in accordance with the conditions and prices stated in the Proposal attached hereto and made a part hereof, and in accordance with the Detailed Specifications, and in accordance with the Plans, which include all plats, blueprints, and other drawings, and written or printed explanatory matter hereof. The CONTRACTOR agrees to fully complete all work under this Contract within thirty calendar days from the issuance of the Notice to Proceed authorizing the CONTRACTOR to proceed with the construction of the work. The i 1�l'.�PEa`TEo .n1J.,U. i.l IImul • OWNER agrees to pay the CONTRACTOR in current funds for the performance of the Contract in accordance with the accepted Proposal therefore, subject to additions and deductions, as provided in the Specifications, and to make payment on account thereof as provided below: As soon as is practicable after the first of each calendar month, the OWNER will make partial payments to the CONTRACTOR for work performed during the preceding calendar month, based upon the Engineer's estimate of work completed, said estimate being certified by the CONTRACTOR and accepted by the OWNER. Except as otherwise provided by law, ten percent (10%) of each approved estimate shall be retained by the OWNER until 50 percent project completion at which time no additional retainage will be retained. Upon final completion and acceptance by the OWNER and ENGINEER, the ENGINEER shall then issue a Final Estimate of work done based upon the original contract and subsequent changes made and agreed upon, if any. Time is hereby expressly declared to be of the essence of this contract, and the time of beginning, manner of progress and time of completion of the work hereunder, shall be and are essential conditions hereof. The CONTRACTOR agrees to commence the work within ten (10) calendar days from the date of the issuance of the Notice to Proceed, and to proceed with the construction of the work and to prosecute the work with an adequate force and in a manner so as to complete the work within the time stipulated herein. If the Contractor fails to complete the contract within the time stipulated herein, the CONTRACTOR agrees to pay the OWNER, as liquidated damages, the sum of three hundred dollars ($300.00) per day for each calendar day of delay in completion, said amounts being fixed and agreed upon by and between the parties hereto. Because of the impracticability and extreme difficulty in fixing and ascertaining the actual damages the OWNER would in such event sustain, said amounts are to be presumed by the parties to this contract to be the amounts of damage the OWNER would sustain. Said amounts of liquidated damages shall be deductible from any amount due the CONTRACTOR under Final Estimate of said work, after the completion thereof, and CONTRACTOR shall be entitled only to the Final Estimate, less such amounts of liquidated damages. If the CONTRACTOR is delayed at any time in the progress of the work by any act "or neglect of the OWNER or of his` employees, or byany other CONTRACTOR employed by the OWNER, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties or by delay authorized by the Engineer pending arbitration, or by any cause which the Engineer shall decide to justify the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide. No such extension shall be made for delay occurring more than seven (7) days before a claim therefore is made in writing to the Engineer. In the case of a continuing cause of delay, only one claim is necessary. Contract - 2 I ►�lg`EED S 0 In the event the CONTRACTOR abandons the work hereunder or fails, neglects or refuses to continue the work after ten (10) days written notice, given the CONTRACTOR by the OWNER or by the Engineer, then the OWNER shall have the option of declaring this contract at an end, in which event, the OWNER shall not be liable to the CONTRACTOR for any work theretofore performed hereunder; or requiring the surety hereto, upon ten (10) days notice, to complete and carry out the contract of the CONTRACTOR, and in that event, should the surety fail, neglect or refuse to carry out said contract, said OWNER may complete the contract at its own expense, and maintain an action against the CONTRACTOR and the surety hereto for the actual cost of same; together with any damages or other expense sustained or incurred by the OWNER in completing this contract less the total amount provided for hereunder to be paid the CONTRACTOR, upon the completion of this Contract. This Contract shall be binding upon the heirs, representatives, successors, or assigns of the partieshereto, including the surety. IN WITNESS WHEREOF, the OWNER and CONTRACTOR have hereto set their hands and seals respectively. WITNESSES: FIRM NAM. Concs M�wes of.Arkansasc_d BY: !rvlit V /, l'P ✓'PIi(/ (:e�(TITLE) ti Fayetteville e, A BY Mayor ATTEST: ,= City Clerk //M .- * Contract - 3 ilH p 52 .,.QUO ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND/.9B2 SFP / '�"��C,O,i Py i S4.11,c a1 1p sS ''L We, Conco Midwest of Arkansas ,$,TOrit ipal hereinafter called Principal or Contractor, and HERITAGE INSURAROE4 ,Y.4RJ OF AMERICA ,hereinafter called Surety, and held aridCtteir by bound unto the City of Fayetteville, Arkansas , as Obligee, hereinafter called Owner, in the amount of twenty-five thousand three hundred, forty-five Dollars ($ 25,345.00 ), for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated /v /n2022 entered into a contract with the Owner for re-sealn .q joints in the concrete terminal apron , which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. The condition of this obligation is such that if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure to do so and shall fully reimburse and making good any such default, and, further, that if the Principal shall pay all persons all indebtedness for labor materials furnished or performed under said contract failing which such persons shall have a direct right of action against the Principal and Surety jointly and severally under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. All alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance on the part of either the Owner or the Principal to the. other shall._not in anyway release__ „ the Principal and the Surety or Sureties, of either' or any of them,' their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. In no event shall the aggregate liability of the Surety exceed the sum set out herein. • i i al@RTEO • • • This bond is executed pursuant to the terms of Act 209 of 1957 of the Arkansas Legislature. Executed on this day of Recorded in the County of State of On the date of ..f?./71( Av /P/� Cancoidwes , 192' rkr as C HERITAGE INSURANCE COMPANY OF AMERICA SURETY �.Jb t orney- n=fact . MICHAEL BABB BABB & ASSOCIATES, INC. 'P:O. DRAWER -15430, GMF LITTLE ROCK, AR 7223 COUNTERSIGNATURE: GAIL M.BROUILLETTE Arkansas Statutory Performance and Payment Bond - 2 J • IMM 25952 ARKANSAS STATUTORY PERFORMANCE AND PAYMENT BOND We, Conco Midwest of Arkansas hereinafter called Principal or Contractor, and HERITAGE OF AMERICA ,hereinafter called Surety, bound unto the City of Fayetteville, Arkansas Obligee, hereinafter called Owner, in the amount of three hundred, forty-five Dollars ($ 25,345.00 ) h payment whereof Principal and Surety bind representatives, successors and assigns, jointly and these presents. Principal has by written agreement dated entered into a contract with the Owner for re-seal'r.q joints in the concrete , which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. The condition of this obligation is such that if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure to do so and shall fully reimburse and making good any such default, and, further, that if the Principal shall pay all persons all indebtedness for labor materials furnished or performed under said contract failing which such persons shall have a direct right of action against the Principal and Surety jointly and severally under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. , as Principal INSURANCE COMPANY and held and firmly , as twenty-five thousand forte themselves, their heirs, personal severally, firmly by t /4 //2 terminal apron No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. All alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, of either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. In no event shall the aggregate liability of the Surety exceed the sum set out herein. • • This bond is executed pursuant to the terms of Act 209 of 1957 of the Arkansas Legislature. Executed on this Recorded in the County of State of On the date of day of oncoi dwes HERITAGE INSURANCE COMPANY r P 7Pli 14Pn OF AMERICA SURETY ttorney-in-fact. i. MICHAEL BABB BABB & ASSOCIATES, INC. P.O. DRAWER 15430, GMF LITTLE ROCK, AR 7223 COUNTERSIGNATURE: GAIL M.BROUILLETTE Arkansas Statutory Performance and Payment Bond - 2 ES!LcrFaS�',0@'t Fet[o O 0 0 THIS THIS CERTIFICATE CERTIFICATE NAME AND ADDRESS OF AGENCY 15 ISSUED DOES NOT AS A MATTER OF AMEND, EXTEND Babb & Associates, Inc P.O. Drawer 15430 GMF Little Rock, AR 72231-5430 ONLY AND COVERAGE CONFERS AFFORDED TBE CERTIFICATE LISTED BELOW. • COMPANIES AFFORDING COVERAGES HOLDER. COMPANY iL LETTER „ INA COMPANY B LETTER Pacific Employers NAME AND ADDRESS OF INSURED Conco Midwest Inc. of Arkansas 421 Kane Building 212 Center Street Little Rock, AR 72201 COMPANY ■ LETTER V COMPANY D LETTER COMPANY E LETTER This is to certify that policies of Insurance lis ed below have been Issued to the insured named above and are in force at thi time. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. COMPANY LETTER TYPE OF INSURANCE POLICY NUMBER POLICY EXPIRATION DATE Limits of Liabil ty in Thousands (000) EACH OCCURRENCE AGGREGATE A gl GENERAL LIABILITY COMPREHENSIVE FORM ® PREMISES—OPERATIONS EXPLOSION AND COLLAPSE HAZARD ® UNDERGROUND HAZARD ® PRODUCTS/COMPLETED OPERATIONS HAZARD ® CONTRACTUAL INSURANCE • BROAD FORM PROPERTY DAMAGE INDEPENDENT CONTRACTORS PERSONAL INJURY COPDO 58 50 411 4/15/83 BODILY INJURY PROPERTY DAMAGE $ $ • $ $ BODILY INJURY AND PROPERTY DAMAGE COMBINED b 500 E 500 PERSONAL INJURY S 500 A �AIUTOMOBILE LIABILITY E 1 COMPREHENSIVE FORM ® OWNED L®7 HIRED El NON -OWNED COPDO 58 50 411 4/15/83 BODILY INJURY (EACH PERSON) BODILY INJURY (EACH ACCIDENT) S $ PROPERTY DAMAGE S BODILY INJURY AND PROPERTY DAMAGE COMBINED f A WORKERS' COMPENSATION a"O NWCC 18 51 66 88 EMPLOYERS' LIABILITY 4/15/83 STATUTORY $ 100 (EACH ACCIDENT) OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES Additional Insureds: City of Fayetteville and McClelland Consulting Engineers, Inc. Re -sealing joints in concrete terminal apron Drake Field, Fayetteville, AR Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail –1A— days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. , NAME AND ADDRESS OF CERTIFICATE HOLDER_ McClelland Consulting Engineers, Inc. P.0: Box 1229 Fayetteville, AR 72702-1229 ACORD 25 (1-79) DATE ISSUED: J-, 7_2 • AUTHO .I ZED RE RESENT IVE EXCESS LIABILITY B I� UMBRELLA FORM E XMO 00 98 31 4/15/83 BODILY INJURY AND DAMAGE $1,000 $ 1,000 PROPERTY COMBINED OTHER THAN UMBRELLA FORM A WORKERS' COMPENSATION a"O NWCC 18 51 66 88 EMPLOYERS' LIABILITY 4/15/83 STATUTORY $ 100 (EACH ACCIDENT) OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES Additional Insureds: City of Fayetteville and McClelland Consulting Engineers, Inc. Re -sealing joints in concrete terminal apron Drake Field, Fayetteville, AR Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail –1A— days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. , NAME AND ADDRESS OF CERTIFICATE HOLDER_ McClelland Consulting Engineers, Inc. P.0: Box 1229 Fayetteville, AR 72702-1229 ACORD 25 (1-79) DATE ISSUED: J-, 7_2 • AUTHO .I ZED RE RESENT IVE McClelland Consulting Engineers, Inc. P 0. Box 1229. -.18•10 No • College Ave. FAYETTEVILLE, ARKANSAS 72702 Phone (501) 443-4271 443-2377 TO C I? of erAckirriG LLE G I-rV idivI 1- is41)77CV L LL ) Apt. C N-A\4Ip - Cit•CridOm0 GENTLEMEN: WE ARE SENDING YOU • ❑ Shop drawings ❑ Copy of letter c nT.n ©IF '3AGRMUYvi]OflL\Lr, DATE ' T ^ V SerBZ. 30°NO. 77- [83 if 1Y "TENT ON /\ 1 1 , Y RE. T() N7 spec COLgritia Attached 0 Under separate cover via ❑ Plans 0 Samples 0 Specifications 0 O Prints O Change order the following items: COPIES DATE los Fst NO. DESCRIPTION CaYW-6(T l4j %aGo p1l D dc-si, THESE ARE TRANSMITTED as checked below: ❑ For approval ❑ For your use L/As requested ❑ Approved as submitted ❑ Approved as noted ❑ Returned for corrections ❑ Resubmit copies for approval ❑ Submit copies for distribution ❑ Return corrected prints ❑ For review and comment 0 ❑ FOR BIDS DUE 19 0 PRINTS RETURNED AFTER LOAN TO LIS REMARKS COPY TO 1"2100_01" WOW Morn ]mi.. t.. Tw.w1. Wm SIGN D If enclosures aro not as noted, kindly not •nee McCLELLAND CONSULTING ENGINEERS:INC., Environmental and Materials Testing Civil, Environmental and Chemical Engineering Consulting LITTLE ROCK FAYETTEVILLE JAMES E. McCLELLAND, P.E. FRED NIELSEN, R.L.S. RECEIVED August 10, 1982 AUG 1 1982 79-163 CITY MANAGER'S OFFICE CITY OF FAYETTEVILLE Mr. Don Grimes City Manager City of Fayetteville P 0. Drawer F Fayetteville, Arkansas 72702-F Re: Re -Sealing Joints in Concrete Terminal Apron Drake Field Fayetteville, Arkansas Dear Mr. Grimes: As you are aware, we opened bids at 10:00 A.M., August 9, 1982, for the removal of the existing joint sealer and the replacement thereof in the, concrete slab at the terminal apron, Drake Field. • Three bids were received .and all appear to be within a reasonable range. A Tabulation of Bids, including the dates proposed to begin the project .is enclosed herewith. J.E. McCLELLAND. P.E. VERNON D. ROWE, P.E. Conco Midwest of Arkansas, of Little Rock, submitted the lowest bid of $25,345.00, and proposed to start on October 31, 1982. The bid by this company was in order in that the company is licensed in the State of Arkansas, and a 5% bid bond was furnished with the bid. This firm also has performed similar services within the State of Arkansas and recently performed a similar Job at Adams Field at Little Rock. I recommend the award of the contract for this work to Conco Midwest of Arkansas, of Little Rock, and request that this item be placed on the agenda for the next board meeting. Very truly yours, E. McClelland, P.E. JEM/paa Enclosure: Tabulation of Bids cc: Mrs. Ede Hogue, Airport Manager 1810 N. COLLEGE AVE. P.O. BOX 1229 - FAYETTEVILLE. ARKANSAS 72702-1229 TELEPHONES (5011413d271/443-2377 li RE -SEALING JOINTS IN CONCRETE TERMINAL APRON Q CJ 0 H m AMOUNT OF DATE TO BEGIN CONTRACTOR O 0 0 .-1 0 0 00 Ul 0) NO 01 M V C-- C1 N N N Vf V3 V3 Oct. 31, 1982 N 000 C1 N IJ 0 0 • H O N cd 1-1 IIIC • ft et VI 0 O v1 Y rd t ct in Q C C.r •.+ ro •••1 x w x +J 0 rJ 0 fv 0 ..1 Q rd O 1J 5-4 >, O gn ..1 1J 0.. 0 .Y C .ti CO V. 3 0 0 0 nd "0 O 0 Y :C -'1 C2 C N t 0 E E E F .- vl 0 u O 0 G) u u a as >3: C u 3•-' Id [L O •01 0 Y G 0 U a-1 F 0 • TO McClelland Consulting Engineers, Inc. P 0. Box 1229 -18-10 No College Ave. FAYETTEVILLE, ARKANSAS 72702 Phone (501) 443-4271 443-2377 City of Fayetteville City Hall P. 0. Drawer F Fayetteville, AR 72702-F GENTLEMEN: LErrEMD ©Y =T1DELQJK!EDarL \B G TE Sett 14, 1982 JOA NO 77-183 ATTENTI(.N 1 AE .•t•ci:=Jasak- • WE ARE SENDING YOU x Attached C Under separate cover via - the following items: ❑ Plans 0 Samples 0 Specifications 0 O Shop drawings ❑ Copy of letter O Prints O Change order COPIES DATE NO. DESCRIPTION 1 9 Sept 82 Recorded Performance and PaymentBond en CONCO Midwest • THESE ARE TRANSMITTED as checked below: ❑ For approval ❑ Approved as submitted 0 Resubmitcopies for approval C For your use ❑ Approved as noted 0 Submit copies for distribution G As requested ❑ Returned for corrections 0 Return corrected prints ❑ For review and comment ❑ C FOR BIDS DUE 19 0 PRINTS RETURNED AFTER LOAN TO US REMARKS COPY .TO Sven /10-11— Pen England Luo.s m.... i. . lemma. Mai SIGNED G(/r.Go6 If enclosures are not as noted, kindly notify us et once _^;1.-1,..=.if:'--tl•— •- �_ - _ LT.?: -11A11 • t .. .,. u--tt�t1 ft • rti-14 N ._.Ir1_t'i_ .1: I-- "iji iji .'I :7,111.-77.1111-7?-11rqty=3"HERITAGE INSURANCE COMPANY OF AMERICA l . ,�-at;";'r _• -{It li; •• .-[l ii • =•lir_?ll 7i1_ - - _I... t ' ' LINCOLNWOOD ILLINOIS 1.- ( s7" i(.•= i;i•=i11-1�1�(��—,ri+,▪ .?[(-(i!=ia=.' = 7;1'- 1-•-11c= 1 •_ : PRINCIPAL CONCO MIDWEST; 'INC. OF ARKANSAS = _ 1t; ,t)= ;it=;'' -tit Power of Attorney "• : `ij) i DBA " ,L - .. • ilii- , - :1i _,.ii= • tli--tit — •x• • EFFECTIVE DATE = '•-ffr�'j� 9/3/82 r' �1ltl AMOUNT OF BONDS 25, 345 POWER NO. H 259.5211 .1• Jt _' •; __ ._ ::. _ . h• .._ .; r t i1 • _ • - 1:`:»"'�f1.7, intni.•fa`:w. KNOW ALL MEN BY THESE PRESENTS: That the Heritage Insurance Company, a Corporation in the State of minors havt� _El! . principal office in Lincolnwood, Illinois, pursuant to the following resolution, adopted by the Board of Directors of. the said Compiiiy 6d the 9th day of March, 1979, to wit: • I ; • •_-.,•4•;;.,. T;tcvh-3 ylywy- u1}1 fi>;4; i ••Tiffs• "'. "The President; or any Vice -President, or other officer designated by the Board of Executive Committee shalt have authonty; - ▪ severally, to make, execute and deliver a power of attorney constituting as Attorney -in -Fact such persons, firms or corporationsas such- ii officers may select from time to time,;, I - .,. „1 ._ ;1; Ilk !i1 -1 ;it Ti: ;ki t:.-.10 : fti 7s l{1==c^lil'; i1i:i9:3i .0-such-Ali i;=1;fi::- does hereby make, constitute and appoint D. Michael Babb, of North Little Rock in the State f Arkans▪ as, its true and lawful attoiney(s5 RI _'i, in -fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliverjm itsrl;_ behalf, and its ad and deed as follows: .-• .:tali=1si�ji� ~ 411 Se iii =.'i1._. Theobligation of the Company shall riot exceed the sum of one hundred thousand ($100,000.00) dollars .;�;;-^i1'.f g' ),`: `.. •.4-fi!_ilii=;1' ii.:-fir.=•t..�.i ,- .. . _ _ „•44,.-:;7;6.^7.114-.73#.-4. ,L I f and to bind Heiitage insurance Company thereby as fully and to the same extent as if such bond or undertaking was signed byihe d authorized officers of the Heritage Insurance Company, and all the acts of said Attorney(s) pursuant to the authonty-tiere i gr_viit is -. • • hereby ratified and confirmed. i; j = , . , ; - -• - _:Iii-_)[(-i,F•,"— -i ,; =ill:= -`i nei''lilist'ieti Lt n IN WITNESS WHEREOF, the Heritage Insurance Company his caused these presents to be signed �y ifs1Presfden and 7t' Vice -President, and its Corporate Seal to be hereto affixed. ,17t Y. fit##)� .3 ▪ ( �'1.L 4it.••-_..1r_. 1{i_.. se; —?1.al,i— 1 :.• 1(= -fit 'l �l lit 11 itl li i( ii Iii=!(1 µtor, `" 11▪ HERITAGE INSURANCE COMPANY OF7AMERICkr-t, :1-16:--. V.; —:Iii nil-=•Ii1- I . __. 1,i �=et.•Y d 4 ,t. 1144e 'il , _ . .. • (1 a3l tfrrll i}; -=r.' -i 111 !1 111 S' 1 Iii 1- SEAL a 7.-.1 1 - ... - '-,�? =(1(.==111..-"4111.4--i }=.. W -rail! lif-1?( ift'rill i+ =, t 9 i w .i r _ _ .. -.lit If 11 �{I';6.air' Fit ti 111 T- i1 tI1. II , ,1 :.�.{0 4ro3� a _. ,11i - • Y 1}(+^f5...�:r. • lli __ ik tt7 _s.. 1' (Il..s.s Ii▪ • ..'_;" ts Vincent M. Giacinto President_ 11 s • �n ..▪ t.- ;1; .•_rII • 11 1 - , 1:- - _ 11 .1i} -,r State of Blinois) fl id __ t i(*-i]3�; 1, County of Cook) . _2 1 ._ !71;:_-:..- _•I . • ' -_ t! 1'= iii 1 • =.tib i`l; �'II2- On this 9th day of March,. 1979; before the subscriber, a Notary Public of the State of Illinois -in and for the Co`unty:ot• t,Coe !i'_' duly commissioned and qualified, came V. M. Giacinto of the Heritage Insurance Company, to me personally known to be the individ' z;1• . • and officer described herein, and who executed the preceding instrument, and acknowledged the execution of the -same, and being b, _ duly sworn, deposed and said, that he is the officer of said Company aforesaid, and that the seal affixed to the preceding instrument= _, I -- the Corporate Seal of said Company, and the said Corporate Seal and signature as an officer were duly affixed and subscribed.toihe' cr.l./' instrument by the authority and direction of the said Corporation and that the resolution of said Company referred4o in the pre•-• a , lu y 0 11 ' Instrument, is now in tbrceIi -a;, r._•. •..-.1-•--_,•_0... ;'—..,.e• '4 t _•.S' 0111 :}t,. it.^...,rl1?11--1 -_,-,i.".-7:., I.._..Itl_".i.=.!t=.-I_-''1' 1-.'_._. I i r� .` 0; 1f• .:=1t — 1!'._-4jr • '1(i`_: 4i (— 3I `' IN TESTIMONY WHEREOF, i have hereunto set • m han•d, and affixed myofficial seal at Lincolnwood, Blinois, the da and' :LI. .,. ... 'gT#tte4ft. t;i ▪ it• -iii lit.`—;1;_ `^_•(ji • •• -1ii-_ i't • __ !t _••• •_ ._. t$•_ •_ 11 1ity ;... IhEiiile!t iji=ill =-ii ='11-= (.'- i ,j'.=`II. t +t, 1. _ • (' ▪ II4 "!iI- r.i:(1 =••1i1 fl (ii • 71 1- tr�t1,1•-'tit 4y ' _c i -f .- ' ,' t _11 fil :1=6.111.-1111"..--::!;14-:::t i 11:: -;ti} _!i}. t °os ; • tf -:ill t • I f11 i _ - , _ ▪ :1- .wTaa� t ti( -e• srJ1 ij. L $hiauc 1 Notary Public ..:k.. -•:-.Ill ._III . ill = II lti --.i �,l eeuatt� _ '"_r __4. 1 , ,_► th' 4.•- -1;r =_ JOSEPH D. UDONI 1 I j i { f1- ti '1 i......‘.-.. i; • , i'- ` 1. .- • -. .. :r • • - 110.•1i1_'iI1'`s''1,�--.,. _. t- _ ;,.: .. niii . NOTARY PUBLIC, State of Ninois ▪ ;i# 3,1 :11/6.1124- = itl.� Iii -=•_!i!, :•li' •-) t tt 1 i. = -- (i Qualified in State of Illinois "c-E...-1!411.::.'--","A3F =af ?It- 1,i=1(f tp _. !1? _• - Commission Expires March 4, 1984 i • r.. • �i'�'li :-.'._•1 ,7.....111..7=111.77:: 1' I! - _ ,,:'_ f,f _.• `... tit= State of Illinois`) SS• ::.,1•_ County of Cook) •' ii(= li! 'i! il` f n 1" : _ua� 1. - t 4 •_ J'lih-..- 1_•��t ..i iii ll tfi t��ly'=//t��iil.`' j1 -f}1•.-.,,' Ijl-til +;'s—111rti`,—l;l I;i=':it-'1``Iji _i1r:_ ,;; _'It _ '•'-,~ +_' t,'. 111 .!•;,1 I,t�` " lt! HERITAGE INSURANCE COMPANY OF AMERICA i�l =ill ▪ €lr- 111 ,l. -, ,_ , t ,t1;,:-_.11, li. t;I?,11 lil [i _ LINCOLNWOOD, ILLINOIS '' 111.=til :i7=ilf . , 1• ,lj . lit 'ill ='i1; -i,`. _ ',!— ,!', -- Power of Attorney —ii`= -f113 _ :�'Itt ?a't:: -.'.. _.• • __,1 PRINCIPAL CONCO MIDWEST, INC. OF ARKANSAS EFFECTIVE DATE 71• • : "If d r� r. 3�y • 'i 9/3/824;, 41 • • ;01.714t.61;;(11 ' ;'' DBA "'-iAMOUNT OF BONDS 25,345 ='it ? r�,: POWER NO. H 2595 Zl-" i1 • `• 1 --- KNOW-ALL MEN BY THESE PRESENTS: That the Heritage Insurance Company, a Corporation`in tire 'Strte of iihn'oiChs ='.i1 Cpnrrcipal office in Lincolnwood, lllinois, pursuant to the following resolution, adopted by the Board of Directors of the said Com . the 9th day of March, 1979, to wit: • , c - , , ,a+r.trS rl11ti H3121WVi i ''' • • rrr oil„`... l?# - t.:77 "The President, or. any Vice -President, or other officer designated by the Board of Executive -Co'riimittee'sha11 have authoptyj . 1' _ severally, to make, execute and deliver a power of attorney constituting as Attorney -in -Fact such persons firms'or corporattoni'as suclw1t • officers may select from time to time; ?it- - 7„-_- •, --. .---„,'--; 1i43Z,-1n to-.; . 'ii -- ,i1 -' 1LV.6d1 T dji • E(i 1”- j1: r= does hereby make; constitute and appoint D. Michael Babb, of North Little Rock, in the State of Arkansas, its true and lawful atforney(sri, _'!: in -fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver'tn=ftp;F: behalf, and its aeiand deed -as follows: The obligation of the Company shall not exceed the sum of one hundred thousand (5100,000.00) dollars !t` t7 T j'*' ::1---=‘...11112-2 'i ii. 2.,•c y. -,.' --., -- -Y . - - -• t4- ell hi ai • --t#. 11.. and to bind Heritage Insurance Company thereby is fully and to the same extent as if such bond-or'underiaking wa's signed'by=tht, 1 • authorized officers of the Heritage Insurance Company, and all the acts of said Attorney(s) Pursuant to th`e'authonty h'eren `rgrYen «Tib!: hereby ratified and confirmed.l, --- 1; - • :. -, .. .'=•,it= II1=-t}10` _ _ _ .y•. _1=111 F i 1N -WITNESS WHEREOF, the Heritage insurance Company has caused these presents to b€ iigned' Dy - ts� President an '! 31! 7 Vice -President, and its Corporate Seal to be hereto affixed. :r lr _ ,is, 4. t1 :1= I,: 1117" Ili "-- -ii? -7;i1-'--1_i'i c-:}1-.: ,i-_ ' . fli Ifl -»,nil„-1'-I .ill- it{•1.1:-.3.-1-Alt-.1-11 ! i1 7 l .: 11f til •- ill 711 1 - iii : =lit a{ ccearp HERITAGE INSURANCE COMPANY OF7AMERICA .t.,. -tit ...ft; ,,i ,{ ill .iI1 4ill ` F!1 ` ij SEAL(1 Ill = 111 3 + 1� lj! il;111 1, z;i._. _ •h_ •..• •(�...,,,,,,•i. • • State of Blinois ',- :1- Cowtty of Cook; ,, - - -- = .1{1 == ill --.lit_ ;ti =''?' i 1:1-7.= ' " . ^ 1.-----,4 tom. -iii:: On this 9th da'y of March, 1979, before the subscriber, a Notary Public of the State of Illinois in and for the County'of Cbo i'= .: duly commissioned and qualified, came V. M. Giacinto of the Heritage Insurance Company, to me personally known to be the indiiM ` ---1N.-- and officer described herein, and who executed the preceding instrument, and acknowledged the execution of the-same/and beingpy. duly sworn, deposed and said, that he is the officer of said Company aforesaid, and that the seal affixed to the preceding inst - -, f • the Corporate Seal of said Company, and the said Cotporate Seal and signature as an officer were duly affixed and subscribed:to:the. 1 . , Instrument by the authority and direction of the said Corporation, and that the resolution of said iCompany areferred to wlthe pie `tel^�y ' 1 ▪ i• nstrument',Is now lir torte i 32 P!!!..=:612. .•.=:. ,7, • .t ,'I = :1 _ •1' -. 111 � 11 =L.) f.:. -2,t1."-^2111 In . ifl ill114 i -"S-•41[1 •R I' ".=11t"�`,,,.. I • 7 ; •--: IN TESTIMONY WHEREOF, 1 have hereunto set my hand; and affixed my official seal at Lincolnwood, Illinois,the dayaand a®orowritten ▪ ljl �,,: t=li:-'iii = l;i= i;i-,ij!-fjl'="i , = ,. , :_ -" ._ 1'f.1I' le:iI1---11=111-111-1.�1-1ii=;1f:=I;1_; • CONSTRUCTION SPECIFICATIONS for RE -SEALING JOINTS IN CONCRETE TERMINAL APRON x x DRAKE FIELD FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS JOB NO. 77-183 JULY,1982 • ECOR RATED urnuoc. r. pyVLLI[ a Vila • THE AMERICAN INSTITUTE OF ARCHITECTS ••••••••••••••••- -- `, ill 11; AIA Document A310 Bid Bond • iiANT 134 RffasPRESENTS, that we mere insert lull name and address or legal lisle of Cnnlraciod LITTLE ROCK, AR as Principal, hereinafter called the Principal, and HERITAGE INSURANCE COMPANY OF AMERICA LINCOLNWOOD, T a corporation duly organized under the laws of the State of as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF FAYETTEVILIE, FAYEI TEVIIdE , AR as Obligee, hereinafter called the Obligee, in the sum of i Here insert lull name and address or legal title of Surety, (Here insert loll name and address or legal hde of Owners FIVE PERCENT OF AMOUNT BID Dollars I$ 5% ` ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHERES, the Principal has submitted a bid for joint & crack repair Fayetteville, AR (Here insert. lull name, address and description of project) NOW, THEREFORE, 0 the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material 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, 0 the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void. otherwise to remain in full force and effect. ;:f1''4"1/4. Signed and sealed this 5th (Witness) ABB &ii S'?d'., INC. Pr 0. DRAWER 15430 QME LITTLE ROCK, ARK, 72231 .AIA DOCUMENT A31P • BID BOND • AIA f9 • FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006 day of CONCO. X33WEST, AUGUST 821 INC. OF ARKANSAS' JAMES A OK (TitIe) PRESIDENT, t4»r r. This 19 CE Is: rANY OF: .141' CA`s; ye c: -(Silk a .. cc ` CHAEL BABBfrille) ATTOR.Si 9 FACT ._i •_J.r>1 • . Yr rr ...r • a•- 11. ' HERITAGE INSURANCE COMPANY OF AMERICA ` • LINCOLNWOOD ILLINOIS - - -Power of Attorney tu- - PRINCIPAL CONW MIDWEST, INC. OF: ARKANSAS EFFECTIVE DATE 8/5/82, - - - - DBA AMOUNT OF, BOND $ 10,000.00 la - 2087-1. = -- _ POWER NO. H II KNOW MEN; THESE PRESENTS: That the Heritage Insurance Company,a Co Corporationinthe S ateof Illi lh g� -_ I- tl F. f L. II;=- g rp nois; havutg its t • principal office in Lincolnwood, Illinois, pursuant to the following resolution, adopted by the Board of Directors of the said Company on ' • 1 the 9th day of March, 1979, to wit: "The President,.or any Vice -President, or. other officer designated by'the Board of Exlecutive Commitr tee shallhavie•authority; I' —.•I 'severally, to make 7execute and deliver a power of attorney constituting as Attorney -in -Fact such persons; Srms or corporations as such I• 11'° - officers may select from time toe tim." iI.- . is . - _ rt. of r •)1 , - • _ o' of _ 'I• ''does' herelij' inake constitute and appoint Mile Chiestma,•D Michael BabbGai_LBroudlette, and or Phyllis Fields of North Little -Rock--Fi'.^ It' in the State of Arkansas, its true and lawful`attorney(s)-in-fact, with full -power and authority hereby conferred in its name, place and l'II 1 steadto sign; execute; acknowledge and deliver in its behalf, and its act and deed as follows: "' - ''.F =_ • — ;I. • ; : ::=7I F'.. - I Ij!1 .i.. -4- - _ - 'iI .. ,4, - .,"i Z. 'I1 --' i1, ,.''I r. ' III L. rl' i r. !The obligation of the Company shill not exceed the•su_m of ten thousand (310,000.0.0) dollars.,._ e11 T • l''I '; '- 1' ='I t'- ▪ III °-°• -, -r,. i41 :1., _aa IP, _ L.. - !.' IF -_ , 1"-� V. - r, L- 'L,: �j'� and,to-bind Heritage Insurance Company_ttiereby :as fully and to the same extent as if such bond or.undertaking was signed by the duly _ "1 authorized officers of the Heritage Insurance Company, and all the acts of said Attorney(s) pursuant to the 'authority herein given ire'. _'" LL I▪ 1'' - he„reby ratified and confirmed. "JI -- 1 - I -1I1 - i- • - , _ . --1� ri;;! _ . it'. -. _ FI ' .:= k: th_- il\ -41' 1.' • 11 11 411 S tlVicePresidenNESSits WHEREOF, the Heritage: Insurance Company -has caused these presentslto.be signed by. its President and/or its'- - Ill IN, WITNESS Corporate Seal to be hereto affixed. __ - t i _ Ill d , • , v :0,..z_ :Il - 4`• ill:, •- 4 ▪ .i.6 : •i ' ' - I - NI . "r it. �i _•- _ 11 - .: i- ill IF I - 4t t Ill .l;titl- it :�'>¢ l.. - l i= - r te— L F'' OI- III ''l.-11 r'r ... • t it;1:^ •HERITAGE INSURANCE COMPANYI OF,;AMERICA ll • 1,tit_ t I• arvo., , _ <"•' - ��L it • 1 t 11= II fl It'7z7111,7.7.-it ; 1._ , I "ii• L,11 11k i V 't ' `rk t t - I. .. 111 s.ii.-s- . .1 _ .Cl 11;..-÷ II: It •h lf= tl:r 1 4GF= • - Ilii - ',t II 1 IO -` III 'I 1 t• �ty* F.1"tl- ttFti .fF, l,. I t n — it 11 ,E-7- ill ^ Il lI •I _ 11 L — • - - , `•..,,,,,,,,.r^"'' ,=S�F,Y • III.I 1,1 C ti tL.i 17. III' 7, 1 - 1 l 111 Il- .:11 1 - - _ ,'( = 'Vincent .M.,Giacinto, President,.•, ----I tF t- ' . • 1 • State of Illinois .) - ,' _ } I, t r ▪ • IL` 1 SS'r' _ = 1 1 _ kl ll F yl .: -County of Cook ). T , �h. _ ,I"w �I-'ilF..,r'. Ili ;:l FII- - ._ — r _ On this'9th day of March; 1979; before the subscriber, a Notary Public of the State of Illinois m and for the County of Cook' -_ 1' duly commissioned and qualified, came ' V: M. Giacinto of the Heritage Insurance Company; to me'personally known to be the individual 41 -MI -and officer described herein, and who executed the preceding instrument, and acknowledged the execution of the same, and being by and • duly.sworn, deposed and said; that he. is the officer of said Company -aforesaid; and that the- seal affixed to the preceding instrument is- It; ..2,4 • ;t the Corporate -Seal of said Company, and the said Corporate Seal and signature as ari offrcer.were duly affixed and subscribed to the said'. it ▪ . ,I;;ittstrument by the authority and direction of the said Corporation, and that the resolution of said Company, referred to in the preceding ' instrument, is now in force. ` - - • - - , . - 11 : I - ,IIs- .,F -- til! - FI rr, _ M • t r ,i.:... .IN -.TESTIMONY -WHEREOF, -I have hereunto set my.harid, and affrzed my official seal at Lincolnwood, Illinois, the day and year' I',• - 1!t Yabare written. ,i Ili :=1•11.!- . l l = In ! . t i :II, { _ 11a . '' L - ,rF ;.1! by• 1;4 i r C.i'=''4.x.11'=4ii.-411..11 1,:--c• 't- it "x-11'-:I__it_: NI 4••• •�5kl •rlLIll=')Ir'II- u c '..i.'� - 1 ; 11 Iltt11I_trt.= • 1�4y•: !I 'Mt• 1'F is - i' ae 'i I _ • rt _• Iii - [i - :I lI _ tF tM 0. 4 - _ h = Ii 4•11l= St Ml = ik 41•s i 1 ! 11 9--,. _try.:;•;]1: II•;0„..;ak= 1 i n _ d-'- KOURY - hF 41 _ 'I'F _ I• tl . tt 1 L,` It: P II '� ( it: e if: tit- it t" F i i : 41• -.04.7'1... y1 $4• .17auG •., uo- Notary Public F I = II o, II _ I .--r if!! - 'I'= lit ` Ili 114 7 1 II • +c000ts r 'it.J! _ 4 -_ II. 'I;F II L. ill -. 1:+ 1i1 ▪ "1,77 t {• `--- ni all — it — _ , . .: If I.• - 11't r- •IOSEP,H,D.'IUDONf i. _ 1:1.. -...Hi - ;I !i t _ 11•7 • it _ I,I I _'rl •Al III lit - q, =o .- I .. _- NOTARY PUBLIC,= State -of Illinois- ¢I - Ill • I - J4•- ' 41,-- ,;, iIl 111E III 13 = '19-1 `-=;r1=:F t 11 2.1' Qualified • in'State-of,Illinois -:II ill•= I'll_=2.0'- ..c. - 1f _ IF ill In. tit . ilt. 0. ' •Y�I . IL. • �,Vr.- .0 - c - '"r - IP: 47 r --7'I - t-_ I'i -�3i 1' : °'.E1 = lit .--t. Commission Expires March 4 1984 or • It ' 1 I of •1i 7 :11 I f 1111 i -. p Ili n I, 11 . it Stale :of'Illinois )'ISS' 1(I ; 1: - i.• tz.- '' = II, it vii! il.. IF .jl - t A ':1 - 'tl -- FII —' F,tc. County ofCook) li_ • 1F-„ ' ra_. .';, 11. -x --i1 or •1 Ti.- y1=31`_=11, I. 91 _ • " -1Nc + • '11! • •t(1 'i' r- 11t il.. r I _ ar' �r _ 1i i1.: ,i�• '1 '11 1, `,F=•, CERTIFICATE IF (k - It = E' 't''- 'l = u • I f - ,{I - :F __ I•° a. ,I Ili t =SIF II -FIE 1 : 11 i rl it _ it I, the • undersigned,' Secretary • ofJIERITAGE INSURANCE CO. a -stock corporation of rthe:State • of l Illinois; DO HEREBY : i - :CERTIFY that the.. foregoing and attached Power of Attorney and Certificate- of Authority- reining lin: full force -and 1 has not been.. II; 3 - '•r'revoked,'.and • fiuthermore,'that the .Resolution• of the:Board-of1Directors,las set fforth in the, Certificate• of'Authohty,lare "now -in, -..�* force �' °.al: —•' ' ^... nP 'll r `a"r`.s+`- - fl.•. .I - +n •fit - 11 Signed and Sealed at the Home Office of the Company,at Lincolnwood, Illinois: :Dated -this— Ii5t1 day ofF = 1. h u' AUGUSTe81.17--- 82 t -_ tl _ I. it it �F. \F • A.D.; 19 9v I IP . :p i+ > t t ra.i .�, • I ▪ i'I - ▪ � � 111 - . • _ . , ..Ytr1 H _�.. 1. 1 11.'— i t-� f• III.- 11I • ,i.1 -::,r 4,nt °' • t[+ -: �.'1 tli � ltl u1 _ 214.::/14:-.:fJ�LI ii re li c ell 7 11 _ 'll .rF ft; it....„ ir+ ,., - • r ,p'_ tF.•7 Ir, ,.- . h ,['_-''^ C -I. ; .-. .. I'. FI r - '.I - '.11' -_-fl ICI = ' - •-,1f "f.: • ' _ . _ .ail F. ___ t:,imi. 4; :'1- . — EL- --1" _ .1. i.' , r...•;-"-.- Ili ._l a -.-_-' '1. - • 'It 1: — • - _ - _ _ - FORM H-73 _ - rJl - ..1 -.. 1 p 1 _ _ - I,, - 1 9 - III r„ _ -- I•'. _ — ' - — 1;1 = ,t.t E. 'n I., 3.r- _ _ '.i ''I Mrri (p- •III - :1 ,... t. LI _ tit �. 1. — 'I' '1 "ISecretary ls - TEE: 6I : _ - - IVF= Ih _1 L _ 1 _ rill 1 - 1II IT z •t t 1'3 t 'r = .6. _ lid. i - --. - - i16- 1-.�i.- rr_.II-=r1, It'• . "a I—II—r1 = lit- Iij ;7 ill= 'l!) :h11= 1 ' • =Irl = 9r "I, -,tki it] 2=441, - it = fit • i • • • CONSTRUCTION SPECIFICATIONS for RE -SEALING JOINTS hN CONCRETE TERMINAL APRON DRAKE FIELD !FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS JOB NO. 77-183 JULY,1982 • L1`g% • • • • • TABLE OF CONTENTS SECTION PAGE NO. Notice to Contractors 1-2 Instructions to Bidders 1-5 Proposal 1-2 Equal Opportunity Certification 1-13 Notice of Award 1-2 Contract 1-3 Arkansas Statutory Performance and Payment Bond 1-2 Notice to Proceed 1 General Provisions 1-25 Detailed Specifications 1-6 Details 1-3 l6 Notice to Contractors K4 R10% D I• NOTICE TO CONTRACTORS Ii la Is i• Notice is hereby given that in pursuance to an order of the Board of Directors of the City of Fayetteville, Arkansas, sealed bids will be received at the office of the City Manager, Fayetteville, Arkansas, until 10:00 A.M. , on the 9th day of August , 1982, for the furnishing of all tools and labor, and the performance of work to be done in resealing joints the in the concrete apron at Drake Field, Fayetteville Municipal Airport. Work under this Contract shall include removal of existing joint material, cleaning/rehabilitating existing joints and placing new joint filling sealer and related materials. The location of the work is set out in the Plans and Specifications to be on file in the offices of McClelland Consulting Engineers, Inc.: P.O. Box 1229, 1810 N. College Avenue, Fayetteville, Arkansas (501-443-2377). -All bids will. be opened and considered at a meeting, to be held in the Board of Directors Room, City Administration Building, Fayetteville, Arkansas at Local Time, on the 9th day of August , 1982, and at such adjourned meetings thereafter as may be necessary. All necessary work, materials, and every item of construction shall be in accordance with the Plans and Specifications as prepared by the Engineer. Copies of the documents may be obtained from the office of the Engineer upon the payment of the sum of thirty-five dollars ($35.00), said payment not being refundable. Pertinent information and the Detailed Specifications will be furnished to suppliers at cost of reproduction. Bidders shall make such inspection and studies of the site of the work as to thoroughly familiarize themselves with all conditions to be encountered. Each bid must be accompan percent (5%) of .,the whole licensed to do business in liquidated damages in case to enter into the contract necessary bonds within ten Award. led by a surety bond bid, said bond to be the State of Arkansas, the successful bidder for the construction o (10) days from and of in the amount equal to five issued by a surety company said bond to be retained as fails, neglects, or refuses F said works, and furnish the :er the date of the Notice of The successful bidder will be required to furnish a Performance and Payment Bond, in favor of the City of Fayetteville, Arkansas, in an amount equal to one hundred percent (100%) of the Contract amount, at the time of the award of the Contract. Notice is hereby given that the City of Fayetteville is an Equal Opportunity employer. 1• © A ATED iA The Board of Directors reserves the right to reject any and all bids, and to waive any formalities deemed to be in the best interest of the City. The proposed contract is under and subject to Executive Order 11246 •of September 24, 1965, and to the Equal Opportunity Clause contained in the Specifications. I. I. 10" The successful bidder will be required to submit a Certification of Nonsegregated Facilities prior to award of the contract, and to notify prospective subcontractors of the requirement for such a Certification where the subcontract exceeds $10,000. Samples of the Certification and the Notice to Subcontractors appear in the Specifications. The attention of all bidders is called to the fact that any contractor or subcontractor on this project having 50 or more employees and who may be awarded a contract or subcontract of $50,000 or more will be required to maintain an Affirmative Action Program within 120 days of commencement of the contract. - Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for employment of minorities. The Bidder (proposer) must supply all the information required by the bid or proposal form. The attention of all bidders is called to the fact that they must be licensed under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature, as amended. Sturman Mackey Purchasing Agent City of Fayetteville Fayetteville, Arkansas Notice to Contractors - 2 1• ©`flfl1Eo 1• Instructions to Bidders z c�iF Dq{Teo is INSTRUCTIONS TO BIDDERS 6 1! 1. EXAMINATION OF SITE AND DOCUMENTS. Bidders are advised that the plans, profiles, specifications and estimates of the Engineer on file in the office of the official as set out in the "Notice to Contractors," shall constitute all of the information which the Owner shall furnish. No other information given or sendings made by the Owner or any official thereof, prior to the execution of said contract, shall ever become a part of, or change the contract, plans,•profiles, specifications and estimates, or be binding to the Owner. But bidders are required, prior to submitting any bid, to read carefully the specifications, contract and bonds, to examine carefully all plans, profiles, and estimates on file with the official as set out in the "Notice to Contractors," to visit the site of the work to examine. carefully local conditions, to inform themselves by their independent research and soundings of the difficulties to be encountered, and to judge for themselves the accessibility of the work and the quantities and character of the materials to be encountered and all attending circumstances affecting the cost of doing the work and the time specified for its completion; and to obtain all information required to make an intelligent bid. 2. BIDS AND BIDDING FORMS. Bids must be made out in ink on the PROPOSAL SCHEDULE included in Section IV of these plans and specifications. All bids shall be sealed and filed as provided in the "Notice to Contractors". No bidder shall divulge the information in said sealed bid to any person whomsoever, except those having a partnership or other financial interest with him in said bid, until after the sealed bids have been opened. Bids which are incomplete, unbalanced, conditional, or obscure, or which contain additions not called for, erasures, alterations or irregularities of any kind, or which do not comply with the "Instructions to Bidders" may be rejected as informal at the option of the Owner. However, the Owner reserves the right to waive technicalities as to changes, alterations or revisions and to make the award in the best interest of the Owner. All papers bound with or attached to the Proposal Schedule are necessary parts thereof, and must not be detached. A copy of the plans, profiles, specifications, and bid forms may be obtained as provided in the "Notice to Contractors." 3. LUMP SUM PRICES AND FILLING IN BIDDING FORMS. Bidders must state a lump sum price for every item of work named in the Engineer's estimate of quantities of work to be done, approved by the Owner and on file in the office of the official as set out in the "Notice to Contractors." Each bidder shall include in the lump sum prices named in his bid the furnishing of all labor, materials, tools, equipment and apparatus of every description to construct, erect and finish completely all the work as called for in the specifications or shown in the plans. 1• © O RATED WILE .%. ..YA CyILLt r I. li I. I. III li The price bid for the items must be stated in figures and in words in the appropriate blank spaces provided on the bidding forms. Such figures must be clear and distinctly legible so that no question can arise as to their intent or meaning. In case of a difference in the written words and figures in a proposal, the amount stated in written words shall govern. Unit prices bid and totals shown in the proposal shall not include any of the costs of engineering, advertising, printing, and appraising. 4. PRICES BID TO BEAR RELATIONSHIP TO COST OF WORK. Prices bid on the various items in the proposal shall bear a fair relationship to the cost of the work to be done. Bids which appear unbalanced and deemed not to be in the best interest of the Owner may be rejected at the discretion of the Owner. .. 5. SIGNATURE ON BIDS. If the bid is made by an individual, his name must be signed by him or his duly authorized agent, and his post office address given. If the bid is made by a firm or partnership, the name and post office address of each member must be given, and the bid signed by a member of the firm or partnership, or a person duly authorized. If the bid is made by a company or corporation, the company or corporate name and the state under the laws of which said company or corporation is chartered, and the business' address must be given, and the bid signed by an officer or agent duly authorized. Power of attorney, properly certified, for agents and others to sign bids must be in writing and filed with the Owner. 6. QUALIFICATIONS AND RESPONSIBILITY OF BIDDERS. The bidder may be required to furnish the Owner with satisfactory evidence of his competence to perform the work contemplated. The Owner reserves the right to reject a bid if the bidder does not provide evidence of financial, past experience, personnel or facilities with which to perform the proposed work in a timely, efficient and competent manner. The Owner reserves the right to make such investigations of information submitted as is deemed necessary, before a rating is given and to disqualify any contractor from bidding if deemed in the best interest of the Owner. Where required_ by state laws, the bidders shall be licensed according to the requirements of such laws. In case contractors are required to' be licensed, they shall note their license number on the outside of their Proposal. Instructions to Bidders - 2 Is A N ATED unu.uc. ...mew.0 A I0 li I• i.. I. IS 7. BIDDING BONDS. Each bid must be accompanied by a bidder's surety bond issued by a company licensed to do business in the State in the sum of five per cent (5%) of the amount of the bid, made payable to the Owner as a guarantee that a contract will be entered into and the required bonds furnished within the required time, in the event of the award of a contract. 8. WITHDRAWAL OF BIDS. Permission will not be granted to withdraw or modify any bid after it has been filed. Requests for non -consideration of bids must be made in writing, addressed to the governing body of the Owner and filed with the representative of the Owner designated to receive the bids before the expiration of the time limit for opening bids. After other bids are opened and read, the bid for which withdrawal is requested will be returned unopened. 9. DISQUALIFICATION OF BIDDERS. Any one or more of the following causes may be considered as sufficient for the disqualification of bidders and the rejection of their bid or bids: More than one proposal for the same work from an individual firm, partnership, or corporation under the same or different names. Evidence of collusion among bidders. Participants in such collusion may receive no recognition as bidders for any future work. Unbalanced proposals in which the prices for some items are out of proportion to the prices for other items. Failure to submit a unit price for each item of work for which a bid price is required by the Proposal. Lack of competency as revealed by the financial statement, experience, plant and equipment statements submitted. Lack of responsibility as shown by past work judged from the standpoint of workmanship and progress. Uncompleted work, which in the judgment of the Owner, might hinder or prevent the prompt completion of additional work if awarded. For being in arrears on existing contracts, in litigation with the owner, or having defaulted on a previous contract. 10. CONSIDERATION OF PROPOSALS. After the proposals are opened and read, the quantities will be extended and totaled in accordance with the bid prices of the accepted proposals, and the results of the prices will be made public. Until the final award of the contract, the Owner reserves the right to reject any or all proposals, to waive technicalities and to advertise for new proposals, or to proceed to do the work otherwise when the best interests of the Owner will be promoted thereby. Instructions to Bidders - 3 K IJLN GHATED 'emu .x. .um•v Ll Is I0 li li 11. RIGHT TO REJECT BIDS. The Owner reserves the right to reject any and all bids. All bids are subject to this reservation, and the Owner reserves to itself the right to decide which bid shall be deemed the lowest and best. Due consideration will be given to the reputation, financial ability, experience and equipment of the bidder. No bids received in the office of the official as set out in the "Notice to Contractors" after the time for filing, as advertised, will be considered. However, bids mailed from a post office other than that of the Owner and arriving in the Owner's post office before the time for receiving of bids and actually delivered to the office designated to receive the bids, before the hour for opening of bids, shall be judged to have been received in time for filing and shall be considered. 12. FORFEITURE OF BIDDING BOND. The person or persons, partnership, company, firm or corporation to which the contract is awarded shall, within ten (10) days after such contract is awarded, execute and deliver the contract as required; such bonds to be executed and approved prior to the execution of the contract by the Owner. The Owner reserves the right to grant the Contractor such extension of time in executing the contract as it deems necessary in the interest of the Owner. Any application for extension of time shall be made by the Contractor in writing, and signed by proper officials. The inclusion of this provision, whereby extension of time in signing the contract and submission of bonds may be granted, in no way obligates the Owner to act upon any application unless it sees fit to do so. Upon failure of the bidder to execute said bonds and contract within the specified time after the contract is awarded, the bid by the Contractor will be considered to have been abandoned and the Owner may ask for new bids. By reason of the uncertainty of the market prices of materials and of damages and expenses which the Owner might incur by reason of said Bidder's failure to execute said bonds and contracts within said specified time, the bid bond accompanying the bid shall be the agreed amount of damages which the Owner will suffer by reason of such failure upon the part of the bidder, and shall thereupon immediately be forfeited to the Owner. The filing of a bid under these instruction`shall be considered as acceptance of this provision. 13. RETURN OF BIDDER'S BOND. Bonds deposited with bids will be returned to the bidders as soon as the contract is awarded, except the bond of the successful bidder, which will be returned after the contract is executed and the bonds approved. Unless the Owner has a good reason to hold bidding bonds, the bonds of all except the three low bidders will be returned as soon as the bids have been considered. 14. AWARDING OF CONTRACT. The Owner reserves the right to withhold the awarding of a contract for a reasonable period of time from the date of opening bids, said length of time to be stated in the Proposal. The awarding of a contract upon a successful bid shall give the bidder no right of action or claim against the Owner upon such contract until the same shall have been reduced to writing and duly signed by the contracting parties. The lettering Instructions to Bidders - 4 I4 LYJ�R TED wu.oa. inmwrtu S of a contract shall not be complete until the contract is duly executed and the necessary bonds approved. 6 S • i 0 15. SUBCONTRACTORS. The Contractor shall not assign nor sublet all or any part of the Contract without the prior written approval of the Owner, nor shall the Contractor allow such subcontractor to commence work until he has provided and obtained approval of such compensation and public liability insurance as may be required under the laws of the state. The approval of such subcontract by the Owner will in no manner release the Contractor from any of his obligations as set out in the Plans, Specifications, Contract and bonds. 16. PREFERENCE FOR ARKANSAS CONTRACTORS. In the event that the Project is funded by an agency or Owner which is subject to the preference for certain bidders set forth in Section 14 - 614.2 of the Arkansas Statutes, in order to qualify for such preference, the Bidder must submit with his Bid a written claim for preference listing the owners of projects upon which he has satisfactorily performed prior contracts within the State of Arkansas within two years of the date of the bid opening and listing the nature of any and all taxes paid by the Bidder which support his claim for preference. For additional information, the Bidder is referred to Arkansas Statutes Sections 14 - 614.2 through 14 - 614.6. Instructions to Bidders - 5 LiL�Y COR ATED mu.oc. mminut I. ie Proposal LKLINCG`R ATED i PROPOSAL • 6 i v 0 S..' • 0 RESEALING JOINTS IN CONCRETE TERMINAL APRON DRAKE FIELD FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS Plan No. 77-183 Dated: July, 1982 City of Fayetteville Fayetteville, Arkansas Gentlemen: The undersigned, (o,co /oldWer-L_J/n/c CF 1'gp/kG_ _J states that he has carefully examined the'Plans, ans1 , Specifications, and drawings, on file in the office of the City Clerk, Fayetteville, Arkansas relative to the proposed resealing of joints in the concrete terminal apron, and that he is familiar with the same and understands each and all; has examined the location and site; that all bids are made with the full knowledge of the Plans, Specifications and all provisions of the Contract and bonds; that this Proposal is made without collusion on the part of any person, firm or corporation. He further states that he will enter into the Contract to construct said construction as designated in the title of this Proposal in accordance with the Plans and Specifications on file in the office of the City Clerk of Fayetteville, Arkansas, and have said work completed in thirty calendar days from the date of the Notice to Proceed for the following price: Lump Sum= Cleaning existing joints, sandblasting and/or sawing as necessary, widening 1/4" joints, replacing joint. sealing filler as specified Tven Fve %2ow,ravel ihxee /4 r4egQ ivedollars $ 025385 words Based on present work load and available trained personnel, it is estimated we will be able to commence this project, if awarded a contract, on or about Drivl7F2 .7/ , 1982. EK!L cblW:veo ,.,,Y .y. ..Onl,.0 • r '_i�F �.YW`�u-. 4....y�y".R:�.JY� Enclosed herewith is a bid bond for r�;Icl PPS 1%r�n 1IQ4.1 /fr II/,1J dollars /SOn ) which we agree the City of Fayetteville, Arkansas, may cash and retain as liquidated damages in the event of our failure to enter into a contract for the work covered by this Proposal, provided the Contract is awarded to us within thirty (30) days from the date fixed for opening of bids and we fail to execute said contract and execute the required bonds as called for in the specifications within fifteen (15) days after notification of acceptance of this Proposal. • 6 0 The bidder hereby acknowledges receipt of the following Addenda prior to submitting this Proposal: Addenda Nro�/. Dated /VnA- and such addenda are attached hereto and made a part hereof. Dated at Fayetteville, Arkansas, .this day of 1982. (SEAL - If bid is by a Corporation) Respectfujly submitted By Title C;#fe /locK i4aKa'fcii Business Address Arkansas License No. JJ Proposal - 2 •111 EEo• •{ • rYq v `��. THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond I $W�TMEN 16 URESENTS, that we LJNa There insert full name and address or legal side of Cnn,ranorl LTTTLE ROCK, AR as Principal, hereinafter called the Principal, and HERITAGE INSURANCE COMPANY OF AMERICA Mere insert lull name and address or legal title of Surely) LINCOLNWOOD, IL a corporation duly organized under the laws of the State of as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF FAYETTEVIL E (Here insert run name and address or legal tide ul Ownerl FAYEITEtm.ra; , AR - as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF AMLINT BID------------------------------- Dollars ($ 5% "' )r for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHERE(AS, the Principal has submitted a bid for (Here insert lull name, address and dexnp,iun of prnlecn joint & crack repair Fayetteville, AR NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material 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 the Obligee the difference not to exceed the penal• ty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another parry to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain f in lull force and effect. Signed and sealed this 5th day of AUGUST ' • 19 82 CONGO MIEST, INC• OF ARKANSAS 1 �Ew (Principal n (seat; :_.. (Witness) -Y JAMES TB K (Title) PRESIDENT. n : ?Pti / ) ttFarrer Tni l>Rentr (»JOenry sir ntyrat Cn : / \BB R�S, INC, P. O. DRAWER 15430 LITTLE ROCK, ARK, 72231 AIA DOCUMENT A379 • BID BOND • AIA 01 • FEBRUARY 1970 EO • THE AMERICAN INSTITUTE OF ARCHIFECIS, 17)5 N.Y. AVE., N.W., WASHINGTON, D. C. ZOM6 � I YINFACT.. : I 11 HERITAGE INSURANCE COMPANY OF AMERICA LINCOLNWOOD, ILLINOIS Power of Attorney coca i`ffiI4ES' s EFFECTIVE DATE • 8/5/82 DBA AMOUNT OF BONDS 10,20000.00 POWER NO.H '208 I 1 KNOW ALL MIEN BY TIIESE PRESENTS: That the Heritage Insurance Company, a Corporation in the State of Ninois, having its indpal office in Lincolnwood, Illinois, pursuant to the following resolution, adopted by the Board of Directors of the said Company on e 9th day of %larch, 1979, to wit: -The President. or any Vice -President, or other officer designated by the Board of Executive Committee shall have authority, rerallyI to make, execute and deliver a power of attorney constituting as Attorney -in -Fact such persons, firms or corporations as such heirs may select from time to time.- _ -t -*-•r.:: es hereby make, constitute and appoint Mike Cluestman, D. Michael Babb, Gail Brouillctte, and or Phyllis Fields of North Little Rock, the State of Arkansas, its true and lawful attorncy(s)-in-fact, with full power and authority hereby conferred in its name, place and od. to sign. execute, acknowledge and deliver in its behalf, and its act and deed as follows: " •- ., : The obligation of the Company shall not exceed the sum often thousand ($10,000.00) dollars:.._,';; '._ ._:: - ' I to bind Heritage Insurance Company thereby as fully and to the same extent as if such bond or undertaking was signed by the duly Iborized officers of the Heritage Insurance Company, and all the acts of said Attorney(s) pursuant to the authority herein given, are eby ratified and confirmed. :•_IN WITNESS WHEREOF, the Heritage Insurance Company has caused these presentstobelsigned by its President and/or its X -President, and its Corporate Seat to be hereto affixed. . HERITAGE INSURANCE COMPANY OF AMERICA' — -; - __ ;-=i-, : _-Giacinto, President Vincent M. )..- '1 .I ............. _ .Il, ..,. ... . 1,: Ili ` to of Illinois mty of Cook) SS . _ .. _ .,• ,[, _lit ..;{ On this 9th day of March, 1979, before the subscriber, a Notary Public of the State of Illinois in and for the County of Cook ly commissioned and qualified, came V. M. Giacinto of the Heritage Insurance Company, to me personally known to be the individual i officer described herein, and who executed the preceding instrument, and acknowledged the execution of the same, and beingby me ly sworn, deposed and said, that he is the officer of said Company aforesaid, and that the seal affixed to the preceding instrument is Corporate Seal of said Company, and the said Corporate Seal and signature as an officer were duly affixed and subscribed to the said trument by the authority and direction of the said Corporation, and that the resolution of said Company, referred to in the preceding trurnent, is now in force. e IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my official seal at Lincolnwood, Illinois, the day and year Wtwritten. _...:: _ yt : o*h'i�w Notary Public r rV/`` ��///KK// •ar JOSEPH D. UDONI ,l NOTARY PUBLIC State of Illinois iii . ...'-n Qualified in State of Ninois it tt: ... _ .. .-Commission Expires March 4, 1984 : e of Illinois ) _I SS: , my of Cook ) - = --' ? CERTIFICATE = =1,'the undersigned, Secretary of HERITAGE INSURANCE CO. a stock- corporation 'cf;t..e State of u:.ners; DO-.HEREBV— tTIFY9that`thc'fore-goingIarid attached Power of Attorney and Certificate of Authority remains in full force and. has not been tked;'and furthermore, that the Resolution of the Board of Directors, as set forth in the Certificate of Authority, are now in Signed and Sealed at the Home Office of the Company, at Lincolnwood, Illinois. Dated this ?:r ; %•`'� day, of d3 AUGUST Al)., 19 82 : r _ .: • - , ••1 +r( I'� ♦� • _ ,li s;aH- _ ' ---.---iii \(] : _)\� 1 SEAL i. LC . �.� _ .Il 11._ etary r L7 r . _ _. .� l;r t . __ f r�, �It yam. I'i. .I-_ fit Ill .•t�t I l•�•r II t ' 1 4' • -1 _ .11 111 lit !I tit r li—ll �7a _ = l,1=-1!; Iii —if rr'=tfi .Ill ;ti t►t: llt `. •-._. ::_ - I,. -- I+I .II!• : •1 111 !1( •il; t(1 --'.it iII t` i• -^slit tit =s Y1' •.' rr - • lr1'J!t•_ Ill i{f Ill lllal(l. 'ljl tut •'Ill+ -n t�tr It Is.. lt• ( ' 11 ,'' I1 r it i I;; iii Itt ..ift }.{il -r!:3t--- •l. lit .1tt^ it �.1;I ' ii• • ���- _'.!r,- Ifj •Iit_ 1 , -- • t. _.. Ii''_� .2, -- I.r i,.l_� -I' - •;t ,1 'i tlt'w^r!� � j � jf1 ;,t__...,4_'.___ { I, '.. i 1 -'r _._ wtt.-.t,i.+_-1tir.._IJ..—.: •. ♦. ...__.I 'r_:L ..—'s •yam_- ..^...c -r _{....:i�...,.rli�_'`r.�inY.IAL✓ Equal Opportunity • Certification L.I!i� IN kR>TCD VVJ tea.• VI'611� I• "0 Ii I• it It It It I. CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY GENERAL BIDDERS NAME (0/1(0 /4/6* c 1e f71 7ivG Ot ,4P IC'G,ra f ADDRESS s2/ ���C,/11i�� ��r re INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NUMBER /- 2.ZSf/ 3 f NONSEGREGATED FACILITIES NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS: (1) A Certification of Nonsegregated Facilities must be submitted prior to the award of a federally assisted construction contract exceeding $10,000 which is not exempt from the provision of the equal opportunity clause. (2) Contractors receiving federally assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause. NOTE: The penalty for making statements in offers is prescribed in 18 U.S.C. 1001. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATION ON NONSEGREGATED FACILITIES: (1) A Certification of Nonsegregated Facilities must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the equal opportunity clause. (2) Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the I• La.<l� MNL 3A'TE0 •,p, y. .wl •`4yJ • -s.. ... .. n..p..i :.. v...... rs'4... ..d>..9:{r`..:Gi:.v: R-i`Y .Ln .sE�ti I. U I• I. is I. I. I* I• equal opportunity clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. CERTIFICATION OF NONSEGREGATED FACILITIES: The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. THe federally assisted construction contractor agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex or national origin, because of habit, local custom, or any other reason. The federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $1.0,000 which are not exempt from the provisions of the equal opportunity clause, and that he will retain such certifications in his files. NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES: A Certification of Nonsegregated Facilities must be submitted prior to the award of a contract or subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. Equal Opportunity Certification - 2 ®KakaaED unJ l k i i • • • i.. • Certification - The information above is true and complete to the best of my knowledge and belief. / / p C_ J CD h h i/ I cr — 0 �'e e1e4 Name and itle f Si ner (Please type) Signature Date NOTE; The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Equal Opportunity Certification - 3 n • t6£k� �qE c4Sa>S&TED T. pna._,.• ugnl..uI Notice of Award I• I. I. © RATED .mu •z. r.vvnnu NOTICE OF AWARD To: I• PROJECT DESCRIPTION: Fayetteville, -Arkansas. I* I. The OWNER has considered the PROPOSAL submitted by you for the above described WORK in response to its NOTICE TO CONTRACTORS. You are hereby notified that your PROPOSAL has been accepted for items in the amount of $ . You are required by the INSTRUCTIONS TO BIDDERS to execute the CONSTRUCTION CONTRACT in its entirety and furnish the required PERFORMANCE AND PAYMENT BOND and certificates of insurance within ten (10) calendar days from the date of this NOTICE OF AWARD. If you fail to execute said Contract and to furnish said bonds within ten (10) days from the date of this NOTICE OF AWARD, said OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance of your PROPOSAL as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to, such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this day of , 19 'J Titl .in..©C0 VO RATED S. ACCEPTANCE OF NOTICE • • Receipt of the NOTICE OF AWARD presented heretofore is hereby acknowledged by this the day•of , 1982. Title Notice of Award - 2 I. ® L'O RATED LiTll( .K. ,.ryrt[m,LL Contract l�L� CIa I II,D 1.11.011. L.Ilbl.I �• " CONTRACT I• STATE OF ARKANSAS CITY OF FAYETTEVILLE THIS AGREEMENT, made and entered into this /D day of __2, 19 by and between the City of Fayetteville, Party of the Fi st Part, hereinafter called the OWNER and Conco Midwest of Arkansas, Little Rock, Arkansas Party of the Second Part, hereinafter cafled the CONTRACTOR. is 1• 1• I• I• 1• WITNESSETH THAT: WHEREAS, the OWNER has called for bids for the Resealing of Joints in the Concrete Terminal Apron at Drake Field as set out in the Specifications and Plans and WHEREAS, the CONTRACTOR is the lowest and best bidder for• the construction of said improvements hereinafter set out, pursuant to the published calls for bids under said Plans and Specifications. NOW THEREFORE, the CONTRACTOR agrees with the Owner to commence and complete the following: Removal of all existing joint sealing filler in the concrete.apron, preparation of the joints to receive new filler and furnishing and placing new joint sealing filler as specified herein. The compensation to be paid the Contractor by the Owner shall be twenty-five thousand, •three hundred and forty-five dollars ($ 25,345.00 ), such sum being the agreed amount upon which The Contractor, at his own cost and expens supplies, labor, machinery, equipment, tools and other accessories and services necessary in accordance with the conditions and prices hereto and made a part hereof, and in Specifications, and in accordance with the blueprints, and other drawings, and writtei hereof. The CONTRACTOR agrees t within thirty calendar days authorizing the CONTRACTOR to bonds and liabilities are based. shall furnish all materials, supervision, bonds, insurance, ;o complete the said construction stated in the Proposal attached accordance with the Detailed Plans, which include all plats, or printed explanatory matter o fully complete all rrork under this Contract from the issuance of the Notice to Proceed proceed with the construction of the work. The I • L� M[Dx ap[o r nI.::. u.pq..J r I• I• 1• I• I• I• I• OWNER agrees to pay the CONTRACTOR in current funds for the performance of the Contract in accordance with the accepted Proposal therefore, subject to additions and deductions, as provided in the Specifications, and to make payment on account thereof as provided below: As soon as is practicable after the first of each calendar month, the OWNER will make partial payments to the CONTRACTOR for work performed during the preceding calendar month, based upon the Engineer's estimate of work completed, said estimate being certified by the CONTRACTOR and accepted by the OWNER. Except as otherwise provided by law, ten percent (10%) of each approved estimate shall be retained by the OWNER until 50 percent project completion at which time no additional retainage will be retained. Upon final completion and acceptance by the OWNER and ENGINEER, the ENGINEER shall then issue a Final Estimate of work done based upon the original contract and subsequent changes made and agreed upon, if any. Time is hereby expressly declared to be of the essence of this contract, and the time of beginning, manner of progress and time of completion of the work hereunder, shall be and are essential conditions hereof. • The CONTRACTOR agrees to commence the work within ten (10) calendar days from the date of the issuance of the Notice to Proceed, and to proceed with the construction of the work and to prosecute the work with an adequate force and in a manner so as to complete the work within the time stipulated herein. If the Contractor fails to complete the contract within the time stipulated herein, the CONTRACTOR agrees to pay the OWNER, as liquidated damages, the sum of three hundred dollars ($300.00) per day for each calendar day of delay in completion, said amounts being fixed and agreed upon by and between the parties hereto. Because of the impracticability and extreme difficulty in fixing and ascertaining the actual damages the OWNER would in such event sustain, said amounts are to be presumed by the parties to this contract to be the amounts of damage the OWNER would sustain. Said amounts of liquidated damages shall be deductible from any amount due the CONTRACTOR under Final Estimate of said work, after the completion thereof, and CONTRACTOR shall be entitled only to the Final Estimate, less such amounts of liquidated damages. If the CONTRACTOR is delayed at any time in the progress of the work by any act or neglect of the OWNER or of his employees, or by any other CONTRACTOR employed by the OWNER, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties or by delay authorized by the Engineer pending arbitration, or by any cause which the Engineer shall decide to justify the delay, then the time of completion shall be extended for such reasonable time as the Engineer may decide. No such extension shall be made for delay occurring more than seven (7) days before a claim therefore is made in writing to the Engineer. In the case of a continuing cause of delay, only one claim is necessary. Contract - 2 I* tiL 1EFL i• I• 1• 1• I• 1• 1• In the event the CONTRACTOR abandons the work hereunder or fails, neglects or refuses to continue the work after ten (10) days written notice, given the CONTRACTOR by the OWNER or by the Engineer, then the OWNER shall have the option of declaring this contract at an end, in which event, the OWNER shall not be liable to the CONTRACTOR for any work theretofore performed hereunder; or requiring the surety hereto, upon ten (10) days notice, to complete and carry out the contract of the CONTRACTOR, and in that event, should the surety fail, neglect or refuse to carry out said contract, said OWNER may complete the contract at its own expense, and maintain an action against the CONTRACTOR and the surety hereto for the actual cost of same; together with any damages or other expense sustained or incurred by the OWNER in completing this contract less the total amount provided for hereunder to be paid the CONTRACTOR, upon the completion of this Contract. This Contract shall be binding upon the heirs, representatives, successors, or assigns of the parties hereto, including the surety. IN WITNESS WHEREOF, the OWNER and CONTRACTOR have hereto set their hands and seals respectively. WITNESSES: ATTEST Q City Clerk. FIRM NAMV, Midwest of Arkansas BY: V/, lC �PfiG/enf (TITLE) City oj...E&vettevi11e Fay evil e,�ka sas BYty%(, ✓ �/ .�^ -, Mayor I • ci,...c. Contract - 3 S • • :1rHI5±CICAWIS ISSUF.C;A5`.'k .^ eT11IStCERf61CATEOO�S/dOTt UI COMPANIES AFFORDING COVERAGES rawer 15430 c0MPANY GMF Little Rock, AR 72231-5430 t`rrfl: INA CO!•IPANY EFnERLI Pacific Employers NAME AND 'ADDRESS OF INSURED COMPANY Conco Midwest Inc. of Arkansas IrrrFR \. 421 Kane Building co:•sA,,. r 212 Center Street " ' Little Rock, AR 72201 Vin..:.,., This is tocenify that DOIiCles of Insurance listee oe:owhave been Issued su' eJ na:^.. J a¢::e e"_a'. ^::1 ..Cn';'5;anc:ri, any re.;',rre'nent, term or ConErtwn of any Contract Or other document w:th re5 xrt to w:.;n t^: S C.-•::aa :. T2. y .5sj12 "' "" "`..'q' [: ^.•-! [ i a. PG C,e; ce cr *1 ne!e n 5 subjM to all the terms, exclusions and Conen:nnc of u,rh nn:..:nc -- I. Ii Li 's, • , r :k • I. f Y: C • 11 Ii • • . ' : • • liii•I�Ts t•.J..." •-Xi • 3 ttz , -- •• /' 1• 1 :•• itrit •a yam;.:, +i YF' v1 r K Kra -J'`•'J.iV'Fi�r. �� fin„ FZ = OR 1 1 11 • : --,. „ 111 111 - �.',YES=`1+-_'.it.w.:x.��i2:•... 11 s -s.•: 1! ✓J �-"... l -.:..a - -tea.. ". ♦ .1 ..• }.. ______ ___ ..• _.—•Y DESCRIPTION OF OPERATIONSaOCATIONSNEHICEES Additional Insureds: City of Fayetteville and McClelland Consulting Engineers, Inc. Re -sealing joints in concrete terminal apron Drake Field, Fayetteville, AR Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail fig_ days written notice to the below: named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOE DER' McClelland Consulting Engineers, Inc. P.O. Box 1229 Fayetteville, AR 72702-1229 DATE ACORD 25 (1-791 �• m 1• U Arkansas Statutory Performance and Payment Bond I. ©RATED lOtEN & '.nn{YILL{ • I• I• I• I. I• 7H,29S2 9S2 I-.. tr:1K P ARKANSAS STATUTORY PERFORMANCE AND PAYMENT B0ND'9ajSEP /4�eCO1i Lz /:1p 4110 We, Conco Midwest of Arkansas 'd r Shi9ci.pal SS hereinafter called Principal or Contractor, and HERITAGE INSURAACT•[ SIP (�Y,'45. OF AMERICA ,hereinafter called Surety, and held a dli; y Douna unto the City of Fayetteville, Arkansas ;'as Obligee, hereinafter called Owner, in the amount of twenty-five thousand three hundred, forty-five Dollars (5 25,345.00 , for the payment whereof Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. Principal has by written agreement dated /d, /.3'22 entered into a contract with the Owner for re -seal ng joints in the concrete germinal apron , which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. The condition of this obligation is such that if the Principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the Owner from all cost and damage which he may suffer by reason of failure to do so and shall fully reimburse and making good any such default, and, further, that if the Principal shall pay all persons all indebtedness for labor materials furnished or performed under said contract failing which such persons shall have a direct right of action against the Principal and Surety jointly and severally under this obligation, subject to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. All alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of any extension of time for the performance of the Contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, of either or any of them, their heirs, personal representatives, successors or assigns from their liability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. In no event shall the aggregate liability of the Surety exceed the sum set out herein. LI bEerw;u .......... ............ 1 • • •i • • This bond is executed pursuant to the terms of Act 209 of 1957 of the Arkansas Legislature. Executed on this 97/ day of 19f.=.' oncost idwes /o&.zz anbas BY .J%3t) ( F li PI�l4PnT PRINCIPAL HERITAGE INSURANCE COMPANY OF AMERICA SURETY /,t Attorney -in -fact b. MICHAEL BABB BABB & ASSOCIATES, INC. P.O. DRAWER 15430, GMF LITTLE ROCK, AR 722 COUNTERSIGNATURE: GAIL M.BROUILLETTE Recorded in the County of State of On the date of Arkansas Statutory Performance and Payment Bond - 2 Y.�iF'l`�eD • �. :ti. �dDl� a�1 ik ..-'',•�."� Iii �_'1:•-••t �.., ::.,,1 • 1.x.. �f1 -'I • HERITAGE INSURANCE COMPANY OF AMERICA -(�!•�G::' -•'r:(- __ _ - LINCOLNWOOD, ILLINOIS _ L.,.ii-.=. - ,-', 1.17 -, _ 7-.- Power of Attorney • - PRINCIPAL CONCO MIDWEST, INC. OF ARKANSAS 9/3/82_;;�(II EFFECTIVE DATE - - DBA - AMOUNT OF BONDS 25.345-v POWER NO. H ��J� !•+-1 KNOW ALL MEN BY THESE PRESENTS: That the Heritage Insurance Company, a Corporation in the State of Blinoii fis r ' it principal office in Lincolnwood, Illinois, pursuant to the following resolution, adopted by the Board of Directors of the said Compiryi' 'a the 9th day of March, 1979, to wit: tsti3 5r v i l{{ =Jtf "The President, or any Vice -President, or other officer designated by the Board of Executive Commitiee shall have'aut ioritHi y severally, to make, execute and deliver a power of attorney constituting as Attorney -in -Fact such persons, firms or corporations as"sud officers may select from time to time."- .- ._ _ .. . .. ..:..: . .._;tl 1{I_..+!t ._- does hereby make, constitute and appoint D. Michael Babb, of North Little Rock, in the State of Arkansas, its true and lawful attorney(; _ in -fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in'il behalf, and its act and deed as follows: a._y(faljY,il Theobligationofthe the Company shallnot exceed the sum of one hundred thousand (5100,000.00) dollars "•' '!1�ill "T .- and to bind Heritage Insurance Company thereby as fully and to the same extent as i.r t. -f such bond or undertaking was sisigned tithe dotSe ; authorized officers of the Heritage Insurance Company, and all the acts of said Attorney(s) pursuant to the authority ticretggryerib ' •t- hereb ratified and confirmed.:;; ;_ . -: — r'- IN WITNESS WHEREOF, the Heritage Insurance Company has caused these presents to be signed byi£s._PmsidenFan Vice -President, and its Corporate Seal to be hereto affixed. =—t ) COMPANY OHERITAGE INSURANCE F AM CA u . i.. — I. • r' -- ` .• pro. c , (. :... . _ . —• It{= ttf= lr r �y _ {1g SEAL - r r . �6 ,jt•---II : Vincent M. Giacinto, President- :I +• _..- County of Cook; . ijll}{ }ti ' : On this 9th day of March, 1979, before the subscriber, a Notary Public of the State of Illinois in and for the County ttCoo' duly commissioned and qualified, came V. M. Giacinto of the Heritage Insurance Company, to me personally known to be the individm` ;E-; and officer described herein, and who executed the preceding instrument, and acknowledged the execution of the same, and beingbypi duly sworn, deposed and said, that he is the officer of said Company aforesaid, and that the seal affixed to the preceding instrumeitfil !S—`• the Corporate Seal of said Company, and the said Corporate Seal and signature as an officer were duly affixed and subscribed.to the'it� '• loatrurnent by the authority and direction of the said Corporation, and that the resolution of said Company, referred to in the praxdic Ina rttrnent, is now in force.'' _ .—..,..—. -....-, _,.,. p _ - . 1 ,. _ ,1 .--•ri '•r „-I.. _ .tr — ,:r 4 .�. — .,; -. '.'-= tt1 't fr:— I,' •I}}'� 1F-- tl IN TESTIMONY WHEREOF, l have hereunto set -my hand, ind affixed my official seal at Ltnconwood. Illinois, the day and yet abm written ' ' 1i. , li_ 'IS .r _ .. .. ' ,111}�•a. • ^i;; n 1+ _, -t 111 OOoy' _ /Q�/ • r ' i.l}:.^w�} — r g . •ante Notary Public _ ! r ) =l" ,. 4earw�� JOSEPH D. UDONI + . r l i I. NOTARY PUBLIC, State of. Illinois Qualified in State of Illinois „` I - 1' 'ri -- . Commission Expires March 4, 1984 •.IFt) mete of B!inon ) - zany of Cook) SS: . CERTIFICATE • 1, tht undersigned, Secretary of HERITAGE INSURANCE CO. a stock corporation of the State of Illinois, DO CERTIFY that the foregoing and attached Power of Attomcy and Certificate of Authority remains in full force and b.a t}nEI?e4r •.'I,nkeu; mid furtherer. .' +''+• +:'- ._' the ir+ard,nf Directors; u gel forth in. the Certificate 4+••' , - fQtr'Q•..** .--A - rr'#�...arMg �!3'.�'�I�f•.' .r — ( r —T .7 f }�� = , d` Signed and Sealed at the Home Office of the Company, at Lincolnwood, Illinois. Dated this ✓J r, :i �f= !:-';-' Sept. A.D., 19 82t_-.:r����il IS FORM M-73 O(SAL tar r,p C I0 Notice to Proceed ,"!L R t%C IED artu trct unntmtt I* NOTICE TO PROCEEt • To: Date: Project: Resealing Joints in Concrete Terminal Apron Drake Field, Fayetteville, Arkansas You are hereby notified to commence WORK in accordance with the Contract . dated , 1982, on or before 1982, and you are to complete the WORK by , 1982. ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by this the day of 19 . Contractor By Title Title ® h WMATED uvu .00• ...,nbn6 i• 1• General Provisions ® a RATED 411y,Q,✓Pqu.ul GENERAL PROVISIONS DEFINITION OF TERMS 0 4 V • W :a • Whenever the following terms are used in these Specifications, in the Contract, in any documents or other instruments pertaining to construction where these Specifications govern, the intent and meaning shall be interpreted as follows: AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. ADAP. The Airport Development Aid Program, a grant-in-aid program, administered by the Federal Aviation Administration. ADVERTISEMENT. A public announcement, as required by local law, inviting bids for for work to be performed and materials to be furnished. AIR OPERATIONS AREA. For the purpose of these Specifications, the term air operations areashall l mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft, and includes its buildings and facilities, if any. ASTM. The American Society for Testing and Materials. AWARD. The acceptance; by the Owner, of the successful bidder's proposal. BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights -of -way together with all airport buildings and facilities located thereon. CALENDAR DAY. Every day shown on the calendar. CHANGE ORDER. A written order to the Contractor covering changes in the Plans, Specifications, or proposal quantities and establishing the basis of 0 © `RATED .mu•ae. nnnevnu payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the Contract. I.. G I. I0 li CONTRACT. The written agreement covering the work to be performed. The awarded Contract shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans; and any addenda issued to bidders. CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the Contract. CONTRACT TIME. The number of calendar days or working days, stated in the Proposal, allowed for completion of the Contract, including authorized time extensions. If a calendar date of completion is stated in the Proposal, in lieu of a number of calendar or working days, the Contract shall be completed by that date. CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. ENGINEER. The individual, partnership, firm, or corporation duly authorized by the Owner (sponsor) to be responsible for engineering supervision of the contract work and acting directly or through an authorized representative. EQUIPMENT. All' machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his duly authorized representative. FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. They may be obtained from the Specifications Activity, Printed Materials Supply Division, Building 197, Naval Weapons Plant, Washington, D.C. 20407. General Provisions - 2 I• E tSC TED ✓nY.OL. .oTevntl S INTENTION OF TERMS. Whenever, in these Specifications or on the Plans, the words "directed", "required", "permitted", "ordered", "designated", "prescribed", or words of the like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved", "acceptable", "satisfactory", or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. • Any reference to a specific requirement of a numbered paragraph of the Contract Specifications or a cited standard shall be interpreted to include all general requirements of the entire section, Specification item, or cited standard that may be pertinent to such specific reference. LABORATORY. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. LIGHTING. A system of fixtures providing or controlling the -light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft • landing at, taking off from, or taxiing in the airport surface. •1 0 • MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the Proposal, the total cost of which is equal to or greater than 10 percent of the total amount of the awarded contract. All other items shall be considered minor contract items. MATERIALS. Any substance specified for use in the construction of the contract work. NOTICE TO PROCEED. A written notice to the Contractor to begin the actual Contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the Contract time begins. OWNER (SPONSOR), The term owner shall mean the party of the first part or the contracting agency signatory to the Contract. For ADAP Contracts, the term sponsor shall have the same meaning as the term Owner. PAVEMENT. The combined surface course, base course, and subbase course,. if any, considered as a single unit. •I PAYMENT BOND. The approved form of security furnished by the Contractor and • his surety as a guaranty that the Contractor will complete the work in accordance with the terms of the Contract. PERFORMANCE BOND. The approved form of security furnished by the Contractor and his surety as a guaranty that the Contractor will complete the work in accordance with the terms of the Contract. General Provisions - 3 © ATED unu.oc. ..n rvnt S li I6 I• I• PLANS. The official drawings or exact reproductions, approved by the Engineer, which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the Contract, supplementary to the Specifications. PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. PROPOSAL. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the Plans and Specifications. PROPOSAL GUARANTY (BID BOND). The security furnished with a proposal to guarantee that the bidder will enter into a Contract if his proposal is accepted by the Owner. RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. SPECIFICATIONS. A part of the Contract containing the written directions and requirements for completing the Contract work. Standards for specifying materials or testing which are cited in the Contract Specifications by reference shall have the same force and effect as if included in the Contract physically. STRUCTURES. Airport facilities such as bridges; culverts; catch basins; inlets; retaining walls; cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts; manholes; handholes; lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport,that may be encountered in the work and not otherwise classified herein. SUBGRADE. The soil which forms the pavement foundation. SUPERINTENDENT. The contractor's executive representative who is present on the work rk during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the owner covering: 1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract, or 2) work that is not within the scope of the originally awarded contract. SURETY. The corporation, partnership, or individual, other than the contractor, executing payment or performance bonds which are furnished to the Owner by the Contractor. General Provisions - 4 I. ® M P RATED TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the Contract, Plans, and Specifications. I. i! I• WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of the Contract. Unless work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. General Provisions - 5 I6. AATEO ufY.00. f.rf liFVwU PROPOSAL REQUIREMENTS AND CONDITIONS • a 0 • INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these Specifications is given in the Proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the. actual quantities of work performed or materials furnished in accordance with the Plans and Specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. EXAMINATION OF PLANS,. SPECIFICATIONS,. AND SITE. The bidder is expected to carefully examine the site of the proposed work, the Proposal, Plans, Specifications, and. Contract forms. He shall satisfy himself •as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a Proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, Plans, and Specifications. PREPARATION OF PROPOSAL. The bidder shall submit his Proposal on the forms furnished by the Owner. All blank spaces in the Proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals for which he proposes to do each pay item furnished in the Proposal.- In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. The bidder shall sign his Proposal correctly and in ink. If the Proposal is made by an individual, his name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the Proposal shall give the name of the State under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his authority to do so and that the signature is binding upon the firm or corporation. PROPOSAL GUARANTY. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in General Provisions - 6 ©CO RATED unu.oc. YrinINUA I. i• I I6 I• 1 • the proposal form. Such check, or collateral, shall be made payable to the owner. PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the time and pace specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. General Provisions - 7 I0 © O WHATED In...CC. ..If[PtC I.. AWARD AND EXECUTION OF CONTRACT AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 30 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the owner. CANCELLATION OF AWARD. The owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is. approved by the owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section. RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the owner receives the contract bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of the section. REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract, the successful bidder shall furnish the owner a surety bond or bonds which have been fully executed by the bidder and his surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the contractor's performance of the work. The surety and thetform of the bond or bonds shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the..full amount of the contract. EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is recommended. APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the, owner shall complete the execution of the contract in accordance with the local laws or ordinances, and return the fully executed contract to the contractor. Delivery of the fully executed contract to the contractor shall constitute the owner's approval to be bound by the successful bidder's proposal and the terms of the contract. General Provisions - 8 • � L,L� CON HATED .m.n x, u.TlnYt is I0 IS I• FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, rot as a penalty, but as liquidation of damages to the owner. General Provisions - 9 I ZZ INCO ATED unU .00. uVnN4l1 I. SCOPE OF WORK r I• I• I• INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further .intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the Plans, Specifications, and terms of the contract. MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the contractor's equipment and personnel, is the most important consideration. It is understood and, agreed that the contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his own operations and the operations of all his subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. With respect to his own operations and the operations of all, his subcontractors, the contractor shall provide marking, lighting, and other acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of a aircraft, fire -rescue equipment; or maintenance vehicles at the airport. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The contractor shall furnish, erect, and maintain barricades, warning signs, flagmen, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the contractor will not be required to furnish snow removal for such existing road, street or highway. The contractor shall make his estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. General Provisions - 10 I• VI- AlED lfl,,.CC. ...,fl,.,.,, I. C I. I• 1• I• The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the contractor encounter an existing structure (above or below ground) in the work•for which the disposition is not indicated on the plans, the engineer shall be notified priorto disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the owner when so utilized in the work. FINAL CLEANING UP. Upon, completion of the work and before acceptance and final payment will be made, the contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the contractor has obtained the written permission of such property owner. General Provisions - 11 1• ©` SEED ♦um. .oc. a .mrmu I• CONTROL OF WORK I• I• I• 1• AUTHORITY OF THE ENGINEER. THe engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. He shall decide all questions which may arise as to the interpretation of the specifications or plans relating to the work, the fulfillment of the contract on the part of the contractor, and the rights of different contractors on the project. The engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for under the contract. CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans, or specifications. If the engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the owner, he will advise the owner of his determination that the affected work be accepted and remain in place. In this event, the engineer will document his determination and recommend to the owner a basis of acceptance which will provide for an adjustment in the contract price for the affected portion of the work. The engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the engineer finds the materials product are -not in reasonably Specifications and have resulted affected work or materials shall corrected and by and at the expense engineer's written orders. furnished, work performed, or the finished close conformity with the Plans and n an unacceptable finished product, the be removed and replaced or otherwise of the contractor in accordance with the For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the engineer's right to insist on strict compliance with the requirements of the contract, plans, and specifications during the contractor's prosecution of the work, when, in the engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. General Provisions - 12 10. MtRATED .,nu .oc. ..rmevnu C 0 • • J' • • r • C For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the engineer with the authority to use good engineering judgment in his determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans, and specifications. COOPERATION OF CONTRACTOR. The contractor will be supplied with two copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the contractor for the cost of reproduction. The contractor shall give: the constant attention to the work to facilitate the progress thereof, and he shall cooperate with the engineer and his inspectors and with other contractors in every way possible. The engineer shall allocate the work and designate the sequence of construction in case of controversy between contractors. The contractor shall have a competent superintendent on the work at all times who is fully authorized as his agent on the work. The superintendent shall be capable of reading and thoroughly ^understanding the plans and specifications and shall receive and fulfill instructions from the engineer or his authorized representative. AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the contractor. Inspectors employed by the owner are authorized to notify the contractor or his representative of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the engineer for his decision. INSPECTION OF THE WORK. All materials and each part or detail of the work shallbe subject to inspection by the Engineer. The engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the engineer requests it, the contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the'parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, General Provisions - 13 ©IryLu�+ ATED unu .OL. RAlf"tnut I. the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the contractor's expense. - I• I. I0 Any work done or materials used without supervision or inspection by an authorized representative of the owner may be ordered removed and replaced at the contractor's expense unless the owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to -the contract, and shall in no way interfere with the rights of the parties to this contract. REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled Contractor's Responsibility for Work of Section 70. No work shall be done without lines and grades having been given by the engineer, work done contrary to the instructions of the engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the contractor's expense. Upon failure on the part of the contractor to comply forthwith with any order of the engineer made -'under the provisions of this subsection; the engineer will have authority to cause unacceptable work to be remedied or, removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the owner) from any monies due or to become due the contractor. General Provisions - 14 14, © `up✓DHATED miuuc. rumwhu 1] CONTROL OF MATERIALS I. • • • SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the work shall be inspected, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the engineer shall be performed at the contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the engineer, shall be removed at contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of AASHTO or ASTM which are current on the date of advertisement for bids will be made by and at the expense of the owner. Samples will be taken by a qualified representative of the owner. All materials being used are subject to inspection,, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his request. STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The contractor shall coordinate the storage of all materials with the engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The contractor shall make all arrangements and bear all expenses for the storage of materials on private property. .Upon request, the contractor shall furnish the engineer a copy of the property owner's permission. All storage sites. on private or airport property shall be restored to their original condition by the contractor at his entire expense, except as otherwise agreed to (in writing) by the owner or lessee of the property. General Provisions - 15 • SEED u1Y .IX. .binlval I• LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC SANITARY, HEALTH, AND SAFETY PROVISIONS. The contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his employees as may be necessary to comply with the requirements of the State and local Board of Health, or of other bodies or tribunals having jurisdiction.. I'9 I! I. I. It I0 I. Attention iS directed to Federal, State, and local laws, rules and regulations concerning construction safety and health standards. The contractor shall not require any worker to work in surroundings or under conditions which are unsanitary, hazardous, or dangerous to his health or safety. PUBLIC CONVENIENCE AND SAFETY. The contractor shall control his operations and those of his subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. - The contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his own operation and those of his subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The contractor shall furnish, erect, and maintain all arricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs and hazard makings shall be suitably illuminated. For vehicular and pedestrian traffic, the contractor shall furnish, erect; and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office). When the work requires closing an air operations area of the airport or portion of such area, the contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of FAA Advisory Circular 150/5340-1D, Marking of Paved Areas on Airports. The contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and his parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to FAA Advisory Circular 150/5370-2A, Safety on Airports During Construction Activity. General Provisions - 16 I• ® ATEO I• The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to FAA Advisory Circular 150/5370-2A. 0r I• I0 I0 I. I0 I• The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work which requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the engineer. Open -flame type lights shall not be permitted within the air operations areas of the airport. RESPONSIBILITY FOR DAMAGE CLAIMS. The contractor shall indemnify and save harmless the engineer and the owner and their officers, and employees from all suits, actions, or claims of any character brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission,- neglect, or misconduct of said contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Act," •or any other law, ordinance, order, or decree. Money due the contractor under and by virtue of his contract as may be considered necessary by the owner for such purpose may be retained for the use of the owner or, in case no money is due, his surety 'may be held until such suit or suits, action or actions, claim or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the owner, except that money due the contractor will not be withheld when the contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. General Provisions - .17 0 EE" .u.Tl.00. FAIMIMJ I. PROSECUTION AND PROGRESS I. NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the contractor will begin the construction and from which date contract time will be charged. The contractor shall begin the work to be performed under the contract within 10 days of the date set by the engineer in the written notice to proceed, but in any event, the contractor shall notify the engineer at least 24 hours in advance of the time actual construction operations will begin. I. LIMITATION OF OPERATIONS. The contractor shall control his operations and the operations of his subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS'AREAS of the airport. When the work requires the contractor to conduct his operations -within an AIR OPERATIONS AREA of the airport, he work shall be coordinated with airport management (through the engineer) at least 48 hours prior to commencement of such work. The contractor shall not close an AIR OPERATIONS AREA until so authorized by the engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the contractor to work within an AIR OPERATIONS AREA of the airport on an intermittent basis (intermittent opening and closing of the AIR OPERATIONS AREA), the contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: Time Periods AOA Type of Communications - Control AOA Can be Closed Required When Working in AOA Authorit Runway, AOA can be closed Monitor Frequency 121.8 Airport Main Taxiway on an intermittent Control and Terminal basis when aircraft Tower traffic is not necessary. See Section The Contractor shall not commence new work that would be prejudicial to work already started. General Provisions - 18 I. © fTED .muNod . ..nrnvnu CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. 0 I• [. Any person employed by the contractor or by any subcontractor who, in the opinion of the engineer, does not perform his work in a proper and. skillful manner or is intemperate or disorderly shall, at the written request of the engineer, be removed forthwith by the contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without the approval of the engineer. Should the contractor fail to remove such person or persons or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the engineer may suspend the work by written notice until compliance with such orders. All equipment which is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the contractor in accomplishing the work are not prescribed in the contract, the contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by •the engineer. If -:the contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the engineer determines that the work produced does not meet contract requirements, the contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment: The contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. General Provisions - 19 I0 ,.,,,® f�`A'APAEMD G TEMPORARY SUSPENSION OF THE WORK. The engineer shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the contractor to carry out orders given or perform any or all provisions of the contract. I• I '! I. U In the event that the contractor is ordered by the engineer, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the contractor has no control, the contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the engineer's order to suspend work to the effective date of the engineer's order to resume the work. claims for such compensation shall be filed with the engineer within the time period stated in the engineer's order to resume work. The contractor shall submit with his claim information substantiating the amount shown on the claim. The engineer will forward the contractor's claim to the owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the contractor to compensation for delays due to inclement weather, for suspensions made at the request of the contractor, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due, the contractor or his surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages that will be incurred by the owner should the contractor fail to complete the work in the time provided in his contract. Permitting the contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a waiver on the part of the Owner of any of its rights under the contract. DEFAULT AND TERMINATION OF CONTRACT. The contractor shall be considered in default of his contract and such default will be considered as cause for the General Provisions - 20 r © �d€Rk8Eo unu .a. ...mama • owner to terminate the contract for any of the following reasons if the contractor: • • • • (a) Fails to begin the work under the contract within the time specified in the "Notice to Proceed", or (b) Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or (c) Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or (d) Discontinues the prosecution of the work, or (e) Fails to resume work which has been discontinued within a reasonable time after notice to do so, or (f) Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or (g) Allows any final judgment to stand against him unsatisfied for a period of 10 days, or (h) Makes an assignment for the benefit of creditors, or (i) For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the engineer consider the contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the contractor and the contractor's surety as to the reasons for considering the contractor in default and the owner's intensions to terminate the contract. If the contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the owner will; upon written notification from the engineer of the facts of such delay, neglect, or default and the contractor;s failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the contractor. The owner may appropriate,or sue any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the engineer will be required for the completion of said contract in an acceptable manner. 4 General Provisions - 21 0 ®CO RATED .mp .op. raTH\LL • • 6 C 0 I All costs and charges incurred by the owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the contractor. If such expense exceeds the sum which would have been payable under the contract, then the contractor and the surety shall be liable and shall pay to the owner the amount of such excess. General Provisions - 22 • L>/N RATED .,Tu .O[. ...me.Au • INSURANCE s i i i i S 46 The Contractor shall not commence Work under this Contract until he has obtained all the insurance required under this paragraph and such insurance has been approved by the Owner, nor shall the Contractor allow any subcontractor to commence Work on his subcontract until the insurance required of the subcontractor has been so obtained and approved. (1) Compensation Insurance - The Contractor shall procure and shall maintain during the life of this contract Workmen's Compensation Insurance as required by applicable state law for all of his employees to be engaged in work at the site of the Project under this Contract and, in case of any such Work sublet, the Contractor shall require the subcontractor similarly to provide Workmen's Compensation Insurance for all of the latter's employees to be engaged in such Work unless such employees are covered by the protection afforded by the Contractor's Workmen's Compensation Insurance. In case any class of employees engaged in hazardous work on the project under this Contract is not protected under the Workmen's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to 'provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. - (2) Contractor's and Sub -Contractor's General Liability and Property Damage Insurance - shall have a Combined Single Limit of Liability of not less than $750,000. Vehicle Liability and Property Damage Insurance shall have combined Single Limit of Liability of not less than $750,000. the Contractor shall either (1) require each of his, subcontractors to procure and to maintain during the life of his subcontract, Subcontractor's Public Liability and Property Damage of the type and in the same"amount as specified in the preceding paragraph, or (2) insure the activities of his subcontractors in his own policy. (3) Owner's Protective Public Liability and Property Damage Insurance The Contractor shall take out and maintain during the life of this Contract such public liability and property damage insurance as shall protect the Owner and his agents from claims for damage for personal injury, including accidental death, as well as from any claims for property damages, which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them, and the limits of such insurance shall be as shown in subparagraph (2) above. The Engineer shall be named as an "Additional Insured" under the policy. General Provisions - 23 • ©r# EED I0 It is agreed that such insurance as is afforded by the Policy for Bodily Injury Liability and for Property Damage Liability applied, subject to the following provisions: (a) The unqualified word "insured" also includes any architect, engineer or surveyor engaged by the named insured but only with respect to liability arising out of the premises of the named insured. I• I46 is lip It (b) The insurance with respect to said architects, engineers, or surveyors does not apply to injury, sickness, disease, death or destruction arising out of defects in maps, plans, designs, or specifications prepared, acquired or used by said architects, engineers or surveyors. (4) Scope of Insurance and Special Hazards - The insurance required under subparagraphs (2) and (3) hereof shall provide adequate protection for the Contractor and his Subcontractors, -respectively, against damage claims which may arise from operations under this Contract, whether such operations be by the insured or by any one directly or indirectly employed by him and also against any of the special hazards which may be encountered in the performance of this Contract as enumerated following: (1) Dynamiting; and (2) Damage to Underground facilities. (5) Proof of Carriage of Insurance - The Contractor shall furnish the Owner with certificates showing the type, amount,, class of operations covered, effective dates and dates of expiration of policies. Such certificates shall also contain substantially the following statement: "The insurance covered by this certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the Owner." The above named limits shall be operative except where, in the opinion of the Owner, the character of the work and hazards involved warrant the establishment -of -greater coverage. The Contractor shall furnish the Owner with duplicate copies of all policies or certificates from insuring agencies as evidence that these requirements have been satisfied. General Provisions - 24 1• EK!L 8Eo I• '*„ I0 is All Bonds must be executed by a surety company licensed to do business in the state where the Project is located, and acceptable to the Owner. The final acceptance of the construction work by the Owner shall not bar the right of any person damaged or injured by reason of any act of omission or commission of the Contractor, or of the failure of the Contractor to fully perform all the terms of his Contract from maintaining an action against the Contractor, and shall not release the Contractor from any of the obligations assumed under these Specifications or Contract. General Provisions - 25 © SEED I mu .a. LnnIaLL\ Detailed Specifications Z HATED un.I .q. uyTII VA,* r 0 0 DETAILED SPECIFICATIONS RESEALING JOINTS IN CONCRETE TERMINAL APRON Drake Field Fayetteville Municipal Airport, Fayetteville, Arkansas INTRODUCTION Under a previous contract, the City of Fayetteville has had a concrete apron constructed to serve commercial aircraft at the new terminal building, Drake Field. The joint sealing filler used in the project was Type VI, two -component, Elastomeric, Polymer Type, JFR, cold -applied filler specified to conform to Interim Federal Specification No. SS -S-200. The material was placed, and portions replaced, during the period October, 1979 through November, 1981. Erratic results have been obtained with the work, manifested by the many intermittent "runs" which have not bonded to the sides of the concrete joints. The City of Fayetteville in order to have the unsatisafactory joints cleaned and resealed in an acceptable •manner, has elected to enter into a contract with a construction company which has had substantial experience in the removal and replacement of such joints, and which has the proper equipment, tested and proven beyond question, and trained crew knowledgeable and experienced in the work. SCOPE OF THE WORK The work hereunder shall include the satisfactory removal of all joint sealing filler which now exists in concrete joints at the airport terminal apron, Drake Field, Fayetteville, Arkansas. Further, it shall consist of preparing the concrete joints.in a satisfactory manner, so as to assure bonding of new joint sealing filler -to the sides of the concrete joints. Additionally, the work shall consist of furnishing and placing new joint sealing filler and back up material in the concrete joints in such a manner that bonding with the concrete is assured. The work shall include the furnishing of all labor, tools, equipment, supplies and materials to provide a satisfactory job, in accordance with the specifications herein presented. Finally, the work shall include the cleaning of the premises, of all debris, dust created, chips, waste and materials and devices used in the work. Approximate quantities of the different joint sizes are as follows: 1" = 1,450 feet 1/4" = 12,800 feet 1/4" = 2,990 feet • © CO RATED i. The Contractor shall satisfy himself as to the quantities of work, since no guarantee is given for the footages shown. I. I• Joint sealants, backer rod, bond breakers and shall be installed strictly in accordance recommendations. Certificates shall be furnished supplies hereunder meet the specifications cited. PRE -QUALIFICATION OF THE BIDDER pre -molded resilient filler with the manufacturer's from the manufacturer that Each bidder shall furnish to the Owner satisfactory evidence of his competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that will be available for the work, and a list of key personnel that would be available, along with key personnel resume's which testify to their past. experiences with similar projects. Failure to provide the Owner with statements attesting to- the bidder's qualifications and experience can result indisqualification of the bidder. COOPERATION WITH OTHERS Since the work is to be conducted on the terminal apron while that apron must remain in service, the Contractor shall be required to communicate and cooperate with all persons involved. These include the Engineer's representative, the Airport Manager, the airlines representatives and the Airport Tower personnel. After review of the local situation and the schedules of the airlines, the Contractor will confer with the Airport Tower, the Airport Manager and the Engineer's representative and will present a work plan to the Engineer designed to permit maximum production by his efforts, commensurate with proper functioning of the airlines and uninterrupted air transport service. RESEALING MATERIALS Joint Sealing Filler shall consist of a resilient and adhesive joint sealing filler capable of effectively sealing joints in portland cement concrete pavements, and shall conform to the following type: Type IV, Jet Fuel Resistant, Hot applied, conforming to Federal Specification SS -S -167b and with either ASTM D-1854 or D-3569. Primers: The use of primers when recommended by the manufacturer of the proposed sealing filler is authorized and required, and shall be used in accordance with the manufacturer's instructions. Detailed Specifications - 2 MATED vn.yq. .o Tivn., i. Back -Up Material shall be one of the following types: Closed cell resilient urethane or polyvinyl -chloride foam. Closed cell polyethylene foam. Polychloroprene tubes or beads. li I• Back-up material shall be non-absorbent, non -staining and shall be compatible with the sealant used. Tube or rod stock, when used, shall be rolled into the joint cavity. SAMPLING AND TESTING - Joint sealants will be tested for conformance with the referenced specifications. If the use of a primer is recommended for the proposed sealing system, the laboratory tests for bond will be conducted utilizing the proposed primer in accordance with the manufacturer's instruction. The cost of the first test of samples from each lot of joint sealant will be borne by the Owner. If the sample fails to meet specification requirements, the material represented by the sample shall be replaced, and the new material will be deducted from payments due the contractor. The laboratory conducting tests shall be a laboratory experienced in such work, and the contractor may be required to furnish evidence of same. Results of tests, certified by the laboratory, will be furnished to the Owner prior to the beginning of the work. DELIVERY AND STORAGE Materials delivered to the site shall be inspected for damage, unloaded and stored with a minimum of handling. Materials shall be handled in such a manner as to insure installation in the joint in the prescribed manner. Storage facilities shall be provided by the Contractor at the job site for maintaining materials at temperatures recommended by the manufacturer. JOINT CLEANING EOUIPMENT Routing Tool: Routing tool to be used for removing old sealant from the joints shall be of such dimensions that it will not damage the sides of the joints and can be adjusted to remove the old material to varying depths as specified. Concrete Saw: A self-propelled power saw with water-cooled diamond or abrasive saw blades shall be provided for cutting joints to the widths and depths specified, or for refacing joints where surface films of old sealants cannot be reaidly removed by sandblasting. Detailed Specifications - 3 I0 L►L�/ f�fd €€�AEED urtJ .Cf. .u,nlr Yt NOTE: Existing 1/4" joints shall be sawed to a minimum of 1/2 inch as shown in detailed drawing appended. Sandblasting Equipment: Sandblasting equipment shall include an air compressor, hose, and long -wearing, 1/4 -inch, venturi-type nozzles of proper size, shape, and opening. The air compressor shall be portable and shall be capable of furnishing not less than 150 ft.3/min. of air and maintaining a line pressure of not less than 90 lb/in2 at the nozzle while in use. Compressor capability under job conditions must be demonstrated before approval. Compressor shall be equipped with traps that will maintain the I• li air an adjustable guide that wi one inch above the pavement size of the nozzles shall results. SEALING EQUIPMENT r oil ano water. the nozzle or nozzles shall have 11 hold the nozzles aligned with the joint about surface. The height, angle of inclination, and be adjusted as necessary to secure satisfactory Type IV, Hot -Poured Sealants: The unit applicators used for heating and installing type IV hot -poured sealant materials shall be mobile and shall be equipped with a double -boiler, agitator -type kettle with an oil medium in the outer space for heat transfer, a direct -connected pressure type extruding device with nozzle or nozzles shaped for inserting in the joint to be filled, positive temperature devices for controlling the temperature of oil and sealant, and a recording type thermometer for indicating the temperature of the sealant. The applicator unit shall be so designed that the sealant will circulate through the delivery hose and return to the inner kettle when not sealing joints. PREPARATION OF JOINTS The Contractor shall remove all in -place sealant to the required depth, reface the joint faces_. and sandblast the joint faces, remove all deposited sandblasting sand and other foreign material including water, and shall place a separating or blocking medium when required. These operations shall be accomplished as follows: Existing Sealant Removal: The in -place sealant shall be cut loose from the joint faces using the routing tool as specified . After cutting free the existing sealant from both joint faces, the sealant shall be removed to the depth required to accommodate any separating and/or depth blocking medium used and to maintain the specified depth for the new sealant to be installed. Prior to refacing of the joint surfaces, all loose old sealant remaining in the joint opening shall be completely removed by blowing with compressed air. Detailed Specifications - 4 ✓��HATED I.TtLI . O[. ..Y(n(Vp41 I. la I. a'' Refacing of Joints: Refacing of joints shall be accomplished using a power -driven concrete saw with diamond or abrasive blades to remove all residual old sealant and a minimum of concrete from the joint faces to provide exposure of newly clean concrete and, if required, to widen the joint space to exposure of newly clean concrete and, if required, to widen the joint space to the width and depth shown on the Plans. A sufficient number of used or dummy blades shall be mounted on the same arbor as the cutting blade to assist in straight-line sawing an to provide stiffness to avoid blade distortion. Immediately following the sawing operation, the joint faces and opening shall be thoroughly cleaned using a high-pressure water jet to remove all saw cuttings or debris remaining on the faces or in the joint opening. Sandblast Cleaning: The newly exposed concrete joint faces and the pavement surfaces extending about 1/2 -inch from the joint edges shall be sandblast cleaned. A multiple -pass technique shall be used until the surfaces are free of any traces of old sealant and free of saw -cutting fines that might prevent bonding of the sealant to the concrete. A minimum of 150 ft.3/min of air at a nozzle pressure of 90 lb/in2 shall be used for sandblasting and for final cleaning. After final cleaning and immediately prior to sealing, the joints shall be blown out with compressed air and left completely free of sand and water. A multiple -pass technique shall be used in cleaning the joints also. Separating and Blocking Media: When the joint groove or opening is of greater depth than indicated, the portion of the groove shall be plugged or sealed off to prevent entrance of the sealant below the depth specified. The material used to seal off the lower portion of the joint shall be readily compressible, nonshrinkable, nonreactive with the sealing compound, nonabsorptive type such as butyl or neoprene foam rubber, and shall not be stretched during insertion in the joint. Installing Tape: When the existing sealant has been removed to the required depth, if the bottom of the joint opening to be resealed is formed by previously installed sealant, a nonreactive adhesive -backed tape shall be inserted. The tape shall be 1/8 -inch wider than the nominal width of the joint to prevent contact of the newly installed sealant with the existing sealant. Rate of Progress of Joint Preparation: The work required for the removal of existing joint sealant, widening and/or deepening of joint openings, if required, and refacing of joint walls may proceed at any rate of progress determined necessary by the Contractor and approved. The final stages of joint preparation which include sandblasting of the joint faces, air pressure cleaning of joints, and placement of separating and/or blocking media, if required, shall be limited to only that lineal footage of joint that can be resealed during the same workday. © CO RATED 'in,,.O. ...En,.,„, Detailed Specifications - 5 PREPARATION OF SEALANT I• I• C Type IV, Hot-Poure heated in excess of manufacturer as shown overheated or subjected the applicator at the wasted. INSTALLATION OF SEALANT is Type IV hot -poured sealant materials shall not be the safe heating temperature recommended by the on the sealant containers. Sealant that has been to heating for over 3 hours or that has remained in end of the day's operation shall be withdrawn and Time of Application: Joints shall be sealed immediately following the sandblast cleaning of. the joint walls and following the placement of separating and/or blocking media if these are required. The concrete walls of the joint shall be surface dry, and the atmospheric temperature and pavement temperature within the joint opening shall be above 50 degrees F at the time of application of the sealant. Open joints ready for resealing that cannot be sealed under the conditions specified herein, or when rains interrupt sealing operations, shall be recleaned prior to installing the sealant. Sealing the Joints: No joint sealant shall be installed until the cleaned joints have been inspected and approved. Unless otherwise directed, the joints shall be completely filled from the bottom up to 1/8" below the top of the pavement. Excess or spilled sealant shall be removed from the pavement by approved methods and shall be discarded. Traffic shall not be permitted over newly sealed pavement until authorized. Final Acceptance: In -place sealant which is not completely bonded to the concrete surfaces of the joint wall, or develops cohesive failures within the sealant, or contains voids or entrapped air, or fails to set to a tack -free condition within 24 hours will be rejected. Sealant may be rejected at any time prior to final acceptance of the project. Sealant which is rejected shall be removed from the joint, wasted, and replaced in a manner satisfactory to the Engineer. PAYMENT Payment to the Contractor for work performed satisfactorily and accepted hereunder shall be the lump sum amount bid by the Contractor in the Proposal to perform all work described and specified herein. Detailed Specifications - 6 I• RATED m.n%a urrtnnut i• Details ®'YFTY�o 1" MIN. _ i' 1/8" TO 1/4" PAVEMENT SURFACE SEAL— . ANT" —_ N.. • z BOND BREAKER" U 1n = 8 f -- RESILIENT FILLER TO REMAIN. _ REMOVE AND REPLACE SEALANT • AND BOND BREAKERS - DAMAGED RESILIENT FILLER SHALL BE REPLACED. DETAIL A EXPANSION JOINTS (N.T.S.) 0 1 11 • q" SAW CUT I. FILLED WITH w +1 SEALANT w \a O U r II EXISTING SEALANT TO BE REMOVED. D E T A I L B • WIDEN SAW CUT JOINT TO ?" MINIMUM, REFILL ACCORDING TO DETAIL D. EXISTING CONTROL JOINT IN 6" CONCRETE (N.T.S.) RE-SEALING'JOINTS JOB NO. 77183 • 'IH-CONCRETE 6TERtIHAL APRON JULY,J982 ' DETAIL SHEET 1 1" MIN. I . SI is 1• I JOB N0. 77-183 JULY, 1982 • 1/8" TO 1/4" PAVEMENT I SURFACE AL SEAL- `,1" ANT U) . � BOND BREAKER V 1.. RESILIENT FILLER TO REMAIN. REMOVE AND REPLACE SEALANT •AND BOND BREAKER.' DAMAGED RESILIENT FILLER SHALL BE REPLACED. DETAIL A EXPANSION JOINTS (N.T.S.) II q" SAW CUT FILLED WITH w +I SEALANT I-: w _'$ 1p V O V EXISTING SEALANT TO BE REMOVED. DETAIL B WIDEN SAW CUT JOINT TO z" MINIMUM, REFILL ACCORDING TO DETAIL D. EXISTING CONTROL JOINT IN 6" CONCRETE (N.T.S.) RE -SEALING JOINTS IN CONCRETE TERMINAL APRON DETAIL SHEET I 0 • 1 z —loc %2 MIN. EXISTING SEALANT AND '~- CLOSED CELL RESILIENT FOAM. REMOVE AND REPLACE. CLOSED CELL RESILIENT FOAM TO BE 1/8" GREATER IN DIAMETER THAN WIDTH OF JOINT. DETAIL C TYPICAL CONSTRUCTION JOINT (N.T.S.) X ' MIN. z �Ico . I EXISTING SEALANT CLOSED CELL RESILI REMOVE AND REPLACE CELL RESILIENT FOA 1/8" GREATER IN DI THAN WIDTH OF JOINT. JOB NO. 77-183 JULY, 1982 DETAIL D TYPICAL CONTROL JOINT (N.T.S.) RE -SEALING JOINTS IN CONCRETE • TERMINAL APRON DETAIL SHEET 2 x i x � I, -'-- -C, 1" J011�(5 --.4 .. a.-s..ew ....u_ -...s.-... n...-.. .--..-..-Y.LJ--.Y. iYY.-M.s-_..lY...._T. N( o' j 0 25 50 I"= 50' scaie in feet 40 uoAOING FREIGHT ANO UNLOAp1NG 1'GGESS ROAD puRLIC PARKING 112„ JpZN'5 LEGEND TAXIWAY --X CHAIN LINK FFNCF Tn REMAIN ---FM --- ---w--- C=i ci l ---UE U E - D e.r�c-�tty Llivn rctvtrc istoLVtI4I tou BARBEDWIRE FENCE TO REMAIN FORCE MAIN (SEWAGE) WATER MAIN GAS MAIN CURB AND GUTTER CULVERT CONCRETE HEADWALL CONCRETE SWALE CURB AND GUTTER JUNCTION BOX GRATE INLET CURB INLET CURB INLET WITH FLUME UNDERGROUND (ELECTRICAL) UNDERGROUND (ELECTRICAL) LIGHT Fnl F II II NOTE: 1. REMOVE ALL EXISTING JOINT SEALER CLEAN JOINTS AND RESEAL AS PER o iix SPECIFICATIONS. II II I l 2. RESA1/2"wAND4A DOEPTHSOFOA WIDTH OF I4" INCHES. .. � i I II I -- I \\' a....._._ __. _ Kx-- . �- �AK w.. �._ _ - xz Kx Xx xx x x A _.nmi .--1 r rw._ .. x..._. ... ... w.. .... <....._• ..+-u.r. ac...... _...u._ ... ._ .r.. -•..c -....u. .e.m.a •...m+ .._..a . — _ _sx.__. ._..— .mss s...� .Y._. a -u —•. — —ter ..�� _w.— r.>_. r —.e e— rev F IA II I - -. — s-nM 0e... ..... v.. n. ..w. ... ..� .. ..r ..vu.. ...._ Y` . _.ws .+—t .....r. ._.._�. _..W_ .—._. ++.__ .�_� u..._. �.-_s —w ._..oa ter_ w.�-� _..�.� _.w...a. .a_-_ �.__._ ++-� «sy._ ..._.i ...._. _. ��� ._•.r _ ._ .—.a .... _.. ..+a .. a. -e ... _.s_. ... ... ..._._ .n . .e... -.eM.. •.... ..+wn.. ....... .... .an �i.... r._ - w.vu — — _.s__ -- —_. ...— �_ ^ r V _ — _ .0 ._-.s —. _._-s .-�..._. _.—.. .-....— ..w.._. n..._.._ .�_.._ . -�_ -_..�. .r.- _ y✓� J w Y i .. A .4 M ..i. a...rt. I• . _ ::v_e.,. w.__. ..__ _ .. _ -, - ENTRANCE II _....._._ ._. N _- ll.S--I IG•:3WAY----7I--._ __ SA 13✓.:I v..l.Lehl.14-M<'-bWM#iW.,[.YA'-.p^'4.N+MR✓I+W4-- MWVY_.Ym..M.Y..M4Y... — b I-2 -- NO I REViSIONS BY [APP[DATE CLIV OF FAVETrEVILLE frAYE`r`rEVI LLE, ARKANSAS _. _ - ti_.. ... ... .. R..v.,.....e_:..:.u�._,uia_....s"iS...a,:..,>;1 DRAKE FIELD FAYETTEVILLE rEVILLE MUNICIPAL AIRPORT RE -SEALING JOINTS IN CONCRETE TERMINAL APUUON rs.w.._i.: u...ua<s. - __ ,, - �..:...i..:.•a�a�viJ.su.mi.'..w.i..r:ii....'e...i<s+.. YM:ty . MOCLIELLAND CONSULTING ENGINUUR`3, It4C, .Y—Y..6Y _-_-lu__,__.-.4.M....i+..._w.au+.._ow.?+e».vviriy..y..l4v.:.t..i..u4... itin_5.:.v-m ..`.+„ � f DRAWN $31; CIfECXED 31: i{.8.J. .1,3. s.- SCALE: ,Y---'.yy.Yi.+Y�•..+K..m_1IY. _.�.Y1w1.W4�.1._V nyY.V.'.�a--_- V.WV.+iiM1:✓.NV0..�.Ml J_ •,,.1 !' � ,....,...n_c,.... �.................b.z....w.�.......rs.....__=.,.. v,.a.. a. it L : DATE: SHEE r: j"z at3' ,JULY 1032 1 OF I 4' +r..LFvrwseaf.e3s.....Ad..C.e1sw+S.n�.++_+w+M.r+s..w.wss....vw.rr.a.n...S+R+-_.+dvn...."dic:m.rWPT'e'r.: u�.G.mi.i.YF--y.9