Loading...
HomeMy WebLinkAbout131-82 RESOLUTION• • RESOLUTION NO. 437-22.$ • 1 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO -EXECUTE A CONTRACT WITH McCLINTON-ANCHOR DIVISION OF APAC-ARKANSAS, INC. FOR THE CONSTRUCTION OF AN AIRPLANE APRON AND TAXIWAY ON THE EAST SIDE OF THE FAYETTEVILLE MUNICIPAL AIRPORT AT A TOTAL CONTRACT PRICE OF $42g16.67.0D FOR THE BASE BID AND ALTERNATE 1-A. BE IT RESOLVED BY THE 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 McClinton -Anchor Division of APAC-Arkansas, Inc. for the construction of an airplane apron and taxiway on the east side of the Fayetteville Municipal Airport at a total contract price of $-423,667.00 for the base bid and alternate 1-A. A copy of the contract authorized for execution hereby is attached hereto, marked Exhibit "A", and made a part hereof. /_ PASSED AND APPROVED this /9 'j day of (90710.86/C , 1982. . 1 cow i i ATTEST. City Clerk APPROVED: By: 2L&? 94,4dyMaor y CONTRACT STATE OF ARKANSAS CITY OF FAYETTEVILLE THIS AGREEMENT, made and entered into this 22 day of October , 1982 by and between the City of Fayetteville, Party of the First Part, hereinafter called the OWNER and APAC-Arkansas Inc , McClinton -Anchor Division Party of the Second Part, hereinafter called the CONTRACTOR. WITNESSETH THAT: WHEREAS, the OWNER has called for bids for the construction of Airport Improvements as set out in the Specifications and Plans No. 81-180 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 construction of east side taxiway and apron improvements, including site grading, drainage, earth embankment, pavement, landscaping, and other tasks as designated in the project Plans and Specifications for the prices bid in the Proposal, based upon the estimated quantities, the total being Four hundred twenty three thousand six hundred sixty seven dollars ($423,667.00) for the Base Bid and Alternate Bid No. 1-A such sum being the agreed amount upon which bonds and liabilities are based, and at his own cast and expense furnish all materials, supplies, labor, machinery, equipment, tools, supervision, bonds, insurance, taxes, permits, 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 General Provisions and Specifications, and in accordance with the Plans, which include all maps, plats, blueprints, and other drawings, and written or printed explanatory matter hereof. The CONTRACTOR agrees to fully complete all work under this Contract within 100 calendar days. The 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 -17- salaM EED 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 without reasonable justification by the OWNER or his representative. 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 two hundred dollars ($200.00) 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 any causes beyond the CONTRACTOR's control, 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 may 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. 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 Contract - 2 Pi 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: Stia A. APAC-Arkansas Inc. ,FIRM NAME: McClinton -Anchor Division BY: City of Fayetteville Fayertev-ia le BY: -19- Paul Noland (Mayor) i1°/4r a` ci FAYETTEVILLE, ARKANSAS AIRPORT DEPARTMENT P.C. DRAWER F October 20, 1982 Mr. Bob Smith Federal Aviation Administration FAA Building, Room 204 Wiley Post Airport Bethany, Oklahoma 73008 Re: FAA Grant ADAP 6-05-0020-11 Dear Mr. Smith: 15011 521.4950 72701 The City of Fayetteville concurs with the recommendation by McClelland Engineers as to the awarding of the contract to McClinton -Anchor Division of MAC -Arkansas, Inc., and hereby request the F.A.A. to concur with the awarding of this contract to the low bidder in the amount of $423,667.00. Thank you for your consideration and cooperation. ..Very truly yours, Donald L. Grimes City Manager cc: Ede Hogue, Airport Manager TO McClelland Consulting Engineers, Inc. P 0. Box 1229. 1816 No College Ave. FAYETTEVILLE, ARKANSAS 72702 Phone (501) 443-4271 443.2377 City of Fayetteville P.O. Drawer F Fayetteville, Arkansas 72702 GENTLEMEN: WE ARE SENDING YOU X Attached ❑ Under separate cover via DATE 11-1-82 JOB ND. 81-180 ATTENTION City Clerk RE Taxiway & Apron -11-.• _ .. '❑ Shop drawings ❑ Copy of letter O Prints 0 Plans O Change order the following items: ❑ Samples 0 Specifications Contrart Dmrnmen1-s COPIES DATE NO. DESCRIPTION 1 10-22-82 Contract Documents THESE ARE TRANSMITTED as checked below: ❑ For approval 0 Approved as submitted 0 Resubmit copies for approval X For your use 0 Approved as noted 0 Submit copies for distribution [X As requested 0 Returned for corrections 0 Return corrected prints ❑ For review and comment 0 ❑ FOR BIDS DUE 19 0 PRINTS RETURNED AFTER LOAN TO US REMARKS Olivia Attached are the complete set of contract documents for the above referenced project on which McClinton -Anchor is the Contractor. COPY TO ,_, ,4 - N IyV 1,-'t Lne, SIGNED: /1/Leateax-1--it-l_ Oc U 11 enclosures aro not es noted, kindly notify usiet once. PAYETTEVILLE, ARK A��TSAS OFFICE OF CITY CLERK 72701 P. 0. DRAWER F Mr. Bob A. Smith, Chief Federal Aviation Administration FAA Building, Room 204 Wiley Post Airport Bethany, Oklahoma 73008 Dear It. Smith: November 3, 1982 Re: Amendment to Grant Agreement Airport Development Aid Program Project 6-05-0020-10 Enclosed is original of the above referenced proposed amendment, executed by Mayor Paul R. Noland, City Attorney James N. McCord, and myself. I am furnishing a copy of this amendment to Ms. Ede Hogue, Airport Manager, and I have retained the original for the City Clerk files. If I may be of any further assistance, please don't hesitate to contact me. Sincerely, • Olivia Kelly City Clerk /oak Enc. cc: Ms. Ede Hogue Airport Manager [5011 521-7700 DEPARTMENT OF TRANSPORTATION FEDERAL' AVIATION ADMINISTRATION Oklahoma City Airports District Office 204 FAA Building, Wiley Post Airport Bethany, Oklahoma 73008 Telephone 405-789-2905 OCT 21 1982 Honorable Carl Noland Mayor of Fayetteville P. 0. Drawer F Fayetteville, Arkansas 72701 RECEIVED OCT 2 51982 CRY MANAGER'S OFFICE CITY. OE FAYETTEVILLE Dear Mayor Noland: Enclosed is the original and a copy of a proposed amendment to the grant agreement for the Airport Development Aid Program (ADAP), Project 6-05-0020-10. When accepted, this amendment will change the work item "site preparation for access taxiway (approximately 40' x 1250')." to "construct access taxiway (approximately 40' x 1250')." Please shown, Please 1982. execute both, have your attorney complete the certificate as and return the original to us. note that this offer -must be accepted on or before November 22, Sincerely, CSG. BOB A. SMITH Manager Enclosure cc: Mr. Eddie Holland, Ark Div of Aero 4 • ... • 2. UNITEO STATES Or AMERICA OEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION AMENDMENT NO 4 WASHINGTON, D. C. 30500 • Page 1 of 2 Pages Contract No DOT FA 79 SW8832 Drake Field Airport Fayetteville, Arkansas Localwn TO GRANT AGREEMENT FOR PROJECT NO 6-05-0020-10 WHEREAS, the Federal Aviation Administration (hereinafterfreferred to as the "FAA") has determined it to be in the interest of the United States that the Grant Agreement between the FAA, acting for and on behalf of the United States, and the City of Fayetteville, Arkansas referred to as the "Sponsor"), accepted by said Sponsor on the be amended as hereinafter provided. NOW THEREFORE, WITNESSETH: 13th day of April (hereinafter 1979 That in consideration of the benefits to accrue to the parties hereto, the FAA on behalf of the United States. on the one part, and the Sponsor. on the other part, do hereby mutually agree that: the description of the development included in the project, as set forth in the second paragraph on Page 1 of the Grant Agreement, is hereby amended to read: "Construct new terminal access road; grade a portion of runway safety area; construct access taxiway (approximately 40' x 1250'); Phase IV of: Construct terminal building; and, Phase I of: Medium Intensity Taxiway Lights and runway safety area improvements." • IN WITNESS WHEREOF, the parties hereto have caused this Amendment to said Grant Agreement to be duly executed as of the oa IUD day of A.)01.974845X-- 19 gd. DEPARTMENT OF TRANSPORTATION UNITED STATES OF AMERICA FEDERAL AVIATION ADMINISTRATION !/l�r04 11/4 14 ,(SEAL)^ Attest £ i?_h tea!_ Title City Clerk 1 B G Title By Title Mayor Manager, Olt Office, FAA CITY OF F ahoma City Airports District Southwest Region TTEVILLE,ARKANSAS A) am- • Drake Field Airport Fayetteville,Arkansas Location Project No. 6-05-0020-10 Amendment No. 4 Page 2 of 2 Pages CERTIFICATE OF SPONSOR'S ATTORNEY, submitted pursuant to Section 16(h) of the Airport and Airway Development Act of 1970, as amended: I. Jms_._dU_� acting as Attorney for_ the City of Fayetteville,Arkansas, (hereinafter referred to as "Sponsor") do hereby certify: That I have examined the foregoing Amendment. to Grant Agreement and the proceedings taken by said Sponsor relating thereto, and find that the execution thereof by said Sponsor has been duly authorized and is in all respects.due and proper and in accordance with the laws of the Stale of Arkansas , and further that, in my opinion, said Amendment to Grant Agree- ment constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof. Dated at Fayetteville,Arkansas , this 0710 day of ategle&Z., 19 8a, • ran rank/ p"00.I6 rn, a 14.77I fl4 Title City Attorney Res i3/-2.2 CONSTRUCTION SPECIFICATIONS FOR EAST SIDE TAXIWAY' AND APRON IMPROVEMENTS • TO DRAKE FIELD FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS ADAP PROJECT NO. 6-05-0020-10. 6-05-0020-11 JULY,' 1982 JOB NO. 81-180 COED • • • • • • • • CONSTRUCTION SPECIFICATIONS FOR EAST SIDE TAXIWAY AND APRON IMPROVEMENTS TO DRAKE FIELD FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS ADAP PROJECT NO. 6-05-0020-10 6-05-0020-11 JULY, 1982 JOB NO. 81-180 k!1gMNC°`fs: GL' �COaS m )a.v Lo • • ADDENDUM NO. 1 to CONSTRUCTION SPECIFICATIONS AND PLANS for, EAST SIDE TAXIWAY AND APRON IMPROVEMENTS to DRAKE FIELD FAYETTEVILLE, ARKANSAS ADAP Nos. 6-05-0020-10 6-05-0020-11 • September 30, 1982 Project No. 81-180 McClelland Consulting Engineers, Inc. Fayetteville, Arkansas • The original. Specifications and Plans dated July, 1982, for the Project are amended as noted in this Addendum. Receipt of this Addendum shall be acknowledged on the Proposal. This Addendum consists of 8 pages. Item No. 1 Refer to Item No. 12 of the Proposal on page 3. Add the word "Striping" at end of the item name. Item No. 2 Refer to Item Nos. 13, 14, and 15, of the Proposal on page 4. Change "Wall C" to read "Class III, Wall B, tongue and groove with rubber gasket seal". Item No. 3 Refer to Item No. 16, of the Proposal on page 4. Change the "Wall C" to read "Class A -III tongue and groove with mastic seal".' • • • Item No. 4 Refer to Item No. 26, of the Proposal on page 5. Change the quantity to read "970 LF". Item No. 5 Refer to Alternate Bid Items shown on the revised sheets 6 and 7 of the Proposal attached and made part of this Addendum. Item No. 6 Item No. 1-A of the Proposal shall be for the installation of a soil stabilization fabric if accepted as an alternate bid item. The Specifications for the soil stabilization fabric are attached and made part of this Addendum. • • • • • • • • Item No. 7 Refer to Alternate Bid Item No. 2-A. This item is to be used for compacted off-site borrow over soil stabilization fabric for soft and wet area in lieu of undercutting unsuitable material providing Alternate Bid Item No. 1-A is accepted. Item No. 8 Refer to Taxiway Paving Section and Typical Apron Section on Sheet 5 of the Plans. Change "Compacted Borrow (P-152) 100%" to read "Compacted Borrow (P-152) 95%". • A-2 • • • • • • SOIL STABILIZATION FABRIC Additive Alternate Bid Item No. 1-A DESCRIPTION This item shall consist of the furnishing and installing soil stabilization fabric on the taxiway and apron subgrade as required. The soil stabilization fabric shall be placed over areas which have become too wet or soft to support the compaction of off-site borrow on the native subgrade, as directed by the Engineer in lieu of excavation of unsuitable material. MATERIALS The soil stabilization fabric shall be equal to Fibertex Ten -1 and Mirafi 500X woven polyprophylene or Fibertex 150, Typar 3401 and TREVIRA 51115 non -woven fabrics. Other fabrics may be approved upon submittal of technical. data. CONSTRUCTION METHODS The subgrade shall be cleared of all sharp objects, tree stumps, roots, and large stones that could puncture the fabric. In areas in which the fabric is to be installed, the topsoil shall be removed, and the subgrade cut to the proper grade. Fabric shall be overlapped a minimum of two (2') feet or as recommended by the manufacturer. In windy weather the, soil or rocks should be placed on the fabric to hold it until the select borrow material is dumped and spread. No vehicles should be allowed to drive directly on the fabric. Following normal construction practices, trucks are used to back -dump borrow material onto the fabric. Spreading the material is best accomplished with a tracked bulldozer. Lighter weight models are recommended for softer subgrades. Front-end loaders and motor graders should be avoided because they exert greater pressure on the subgrade. Vibratory compactors can be used, but only after reasonable compaction and rut stability have been established by bulldozer. The Contractors shall install the fabric per the manufacturer's recommendations. Should the fabric be damaged during installation, the damaged section should be exposed and a patch of fabric placed over it. The patch should be large enough to overlap onto unaffected areas by 3 to 4 feet. The borrow material is then to be replaced and compacted. Initial compaction should be made "walking" a tracked bulldozer back and forth over the just -spread aggregate while waiting for the next load. Do not grade down ruts; simply fill with additional material and compact. A-3 ,I REED Un a .Oc. unnmul • • • • • • METHOD OF MEASUREMENT Payment for the ground stabilization fabric shall be made upon completion of installation as measured in place excluding all laps in the fabric and acceptance of the work by the Engineer. The quantity given is a maximum quantity should the entire paved area require fabric. BASIS OF PAYMENT Payment shall be made according to the unit price bid in the Proposal. Payment under this item shall be full compensation for furnishing of all materials, labor, and other incidentals necessary to complete this item. Payment shall be made under: • Additive Alternate Bid Item 1-A A-4 MEWED • • • • • • COMPACTED BORROW OVER SOIL STABILIZATION FABRIC Alternate Bid Item No. 2-A DESCRIPTION This item shall consist of the furnishing and compacting an off-site borrow material over a soil stabilization fabric as specified for Alternate Bid Item 1-A. MATERIALS The material to be used for this item shall be as specified in Section 152-2.3 on page 3 of the Specifications. CONSTRUCTION METHODS The borrow material shall be placed on the fabric in accordance with the fabric manufacturer's recommendations and in accordance with Section 152 of the Specifications. METHOD OF MEASUREMENT Compacted off-site borrow on soil stabilization fabric shall be paid for by the number of cubic yards placed and measured in its final position. The pay quantity shall be accepted as the Plan quantity presented in the Proposal less that quantity which was placed on native subgrade without soil stabilization fabric in accordance with cross-sectional information shown on the Plans by using the "average end area" method to the nearest 0.1 feet. BASIS OF PAYMENT Payment shall be made at the contract unit price per cubic yard. This price shall be full compensation for the furnishing of all materials, labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Alternate Bid Item No. 2-A A-5 1U£r4ock4`tRc" • • .• • • • ITEM APPROX. NO. QUANTITY: BASE BID ITEMS ITEM: UNIT PRICE: EXTENDED: 28 3 Ea. Concrete Electrical Junction Box $ /Ea. (Non Eligible for FAA Funding) • (Words) dollars/Each Total Base Bid $ ALTERNATE BID ITEMS ITEM APPROX. UNIT N0. QUANTITY: ITEM: PRICE: EXTENDED: 1A 30,100 SY Soil Stabilization Fabric $ /SY dollars/SY $ (Words) 2A 25,890 CY Compacted Off -Site Borrow over Soil Stabilization Fabric $ /CY (Words) dollars/CY $ The Bidder (Proposer) shall complete the following statement by checking the appropriate boxes. Proposal - 6 Revised E01170uRATED The Bidder (Proposer) has has not participated in a previous contract subject to equal opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order 11246. The Bidder (Proposer) has has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the Bidder (Proposer) has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder (Proposer) shall submit a compliance report on Standard Form 100, "Employee Information Report EEO -1" prior to the award of contract. Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the following address: • Joint Reporting Committee 100 G Street Washington, D.C. 20506 Proposal - 7 Revised • • • • • • Enclosed herewith is a bid bond for dollars ($ ) 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 sixty (60) 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. The bidder hereby acknowledges receipt of the following Addenda prior to submitting this Proposal: Addenda No. Dated • and such addenda are attached hereto and made a part hereof. Dated at Fayetteville, Arkansas, this day of , 1982. • (SEAL, IF CORPORATION) Respectfully submitted, Business Address by Title Arkansas License No. Proposal - 8 Revised I• I• I• I• I• 1• I• I• 1• TABLE OF CONTENTS SECTION PAGE NO. NOTICE TO CONTRACTORS 1-2 INSTRUCTIONS TO BIDDERS 1-5 PROPOSAL 1-7 EQUAL OPPORTUNITY CERTIFICATION 1-3 CONTRACT 1-3 PERFORMANCE BOND 1-3 PAYMENT BOND 1-3 FEDERAL WAGE DECISION 1=3 STATE WAGE DECISION 1 WAGE, LABOR, EEO & SAFETY REQUIREMENTS 1-14 GENERAL PROVISIONS (FAA Standards, as Revised for This Project) 1-50 Section 10: Definition of Terms 1-5 Section 20: Proposal Requirements and Conditions 6-9 Section 30: Award and Execution of Contract 10-11 Section 40: Scope of Work 12-15 Section 50: Control of Work 16-21 Section 60: Control of Materials 22-25 Section 70: Legal Relations and Responsibility to Public 26-34 Section 80: Prosecution and Progress 35-41 Section 90: Measurement and Payment 42-50 SPECIAL PROVISIONS 1-16 General 1 Description of the Project I Coordination of the Work 1 Project Sign 1-2 Safety Requirements and Construction Procedures 2-4 NOTAMS 4-8 Identification of "Engineer" 8 Authority of the Engineer 8-9 Limitation's of the Engineer's Responsibilities 9 Engineer's Visits to the Site 9 SEE" ♦alp .o[. r.rT1.Ill Is I• I• I• I• I• I• r 1• 1• TABLE OF CONTENTS (Contthued) SECTION SPECIAL PROVISIONS (Continued) Contractor's Examination Arrangement of Specifications and Plans Workmen Horseplay, Fighting, and Roaming Insurance Contractor's Routine Access to Site Parking for the Contractor's Work Force Field Office for the Engineer Owner -Furnished Materials Caution - Gas Line! Use of Explosives Partial Acceptance Progress Schedule Night Time Work Contractor to Perform Construction Staking Other Contractors As -Built Drawings Publicity Modifications and Waivers Standards Testing Payment for Stored Materials Cost of Plans and Specifications FAA STANDARD SPECIFICATIONS (As Revised for This Project) PAGE NO. 10 10 10-11 11 11-13 13 13 13 13 13 13 14 14 14 14-15 15 15 15 16 16 16 16 17 1-74 P-152, Excavation and Embankment 1-9 P-153, Watering 10 P-209, Crushed Aggregate Base Course 11-16 P-401, Bituminous Surface Course 17-34 P-602, Bituminous Prime Coat 35-37 P-610, Structural Portland Cement Concrete 38-45 P-620, Taxiway and Apron Striping 46-47 D-701, Pipe for Storm Sewers and Culverts 48-52 D-751, Storm Inlets 53-56 D-752, Concrete Headwalls 57-59 T-901, Seeding 60-63 T-905, Topsoiling 64-66 T-908, Mulching 67-69 I• SEED n Otl.J4 IvfnIV X1I r. TABLE OF CONTENTS (Continued) SECTION FAA STANDARD. SPECIFICATIONS (As Revised for this Project -Continued) L-108, Installation of Underground Cable for Airports L-110, Installation of Airport Underground Electrical Duct Test 611, Compaction Control Tests Tie Down Anchors APPENDIX Subsurface Soil Investigation Soil Test Pit Logs 70-74 75-78 79 80 Al -A3 A4 -Al2 LOCO RATED un J •OL f191IVn IF L. I. I. i. i. I. I• i. C7 I. Notice to Contractors I• I. NOTICE TO CONTRACTORS U 1• I* It I• I0 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 2:00 pm CDT , on the 6th day of October , 1982, for the furnishing of all tools and labor, and the performance of work to be done in constructing taxiway and apron improvements to Drake Field, Fayetteville Municipal Airport. Work under this Contract shall include grading, drainage, earth embankment, pavement, landscaping, and other tasks required for a complete job. 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. 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 2:00 pm local time, on the 6th day of October , 1982, and at suc�ourned 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 forty dollars ($40.00), 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 bidder shall pre -qualify with the Owner 10 days prior to the date for receiving bids. The requirements for prequalification are outlined in Section 20-02 of the General Provisions. Each bid must be accompanied by a surety bond (proposal guaranty) in the amount equal to five percent (5%) of the whole bid, said bond to be issued by a surety company licensed to do business in the State of Arkansas, said bond to be retained as liquidated damages in case the successful bidder fails, neglects, or refuses to enter into the contract for the construction of said works, and furnish the necessary bonds within fifteen (15) days from and after the date of the Notice of Award. The successful bidder will be required to furnish separate performance and payment bonds, 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, if said contract exceeds $100,000. 1• L► TED 1• Notice is hereby given that the City of Fayetteville is an Equal Opportunity employer. I• The Board of Directors reserve the right to reject any and all bids, and to waive any formalities deemed to be in the best interest of the City. I• I• I• I• I• The proposed contracts are under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause contained in the Specifications. 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 1.50 of the 1965 Acts of the Arkansas Legislature, as amended. Attention is called to the fact that no less than the minimum salaries and wages as set forth in the Contract Documents must be paid on this project. Sturman Mackey Purchasing Agent City of Fayetteville Fayetteville, Arkansas Notice to Contractors - 2 I• ATED 'flu .x. u.^rvnn 16 I. I. I. I0 I. I. i. 1• Instructions to Bidders Ka DcOp � 4 TED IPTp ROCK IRKIfT vyu I6 r U I• I. Is I0 INSTRUCTIONS TO BIDDERS 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 except as provided for by officially executed Addenda and/or Change Orders. 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 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." See Section 20 of the GENERAL PROVISIONS. 3. BID. PRICES AND FILLING IN BIDDING FORMS. Bidders must state a 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 prices named in his bid the furnishing of all labor,- materials, tools, I9 • 0 • • • • o • • equipment, taxes, insurance, bonds 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. 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. See Section 20 of the GENERAL PROVISIONS. 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 their Proposal. Also, see Section 20 of the GENERAL PROVISIONS. 7. BIDDING BONDS (PROPOSAL GUARANTY). Each bid must be accompanied by a bidder's surety bond issued by a company licensed to do business in the State where the project is located 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 Instructions to Bidders - 2 • ©1d, .nip .00. entered into and the required bonds furnished within the required time, in the event of the award of a contract. • • • [I [] 46 • 0 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. Also, see Section 20 of the GENERAL PROVISIONS. 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 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. See Section 30 of the GENERAL PROVISIONS. Instructions to Bidders - 3 R!L� ��+ RATED "rnnx. •..rnnItII I• I• I• I• I• G 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. Also, See Section 30 of the GENERAL PROVISIONS. 12. FORFEITURE OF BIDDING BOND. The person or persons, partnership, company, firm or corporation to which the contract is awarded shall, within fifteen (15) 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. Also, see Section 30 of the GENERAL PROVISIONS. 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 Instructions to Bidders - 4 0 EiIV 8 RATED untl.x. •...n �rrU • • • • 1 • C • • opening bids, said length of time to of a contract upon a successful bid or claim against the Owner upon sucF reduced to writing and duly signed b, of a contract shall not be complete the necessary bonds approved. be stated in the Proposal. The awarding shall give the bidder no right of action contract until the same shall have been the contracting parties. The lettering until the contract is duly executed and Also, see Section 30 of the GENERAL PROVISIONS. 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 in which the project is located. 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 C L► ,� EEO „fl,,.x. ..., I• I• I• I• H• a I• Proposal E&1 6DR4iFD • PROPOSAL U r t • • • Fl EAST SIDE TAXIWAY AND APRON IMPROVEMENTS TO DRAKE FIELD FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS ADAP Project Nos. 6-05-0020-10 and 6-05-0020-11 Plans No. 81-180 Dated: July, 1982 City of Fayetteville Fayetteville, Arkansas Gentlemen: Mc CUtnTonl-ANGHoa O'V OF PPAC- A2KRNNSAS=NC, The undersigned, states that he has carefully examined the Plans, profiles,. Specifications, maps, and drawings, on file in the office of the City Clerk, Fayetteville, Arkansas relative to the proposed Airport Improvements referenced above, 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, profiles, Specifications and estimates 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 within 100 calendar days from the Notice to Proceed, for the following scheduled prices. • Ei7LKbR4TED y'RI\p[\ up�'I VII\I PROPOSAL SCHEDULE BASE BID ITEMS If I is I• ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: 1 Lump Sum Project Sign O q dollars/Lump Sum $ �. Words )do Ctnt$ 2 20 Hrs. Stand-by Time $ lbo�/Hr. ON t4u.140a�D dollars/Hour $ U . 0 (Words) No CE.M*$ 3 24 Ea. Tie -Down Anchors tNTY dollars/Each. Words o CENTS j0pa 4 14,100 CY Unclassified On -Site Excavation yol oZ 6)0 06 eL TSNC'Nr dollars/Cubic Yard Wor s 5 8,060 CY Compacted Embankment $ , OS /CY for Sideslopes FUVE CFMrs dollars/Cubic Yard $ 803.00 (Words) 6 6,040 CY Uncompacted Embankment for Stockpile �wi- C.tNTJ dollars/Cubic Yard (Words) The Bidder is advised to refer to Section 20 of the GENERAL PROVISIONS regarding PROPOSAL CONDITIONS AND REQUIREMENTS. Proposal - 2 L��I INCOP RATED „n,,SOC. BASE BID ITEMS ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: 7 25,890 CY Compacted Off -site Borrow THRIE Vot(AtcN rCN1r dollars/Cubic Yard $ga,ay8.00 (Words) 8 12,550 Tons Crushed Aggregate Base course (SB-2) Wiwt OoLt.Atj, pb ricvvT dollars/Ton Words 0 9 3,250 Tons Bituminous Surface $ 3s Q7/Ton Course THIRTY'Fiv dollars/Ton $_fJ3 Q,00 Words No CEHrs . 10 7,920 Gal. Bituminous Prime Coat $J, /Gal. � of G'Y ¢ r dollars/Gallon •Words 11 Lump Sum Taxiway Striping $ JO GNE41u►d42 N dollars/Lump Sum Wor No cENts 12 Lump Sum Apron Tie -Down STRIPING $ 0 0D /LS (Non -Eligible for FAA Funding T W dollars/Lump Sum $ 0 • (Words) e CENTS 13 140 LF 12" Reinf. Conc. Pipe $ It{ & /LF WJ1 C CaAss dollars/linear foot (Words) No CEM" Proposal - 3 L�L�CIS MATED L.fl,,.x. BASE BID ITEMS ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: 14 133 LF 15" Reinf. Conc. Pipe C Ccerr W • IXTEEN — dollars/linear foot $ a,laB.00 (Words) No CENT$ 15 160 LF 18" Reinf. Conc. Pipe 14e11 —C C cars m TWENTY— hit dollars/linear foot $ C OO (Words)14o CENT! 16 204 LF 22f" X 36 Reinf. Conc. Arch Pipe, CtArS A•TiL Foot - °G ouw.a o -y rNrI dollars/linear foot Words e0 17 1 Ea. Reinf. Conc. Storm $ taa$ /EA. Inlet No. 1 7wENTV-FvF_ SNoucnwn dollars/Each Words No CENrs 0 18 3 Ea. Reinf. Conc. Storm Inlets No. 2, 3, & 4 Si F! dollars/Each $ Ol 0 (Words)We C ENrs to 19 1 Ea. Reinforced Concrete $j47EA. Headwall No. 1 ONCT ONE HuH6Qrn dollars/Each $ I00 00 Words No e.gxrs 6 20 1 Ea. Reinforced Concrete $ a o/EA. Headwall No. 2 two V•#N,NDUD dollars/Each p,00 �' (Words) No cEntrt Proposal - 4 PORATED S BASE BID ITEMS ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: 21 12 AC. Seeding and Fertilizing LI oN T iousANO To -pFp dollars/Acre Words No C£Nrs 22 720 LF Underground Cable, #8 AWG NinT' CENTS dollars/Linear Foot Words 23 480 LF Bare Counterpoise Wire, #6 AWG SEvr.t4TY CENT( dollars/Linear Foot $33b,oO Words 20 24 50 LF 2 -Way Underground $jI /LF Electrical Duct ELEVEN .DOLLRR5 4Twtwty CLt7&llars/Linear Foot $560.00 (Words) 25 50 LF 4 -Way Underground • Electrical Duct • TWENTY Two DuLLmR$ NO dollars/Linear Foot $I�lao.od Words , '7O low 9 X70 ; 26 .7 2 LF 1" PVC Conduit $ /LF • S,EVENTy (Non Eligible for FAA es^�rs �Wa Funding �7J pU dollars/Linear Foot $___________ (Words) 27 970 LF 3" PVC Conduit $p /LF • (Non Eligible for FAA Funding Two DOLLA&S ftNnWor6adCENT1 dollars/Linear Foot •$a Ib.ao bsfrr Proposal - 5 AlEO CJ.CC. .MT ILLL I• BASE BID ITEMS ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: 28 3 Ea. Concrete Electrical Junction Box $ (Non Eligible for FAA Funding �Wo n1oetp dollars/Each � (Words) $o CENTS Total Base Bid ALTERNATE BID ITEMS EXTENDED: $ y6t/. 70W. as ITEM APPROX. UNIT NO QUANTITY: ITEM: PRICE: EXTENDED: ,,IN 1A 30[,f100 SY Soil Stabilization Fabric 1 $ "► /SY pp QQ G *, l w'T r - •rNQF..G GF.Nif $SOX jpj 76Z. 0 S.lvotn dollars/SY (Words) 3 Zo wvr 2A 25,890 CY Compacted Off -Site Borrow over Soil Stabilizatio F i $ /CY (z jij t. dollars/CY (Words) ThSCEE DottA2s A.vn flt' y CEN1.r The Bidder (Proposer) shall complete the following statement by checking the appropriate boxes. i 7 Proposal - 6 Revised i4 of. ® LLRATED ATED �,.`:.. ,Plp .n.. I• 1• The Bidder (Proposer) has di has not participated in a previous contract subject to equal opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order 11246. The Bidder (Proposer) has ✓ has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the Bidder (Proposer) has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder (Proposer) shall submit a compliance report on Standard Form 100, "Employee Information Report EEO -1" prior to the award of contract. Standard- Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the following address: Joint Reporting Committee 100 G Street Washington, D.C. 20506 Proposal - 7 Revised Z "OF nTED II...10M. 11.9,1�1�11 • C U • Enclosed herewith is a bid bond for S GJo GE Slot dolllars 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 sixty (60) 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. The bidder hereby acknowledges receipt of the following Addenda prior to submitting this Proposal: Addenda No. Dated . and such addenda are attached hereto and made a part hereof. Dated at Fayetteville, Arkansas, this TN day of OCTOBER , 1982. (SEAL, IF CORPORATION) Respectfully submitted, _I"Mc iticoN - AMckDi C a DIV nr• APACAUANSAC INC. usiness Haaress by A Arkansas License No. $i'Qa_ 1!LND )Rt ATED O Proposal - 8 Revised S 4 �I IS IS IS IS IS ' It ITEM NO. TY: BASE BID ITEMS ITEM: UNIT PRICE 28 3 Concrete Electrical $ Junction Box $ /Ea. (Non Eligible for FAA Funding) Total Base Bid The Bidder (Proposer) appropriate boxes. The Bidder (Proposer) subject to equal oppo Executive Order 11114, dollars EXTE4JDED: ,coo' - shall comple e the following tatement by checking the has has not participated in a previous contract rtunity clause pr cribe by Executive Order 10925, or or Executive Order 124 . The Bidder (Proposer) has has not s fitted all compliance reports in connection with any such contract d e under the applicable filing requirements; and that representations indi ting submission of required compliance reports signed by proposed su contrac ors will be obtained prior to award of subcontracts. If the Bidder (Proposer) has partic/pated in a pre ious contract subject to the equal opportunity clause and 1fas not submitte compliance reports: due under applicable filing requirem ts, the Bidder (Pr oser) shall submit a compliance report on Standard Firm 100, "Employee Infd�mation Report EEO -1" prior to the award of contract. Standard Form 100 is norms y furnished contractors annu lly, based on a mailing list currently mai ained by the Joint Reporting Co mittee. In the event a contractor has no received the .form, he may obtain i by writing ,to the following address: Joint Reporting Committee 100 G Street Washington, D.C. 20506 Proposal - It COp RATED 6 �a rnu .[. .vrrrvnu - 10 I• r I." 9 d i y Enclosed herewith is a bid bond for o ars which we agree the City of Fayetteville, Aransas, 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 sixty (60) 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. The bidder hereby acknowledges receipt of the following Addenda prior to submitting this Proposal: Addenda No. Dat and such addenda are attached here and made a arf hereof. Dated at Fayetteville, Arkansas, this 1982. (SEAL, IF CORPORATION) Resp'ectfull , submitted, Business Address by Title Arkansas License Nor day of Proposal - 7 • TTAZ RATED • un. •oP summul Y THE AMERICAN INSTITUTE OF ARCHITECTS C I. I• I. Is I. I• I. A/A Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we APAC-Arkansas, Inc. ,McClinton -Anchor Div. as Principal, hereinafter called the Principal, -and Insurance Company of North America, 1600 Arch Street, Philadelphia, Pennsylvania a corporation duly organized under the laws of the State of Pennsylvania as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fayetteville, Fayetteville, Arkansas as Obligee, hereinafter called the Obligee, in the sum o Five Percent (5%) of Bid Amount Dollars ($ ), 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. WHEREAS, the Principal has submitted a bid for Eastside Taxiway and Apron Inprovetrtents to Drake Field, Fayetteville, Arkansas 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 penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good..faith contiact� with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise toKematn•; in full force and effect. $� Ate- f. �,. Signed and sealed this 6th day of October �9S APAC—ARKANSAS, INC. cf._r.� MCCLINT0N-ANCHOR DIVISIO13.'ac`s ' d CQ (Witness) DOCUMENT A310 • BID BOND • FEBRUARY 1970 ED. i. BS -1557 INSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA, PA. 410368 POWER OF ATTORNEY Know all mon by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution adopted by the Board of Directors of the said Company on May 28, 1975, to wit: "RESOLVED, pursuant to Articles 3.6 and 5.1 of the By -Laws, the following Rules shall govern the execution for the Company of bonds, undertakings, recognizances, contracts and other writings in the nature thereof: (1) That the President, or any Vice -President, Assistant Vice -President, Resident Vice -President or Attorney -in -Fact, may execute for and in behalf of the Company any and all bonds, undertakings, recognizances, contracts and other writings in the nature thereof, the same to be at --- tested when necessary by the Secretary, an Assistant Secretary or a Resident Assistant Secretary and the seal of the Company affixed thereto; and that the President or any Vice -President may appoint and authorize Resident Vice -Presidents, Resident Assistant Secretaries and Attorneys - in -Fact to so execute or attest to the execution of all such writings on behalf of the Company and to affix the seal of the Company thereto. (2) Any such writingexecuted in accordance with these -Rules shall be as binding upon the Company in any case as though signed by the President and attested by the Secretary. k-. ' _ (3) The signature. of the President or a Vice -President and the seat of the Company may be affixed by facsimile on any power of attorney granted pursuant to this Resolution, and the signature of a certifying officer and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. (4) Such Resident Officers and Attorneys -in -Fact shall have authority to certify or verify copies of this Resolution, the By -Laws of the Com- pany, and any affidavit or record of the Company necessary to the discharge of their duties. (5) The passage of this Resolution does not revoke any earlier authority granted by Resolution of the Board of Directors on June 9, 1953." does hereby nominate, constitute and appoint JACK EAST, JACK EAST JR. , JAMES E. DANIEL, DONALD R. HENDERSON and JUDY FRANKS, all of the City of Little Rock, State of Arkansas its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all Bonds & Undertakings, UNLIMITED in amounts, on behalf of APAC-Arkansas, Inc. and APAC-Texas, Inc.. Said Bonds & Undertakings to be signed for the Company and the Seal of the Company attached thereto by any one of the Said Jack East, Jack East Jr., James E. Daniel, Donald R. Henderson and Judy Franks, individually. And the execution of such writings in pursuance of these presents shall be as binding upon said Company, as fully and amply as if they had been duty executed and acknowledged by the regularly elected officers of the Company at its principal office. IN WITNESS WHEREOF, the said ............................................ MICHAEL B. FODOR I , Vice -President, has hereunto subscribe his name and affixed the corporate seal of the said INSURANCE COMPANY OF NORTH AMERICAthis ugust.........19.... ................................dayof..... INSURANC CO A Y OF NORTH MERICA (SEAL) STATE OF"ILTSOIS MICHAEL B. FODOR Vice -President 55 COUNTY OF COOK 14th August 80 On this . ..day of ......... ... , A. D. 19 .... , before the subscriber, a Notary State 'of 'Illinois Codk Public of the MICHAEL B. �UURth an dd f{or e County of duly commissioned and qualified, came ........... i ,Vice -President of the INSURANCE COMPANY OF NORTH AMERICA to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and, being by me duly sworn, deposeth and saith, that he is the officer of the Company afore- said, and that the seal affixed to the preceding instrument is the corporate seal of said Company, and the said corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said corporation, and that Resolution, adopted by the Board of Directors of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of CHICAGO the day and year first above written. r DAWNSTRAWBRIDGE 7 ?.~Nony Public 1 zMyieonmission extiires May 28, 1984 .— OT I, the undersig ed,zexX' M+X Secretary of INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that the original POWER Fft TORNEV;bfwhich the foregoing is a full, true and correct copy, is in full force and effect. �.wr- I n/ r y I� witness wh reo; I have hereunto subscribed my name as Fjq,�ty Secretary, and affixed the corporate seal of the Corporation, t h3�L�� I ..........day of ......................19...... ► _ ? ,,,,, „ ,,,,,x r ry. Q(i\sypt Secretary 6S-2D08a Ptd. In U.S.A. I. 1. I. I. I. I. I. I. I. I. Equal Opportunity Certification Ka gA ORaTED .n a�.0:, ...c u..:n I• li I. li Ii I4) Ii CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY GENERAL BIDDERS NAME MGCLWTv?('- ANcooa C. thu or APAc-A2✓_aAmr sNc ADDRESS P.O. Sale A'ltii-1 ibt A/LKANSAi- 7A 1102 INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NUMBER_S8-I Yo 1 9 4 9 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 6,: 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: Ii' li 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 $10,000 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 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. OF Equal Opportunity Certification - 2 1- I• Certification - The information above is true and complete to the best of my knowledge and belief. li I. I4 I. wame ana line or signer (Please type) -jV -G UGrvf3rR (0 19 Signature / Date 'fi NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Equal Opportunity Certification - 3 I4 6ATED I. I. I. I. 1• [, I. 1• 1. Contract i. L�L� Cd O�ATE0 I• I• • I• I• I• I.' I• I• I• RESOLUTION NO. /3/-L A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH McCLINTON-ANCHOR DIVISION OF APAC-ARKANSAS, INC. FOR THE CONSTRUCTION OF AN AIRPLANE APRON AND TAXIWAY ON THE EAST SIDE OF THE FAYETTEVILLE MUNICIPAL AIRPORT AT A TOTAL CONTRACT PRICE OF $423,667.00 FOR THE BASE BID AND ALTERNATE 1-A. BE IT RESOLVED BY THE 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 McClinton -Anchor Division of APAC-Arkansas, Inc. for the construction of an airplane apron and taxiway on the east side of the Fayetteville Municipal Airport at a total contract price of $423,667.00 for the base bid and alternate 1-A. A copy of the contract authorized for execution hereby is attached hereto, marked Exhibit "A", and made a part hereof. PASSED AND APPROVED this /9- j day of _____ , 1982. ATTEST: By: au City Clerk APPROVED:: By: Mayor I• 1• CONTRACT %STATE OF ARKANSAS if ) CITY OF FAYETTEVILLE 1/ I• I• I• I I• I• I• THIS AGREEMENT, made and entered into this 22 day of October , 1982_ by and between the City of Fayetteville, Party of the First Part, hereinafter called the OWNER and APAC-Arkansas Inc., McClinton -Anchor Division Party of the Second Part, hereinafter called the CONTRACTOR. WITNESSETH THAT: WHEREAS, the OWNER has called for bids for the construction of Airport Improvements as set out in the Specifications and Plans No. 81-180 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 commenceand complete the construction of east side taxiway and apron improvements, including site grading, drainage, earth embankment, pavement, landscaping, and other tasks as designated in the project Plans and Specifications for the prices bid in the Proposal, based upon the estimated quantities, the total being Four hundred twenty three thousand six hundred sixty seven dollars such sum being the agreed amount upon which bonds and liabilities are based, and at his own cost and expense furnish all materials, supplies, labor, machinery, equipment, tools, supervision, bonds, insurance, taxes, permits, 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 General Provisions and Specifications, and in accordance with the Plans, which include all maps, plats, blueprints, and other drawings, and written or printed explanatory matter hereof. The CONTRACTOR agrees to fully complete all work under this Contract within 100 calendar days. The 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 -17- I• 1 0WX$4TED nn11.IX. I..ar.v..11 • r 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 without reasonable justification by the OWNER or his representative. 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 two hundred dollars ($200.00) 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 any causes beyond the CONTRACTOR's control, 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 may 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. 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 • Contract - 2 • LaL�C OP TED • C: 0 • • • • • • • 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. WITN �ESSE �S: /f J it'I'1 a 4 E4 APAC-Arkansas Inc. FIRM NAME: McClinton -Anchor Division BY: ��%te���2t'1P ` ( LE) City of Fayetteville FayetrVflle, ,irk abAs BY:. V t/ '/O/&t/ ' 4V Pa ola(Mayor) Q. o-tiz y :. ATTE T.: i,�,�h &Olivia K 11 City erk . -19- 6 tTED GROUP OF INSURAN4, r:iES CERTIFICATE OF INSUkANCE (This Certificate of Insurance neither affirmatively no: neoatively amends. extends or alters the coverage, limits, terms or conditions of the policies it certificates.) s is 10 Certify to City of Fayetteville • Fayetteville, Arkansas 72701 L the following described policy or policies, issued by The Company as coded below, i,ing insurance only for hazards checked by ""X" below, have been issued to: APAC-Arkansas, Inc.,McClinton-Anchor Division P.O. Box 1367, Fayetteville, AR 72702 ring in accordance with the terms thereof, at the following location(s): COMPANY CODES © INA UNDERWRITERS INS, CO. Q3 INA OF TEXAS ❑ PACIFIC EMPLOYERS INS. CO. J 9 INSURANCE COMPANY OF NORTH AMERICA QA INA INS. CO. OF ILLINOIS INA INS. CO. OF OHIO FOLD O (OTHER; —SPECIFY) TYPE OF POLICY HAZARDSCO.COOE POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY tandard Workmen's 12-1-81/82 & Statutory W.C. Compensation & ® I9 RSC C1813868- Renewals s500,000 One Accident and Employers' Liability -' thereof to Aggregate Disease General Liability 12-1-83 P,emises—Operations (including "In- © O $ Each Person cidental Contracts' as defined below) ❑ Accident • dependent Contractors ® ® LAB 2 52 17 12-1-80 51,000,000 Each # Occurrence ® to Operations/Products Q D : 12-1-83 Completed _ Contractual, (Specific type as - described in footnote below) � : _ _ s1 /1 Aggregate -Completed $rrfQ0 aflQJ Operations/Products — _ _ .emises—Operations (Including _� ( ❑ Accident Incidental Contracts" as defined II II . Each sl ODO ©Occurrence below) ,OOO, Independent Contractors'. ® I r LAB 2. 52 17. c :121'80 -' " s2,000,000 -Aggregate—Prem./Oper. to - S2,OD0,000 Aggregate —Protective Completed Operations/Products -. . ® 191' -. 12-1-83 - - 52,000,000 Aggregate —Completed 1 i Operations/Products Sniractual. (Specific type as —described in footnote below) s2,000,000 Aggregate —Contractual Automobile Liability - Owned Automobiles '• ... 12-1-80 .. ' - Each Person Hired Auld r®� �_ LAB 2 56 17 (S Accident i `{ ❑ Non -owned Automobiles - - Automobiles � jj��» 9 CAL 22 60 55 5 — 2-t- 12-1-83 ' Occurrence s1,000,00D E°`" f ®opaurrence — — — —-.— Automobiles OwnedHued 12-1-80-- Aptpmpbile3 - LAB 2 52.17 �'� 7 to Non -owned Automobiles . . I Yl9 CAL 22 *60 55 12-1-83 * t i a ractual Footnote: Subject to all the policy terms applicable, specific contractual _ " coverage is provided as respects It is the intention of the company that in the event of cancellat•o,, of heck\D a contract - l( - the policy or policies by the company, ten (10) days' written notice linable'❑ purchase order agreements j between the Insured and: - of such cancellation will be given to you as the address stated above. lock //11❑ all contracts Jt ' NAME OF OTHER PARTY DATE (it applicable) CONTRACT NO. (it any) Project Nos DESCRIPTION (OR JOB) 6-05-0020-10 East Side Taxiway and Apron Improver ents to Drake Field Municipal Airport 6-05-0020-1T nitions: •'lncidental contract" means any written I11 lease or premises 1L1 easement agreement, eaccpt in cu.umuror, anti cumrruum,. U. ............. —�. ..,. turns on or adjacent to a railroad. 131 undertaking to indemnify a municipality requ.red bl' mu opal ordinance except m connenron with work for • the municipality, 141 sidetrack agreement, or (5) elevator maintenance agreement. •t..P /�'JSy� / , Authorized Represcrstative b369d Pid. •n U.S A. - . I. 1• I• Performance Bond 9 I. I''R'ItF YCO i�P EO F I..I}n..d Y!. PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we APAC-ARKANSAS, INC., c N a CORPORATION , hereinafter called "Principal" and INSURANCE COMPANY OF NORTH AMERICA of PHILADELPHIA, PA , State of PENNSYLVANIA , hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville, hereinafter called "Owner", in the penal sum of FOUR HUNDRED TWENTY THREE THOUSAND SIX HUNDRED SIXTY SEVEN & 00/100($ 423,667.00 ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. - . THE CONDITION OF THIS OBLIGATION is such that WHEREAS, the Principal entered into a certain contract with the Owner, dated the 22nd day of October , 1982, a copy of which is hereto attached and made a part hereof for the construction of improvements to the Fayetteville Municipal Airport, Fayetteville, Arkansas. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages . which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alternation or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. Wl.� IN01 RASED umr.x. i.•mronu I• I• I• I• I• rA LA PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. This bond is given in compliance with Act 351, Arkansas Acts of 1953, and Act 209, Arkansas Acts of 1957, the same appearing as Arkansas Statutes (1957) Section 51-635, Cumulative Supplement. IN WITNESS HEREOF, this instrument is executed in six (6) counterparts each one of which shall be deemed an original, this the 25th day of October , 1982. ATTEST: I . U. UVA 1JUJ Fayetteville, Arkansas 72701• Address — � ATTEST: I. APAC-ARKANSAS, INC., McCLINTON-ANCHOR DIVISION Princal By: Ir1__ P. 0. Box 1357 Fayetteville, Arkansas 72701 ress INSURANC OMPANY OF NORTH AM ICA Y : '►r u rety Jack East, jj. t 2; , Attorney -in -tat Performance Bond - 2 I • ©�L ATED y11LI IOC. 1gRphnl INSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA, PA. 410344 POWER OF ATTORNEY Know all man by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution adopted by the Board of Directors of the said Company on May 28, 1975, to wit: .'RESOLVED, pursuant to Articles 3.6 and 5.1 of the By -Laws, the following Rules shall govern the execution for the Company of bonds, undertakings, recognizances, contracts and other writings in the nature thereof: (1) That the President, or any Vice -President, Assistant Vice -President, Resident Vice -President or Attorney -in -Fact, may execute for and in behalf of the Company any and all bonds, undertakings, recognizances, contracts and other writings in the nature thereof, the same to be at— tested when necessary by the Secretary, an Assistant Secretary or,a Resident Assistant Secretary and the seal of the Company affixed thereto; _-- and that the President or any Vice -President may appoint and authorize.Resident.Vice-Presidents, Resident Assistant Secretaries and Attorneys----- in-Fact to so execute or attest to the execution of all such writings on behalf of the Company and to affix the seal of the Company thereto. (2) Any such writing executed in accordance with these Rules shall be as binding upon the Company in any case as though signed by the President and attested by the Secretary. - (3) The signature -of the President or a Vice -President and the seat of the Company may be affixed by facsimile on any power of attorney granted pursuant to this Resolution, and the signature of a certifying officer and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. (41 Such Resident Officers and Attorneys -in -Fact shall have authority to certify or verify copies of this Resolution, the By -Laws of the Com- pany, and any affidavit or record of the Company necessary to the discharge of their duties. (5) The passage of this Resolution does not revoke any earlier authority granted by Resolution of the Board of Directors on June 9, 1953." does hereby nominate, constitute and appoint JACK EAST, JACK EAST JR. , JAMES E. DANIEL, DONALD R. HENDERSON and JUDY FRANKS, all of the City of Little Rock, State of Arkansas its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all Bonds & Undertakings, UNLIMITED in amounts, on behalf of APAC-Arkansas, Inc. and APAC-Texas, Inc., Said Bonds & Undertakings to be signed for the Company and the Seal of the Company attached thereto by any one of the Said Jack East, Jack East Jr., James E. Daniel, Donald R. Henderson and Judy Franks, individually. And the execution of such writings in pursuance of these presents shall be as binding upon said Company, as fully and amply as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office. MICHAEL B. FODOR IN WITNESS WHEREOF, the said ............................................. . Vice -President, has hereunto subscribe this name and affixed the corporate seal of tIA1e said INSURANCE COMP JJV OF NORTH AMERICA this .......t ........................day of..... ugust .........19 .... INSURANC CO A Y OF NORTHAMERICA (SEAL) ". ........... ICJ.. ........ STATE OF INOIS MICHAEL B. FODOR Vice -President COUNTY OF COOK ss. 14th August 80 On this . ..day of ......... ... , A. D. 19 .... , before the subscriber, a Notary S€�€& 'df ' i I Iitioi s Cook Public of th dd MICHAEL B.�USSor the County of duly commissioned and qualified, came ........... K Vice -President of the INSURANCE COMPANY OF NORTH AMERICA to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and, being by me duly sworn, deposeth end saith, that he is the officer of the Company afore- said, and that the seal affixed to the preceding instrument is the corporate seat of said Company, and the said corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said corporation, and that Resolution, adopted by the Board of Directors of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of CHICAGO the day and year first above written. (SEAL7_— hoR `\ DAWN STRAS'7BRIDGE 4Not yPublic. /1 t, Mypcommission expires May 28, 1984 f ! e I the undersignid7(f67{yt3(rt Secretary of INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that the original POWER t F ATTORNEY of which the foregoing is a full, true and correct copy, is in full force and effect. l'''\� It1J itn�s?w eot'I have hereunto subscribed my name as AAQ bt§ yf Secretary, and affixed the corporate seal of the Corporation, •• fr li. .. f,: f25xrh ..........day of .....QCt0b.ez .........ts..$2.. (SEAL)-_ ... ..�. �..... ES S. WYLLIE - Qfl}iuRtSecretary BS -2008a pfd. in U.S.A. I• 0% INSURANCE COMPANY OF NORTH AMERICA, PHILADELPHIA, PENNSYLVANIA Y• GENERAL -AUTOMOBILE LIABILITY POLICY Standard Provisions A Stock Insurance Company, herein called the Company In consideration of the payment of the premium, in reliance upon the statements in the declarations made a part hereof and subject to all of the terms of this policy, agrees with the Named Insured as follows: COVERAGE Coverage is afforded under this policy in accordance with the specific Coverage Parts identified in the Declarations as being a part of this policy. SUPPLEMENTARY PAYMENTS The Company will pay, in addition to the applicable limit of liability: (a) all expenses incurred by the Company, all costs taxed against the Insured in any suit defended by the Company and all interest on the entire amount of any judgment therein which accrues after entry of the judgment and before the Company has paid or tendered or deposited in court that part of the judgment which does not exceed the limit of the Company's liability thereon; (b) premiums on appeal bonds required in any such suit, premiums on bonds to release attachments in any such suit for an amount not in excess of the applicable limit of liability of this policy, and the cost of bail bonds required When used in this policy (including endorsements forming a part hereof) "automobile" means a land motor vehicle, trailer or - semitrailer designed for travel on public roads (including any machinery or apparatus attached thereto), but does not include mobile equipment; "bodily injury" means bodily injury, sickness or disease sustained by any person which occurs during the policy period, including death at any time resulting therefrom; "collapse hazard" includes "structural property damage" as defined herein and property damage to any other property at any time resulting therefrom. "Structural property damage" means the collapse of or structural injury to any building or structure due to (1) grading of land, excavating, borrowing, filling, back -filling, tunnelling, pile driving, cofferdam work or caisson work or (2) moving, shoring, underpinning, raising or demolition of any building or structure or removal or rebuilding of any structural support thereof. The collapse hazard does not include property damage (1) arising out of operations performed for the Named Insured by independent contractors, or (2) included within the completed operations hazard or the underground property damage hazard, or (3) for which liability is assumed by the Insured under an incidental contract; "completed operations hazard" includes bodily injury and property damage arising out of operations or reliance upon a representation or warranty made at any time with respect thereto, but only it the bodily injury or property damage occurs after such operations have been completed or abandoned and occurs away from premises owned by or rented to the Named Insured. "Operations" include materials, parts or equipment furnished in connection therewith. Operations shall be deemed com• pleted at the earliest of the following times: (1) when all operations to be performed by or on behalf of the Named Insured under the contract have been completed, of the Insured because of accident or traffic law violation arising out of the use of any vehicle to which this policy applies, not to exceed $250 per bail band, but the Company shall have no obligation to apply for or furnish any such bonds; (c) expenses incurred by the Insured for first aid to others at the time of an accident, for bodily injury to which this policy applies; (d) reasonable expenses incurred by the Insured at the Company's request in assisting the Company in the investigation or defense of any claim or suit, including actual loss of earnings not to exceed $25 per day. DEFINITIONS (2) when all operations to -be performed by or on behalf of the Named Insured at the site of the operations have been completed, or_ (31 when the portion of the work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. Operations which may require further service or maintenance work, or correc- tion, repair or replacement because, of any defect or deficiency, but which are otherwise complete, shall be deemed completed. The completed operations hazard does not include bodily injury or property damage arising out of (a) operations in connection with the transportation of property, unless the bodily injury or property damage arises -out of a condition in or on a vehicle created by the loading or unloading thereof, (b) the existence of tools; an instalIed equipment or abandoned or unused mate- rials, or (c) operations for which the classification stated in the policy or in the Company's manual specifies "including completed operations"; "elevator" means any hoisting or lowering device to connect floors or landings, whether or not in service, and all appliances thereof including any car, platform, shaft, hoistway, stairway, runway, power equipment and machinery; but does not include an automobile servicing hoist, or a hoist without a platform outside a building if without mechanical power or if not attached to building walls, or a hod or material hoist used in alteration, construction or demolition operations, or an inclined conveyor used exclusively for carrying property or a dumbwaiter used exclusively for carrying property and have a compartment height not exceeding four feet; GL -100 (GA) 150M •I •1 •i DEFINITIONS CONTINUED "explosion hazard" includes property damage arising out of blasting or explosion. The explosion hazard does not include property damage (1) arising out of the ex- plosion of air or steam vessels, piping under pressure, prime movers, machinery or power transmitting equipment, or (2) arising out of operations performed for the Named Insured by independent contractors, or (3) included within the com- pleted operations hazard or the underground property damage hazard, or (4) for which liability is assumed by the Insured under an incidental contract; "incidental contract" means any written (1) lease of premises, (2) easement agreement, except in connection with construction or demolition operations on or adjacent to a railroad, (3) undertaking to indemnify a municipality required by municipal ordinance, except in connection with work for the municipality, (4) side- track agreement, or (5) elevator maintenance agreement; "Insured" means any person or organization qualifying as an Insured in the ''Per - Sons Insured" provision of the applicable insurance coverage. The insurance afforded applies separately to each Insured against whom claim is made or suit is brought, except with respect to the limits of the Company's liability; "mobile equipment" means a land vehicle (including any machinery or apparatus attached thereto), whether or not self-propelled, (1) not subject to motor vehicle registration, or (2) maintained for use exclusively on premises owned by or rented to the Named Insured, including the ways immediately adjoining, or 13) designed for use principally off public roads, or (41 designed or maintained for the sole purpose of affording mobility to equipment of the following types forming an integral part of or permanently attached to such vehicle. power cranes, shovels, loaders, diggers and drills; concrete mixers (other than the mix -in -transit type), graders, scrapers, rollers and other road construction or repair equipment; air - compressors, pumps and generators, including spraying, welding and building cleaning equipment; and geophysical exploration and well servicing equipment; "Named Insured" means the person or organization named in the declarations of this policy; "Named Insured's products" means goods or products manufactured. sold, handled or distributed by the Named Insured or by others trading under his name, including any container thereof (other than a vehicles, but 'Named Insureds products' shad not include a vending machire or any property other than such container, rented to of located for use of others but not sold; "occurrence" means an accident, including continuous or repeated exposure to conditions, which results in bodily injury or property damage neither expected nor intended from the standpoint of the Insured; "policy territory" means: 11' the United States of America, its territories or possessions, or Canada. or 12; international waters or air space, provided the bodily injury or property dam- age does not occur in the course of travel or transportation to or from any other country, state or nation, or (3) anywhere in the world with respect to damages because of bodily injury or property damage arising out of a product which was sold for use or consump- lion within the territory described in paragraph (1) above, provided the original suit for such damages is brought within such territory; "products hazard" includes bodily injury and property damage ar is.ng out of the Named Insured's products or reliance upon a representation or warranty made at any time with respect thereto, but only if the bodily injury or property damage occurs away from premises owned by or rented to the Named Insured and after physical possession of such products has been relinquished to others; "property damage" means (1) physical injury to or destruction of tangible property which occurs during the policy period, including the loss of use thereof at any time resulting therefrom, or (21 loss of use of tangible property which has not been physically injured or destroyed provided such loss of use is caused by an occur- rance during the policy period. "underground property damage hazard" includes underground property damage as defined herein and properly damage to any other property at any time resulting therefrom. "Underground property damage" means property damage to wires, conduits, pipes, mains, sewers, tanks, tunnels, any similar property, and any apparatus in connection (herewith, beneath the surface of the ground or water, caused by and occurring during the use of mechanical equipment for the purpose of grading land, paving, excavating, drilling, borrowing, filing, back filling or pile driving The underground property damage hazard does not include property dam- age la a-•smg out of operations perfoi med fo- the Named Insured by uideperderl contractors, cr ;?! included w,th'n the completed operations hazard. Cr !31 for w'uch liability is assumed by the Insured under an rncioenia contract INR INSURANCE COMPANY OF NORTH AMERICA, PHILADELPHIA, PENNSYLVANIA GENERAL LIABILITY POLICY DECLARATIONS City of Fayetteville a McClelland Consulting GIP 84 62 35 Named Insured Post Office Drawer F Engineers Fayetteville, Arkansas 72702 Post Office Box 1229 The Named Insured is: Address Fayetteville, Arkansas ❑Individual ❑Partnership O Corporation 72702 ❑ Joint Venture d J (Other) L 12:01 A.M., standard time at the address Policy Period: From November 1 1982 to November 1 1983 of the Named Insured as stated herein. Occupation: Audit Period: Annual, unless otherwise stated The insurance afforded is only with respect to such of the following Parts and Coverages therein as are indicated by O. The limit of the Company's liability against each such Coverage shall be as stated herein, subject to all of the terms of the policy having reference thereto. LIMITS OF LIABILITY COVERAGE PARTS Bodily Injury Liability Property Damage Liability each occurrence aggregate each occurrence aggregate ❑ Comprehensive General Liability Insurance ❑ Owners', Landlords' and Tenants' Liability Insurance ❑ Structural Alternations, New Construction, Demolition ❑ Manufacturers' and Contractors' Liability Insurance ❑ Independent Contractors ❑ Completed Operations and Products Liability Insurance ❑ Contractual Liability Insurance gi Owner's Protective Liability 500,000 500,000 250,000 250,000 ❑ Insurance Personal Liability Personal Medical Payments each occurrence each person each accident ❑ Comprehensive Personal Insurance ❑ Farmer's Comprehensive Personal Insurance $ $ $ Physical Damage to Property Animal Collision —Farmer's Part Only $ each occurrence Market Value not exceeding $300 each animal each person each accident ❑ Premises Medical Payments Insurance $ $ each person aggregate general aggregate ❑ Personal Injury Liability Insurance $ $ ) Endorsements attached to policy at inception: GL -109 (OCP) During the past three years no insurer has cancelled insurance, issued to the named insured, similar to that afforded hereunder, unless otherwise stated herein: TOTAL ADVANCE PREMIUM ► $ JOY. 00 If the Policy Period is more than one year and the premium is to be paid in installments, premium is payable on: Effective Date $ 309. 00 1st Anniversary $ Nil 2nd Anniversary $ Nil Countersigned By Authorized Agent This Declarations and Coverage Part(s), with Policy Standard Provisions and Endorsements, if any, issued to form a part thereof, completes the above numbered policy. GL -177 Printed In U.S.A. INA OWNERS' AND CONTRACTORS' PROTECTIVE LIABILITY INSURANCE COVERAGE PART ADDITIONAL DECLARATIONS I Policy No. GLP 84 62 35 Designation of Contractor McClinton -Anchor,. Inca A Division of APAC-Arkansas Mailing address _ Post Office Box 1367, Fayetteville, Arkansas 72702 Location of Covered Operations East side taxiway and apron improvement Drakefield, Fayetteville, Arkansas O Check here if the following provision is applicable: The person or organization designated above as the Contractor has undertaken to pay the premium for this policy and shall be entitled to receive any return premiums, it any, which may become payable under the terms of this policy. SCHEDULE COVERAGE FOR OPERATIONS OF DESIGNATED CONTRACTOR I. I• Code Description of Operations No. Premium Bases Rates Advance Premiums B.I. PD. Bodily BodilyInjury Property Damage Per tODpf02 Cost 3-16292 -- Construction Operations -- p 423,667. .04� 4 .026 199 110 owner (not railroads) -- excluding operations on board ships I. Minimum Premium(s) - TOTALS $199 TOTAL ADVANCE PREMIUM $309 When used as a premium basis, the word "cost" means the total cost to the Named Insured with respect to operations performed for the Named Insured during the policy period by independent contractors of all work let or sub -let in connection with each specific project, including the cost of all labor, materials and equipment furnished, used or delivered for use in the execution of such work, whether furnished by the owner, contractor or subcontractor, including all fees. allowances, bonuses or commissions made. paid or due. (Over) GL -109 (0CP) Printed in U.S.A. I. COVERAGE A —BODILY INJURY LIABILITY COVERAGE B —PROPERTY DAMAGE LIABILITY The Company will pay on behalf of the Insured all sums which the Insured shall become legally obligated to pay as damages because of A. bodily injury or B. property damage to which this policy applies, caused by an occurrence and arising out of (1) opera- tions performed for the Named Insured by the contractor designated in the declarations at the location designated therein or (2) acts or omissions of the Named Insured in connection with his general supervision of such operations, and the Company shall have the right and duty to defend any suit against the Insured seeking damages on account of such bodily injury or property damage, even if any of the allegations of the suit are groundless. false or fraudulent, and may make such investigation and settlement of any claim or suit as it deems expedient, but the Company shall not be obligated to pay any claim or judgment or to defend any suit after the applicable limit of the Company's liability has been exhausted by pay- ment of judgments or settlements. this exclusion does not apply if such discharge, dispersal, release or escape is sudden and accidental; (j) to loss of use of tangible property which has not been physically injured or destroyed resulting from 11) a delay in or lack of performance by or on behalf of the Named Insured of any contract or agreement, or (2) the failure of the Named Insured's products or work performed by or on behalf of the Named Insured to meet the level of performance, quality, fitness or durability warranted or represented by the Named Insured; but this exclusion does not apply to loss of use of other tangible property resulting from the sudden and accidental physical injury to or destruction of the Named Insured's products or work performed by or on behalf of the Named Insured after such products or work have been put to use by any person or organization other than an Insured. 11. PERSONS INSURED Each of the following is an Insured under this policy to the extent set forth bl Exclusions a ow: This policy does not apply: (a) if the Named Insured is designated in the declarations as an individual, the person so designated and his spouse; (a) to liability assumed by the Insured under any contract or agreement except an incidental contract; but this exclusion does not apply to a warranty that work (b) if the Named Insured is designated in the declarations as a partnership or joint performed by the designated contractor will be done in a workmanlike manner; venture, the partnership or joint venture so designated and any partner or member thereof but only with respect to his liability as such; (b) to bodily injury or property damage occurring after (1) all work on the project (other than service, maintenance or repairs) to be (c) if the Named Insured is designated in the declarations as other than an indi- performed by or on behalf of the Named Insured at the site of the covered vidual, partnership or joint venture, the organization so designated and any operations has been completed or executive officer, director or stockholder thereof while acting within the scope of his duties as such; and (2) that portion of the designated contractor's work out of which the injury or damage arises has been put to its intended use by any person or organi- (d) any person (other than an employee of the Named Insured) or organization while zation other than another contractor or subcontractor engaged in perform- acting as real estate manager for the Named Insured. ing operations for a principal as a part of the same project; (c) to bodily injury or property damage arising out of any act or omission of the III. LIMITS OF LIABILITY Namea Insured or any of his employees, other than general supervision of work Regardless of the number of (1) Insureds under this policy, (2) persons or organi- performed for the Named Insured by the designated contractor; zations who sustain bodily injury or property damage, or (3) claims made or suits brought on account of bodily injury or property damage, the Company's liability is (d) to any obligation for which the Insured or any carrier as his insurer may be g limited as follows: held liable under any workmen's compensation, unemployment compensation or disability benefits law, or under any similar law; Coverage A —The total liability of the Company for all damages, including le) to bodily injury to any employee of the Insured arising out of and in the course ages for care and loss of services, because of bodily injury sustained by one or of his the Insured or any the Insured ndem- mare persons as the result of any one occurrence shall not exceed the limit of anotheremploecau a arising out ofg such j nify because of damages of injury; but this exclusiont bodily injury liability stated in the declarations as applicable to "each occurrence" does not apply to liability assumed by the Insured under an incidental contract; Coverage B —The total liability of the Company for all damages because of all (D to property damage to property damage sustained by one or more persons or organizations as the result of any one occurrence shall not exceed the limit of property damage liability stated (1) property owned or occupied by or rented to the Insured, P P Y P in the declarations as applicable to "each occurrence." (2) property used by the Insured, (3) property in the care, custody or control of the Insured or as to which the Insured is for any purpose exercising physical control, or (4) work performed for the Insured by the designated contractor; Ig) to bodily injury or property damage due to war, whether or not declared, civil war, insurrection, rebellion or revolution or to any act or condition incident to any of the foregoing, with respect to (1) liability assumed by the Insured under an incidental contract, or (2) expenses for first aid under the Supplementary Payments provision of the policy; (h) to bodily injury or property damage arising out of (1) the ownership, mainte- nance, operation, use, loading or unloading of any mobile equipment while being used in any prearranged or organized racing, speed or demolition contest or in any stunting activity or in practice or preparation for any such contest or activity or (2) the operation or use of any snowmobile or trailer designed for use therewith; (i) to bodily injury or property damage arising out of the discharge, dispersal, release or escape of smoke, vapors, soot, fumes, acids, alkalis, toxic chemicals, liquids or gases, waste materials or other irritants, contaminants or pollutants into or upon land, the atmosphere or any water course or body of water; but Subject to the above provision respecting "each occurrence," the total liability of the Company for all damages because of all property damage to which this coverage applies shall not exceed the limit of property damage liability stated in the declarations as "aggregate." If more than one project is designated in the schedule, such aggregate limit shall apply separately with respect to each project. Coverages A and B —For the purpose of determining the limit of the Company's liability, all bodily injury and property damage arising out of continuous or repeated exposure to substantially the same general conditions shall be considered as aris- ing out of one occurrence. IV. ADDITIONAL DEFINITION When used in reference to this insurance (including endorsements forming a part of the policy): "work" includes materials, parts and equipment furnished in connection there- with. V. POLICY TERRITORY This policy applies only to bodily injury or property damage which occurs within the policy territory, 1• NUCLEAR ENERGY LIABILITY EXCLUSION (BROAD FORM) This exclusion modifies the provisions of this policy relating to ALL LIABILITY AND MEDICAL PAYMENTS INSURANCE OTHER THAN COMPREHENSIVE PERSONAL AND FARMER'S COMPREHENSIVE PERSONAL INSURANCE. i• This policy does not apply: a. Under any Liability Coverage, to bodily injury or property damage: (1) with respect to which an Insured under the policy is also an Insured under a nuclear energy liability policy issued by Nuclear Energy Liability Insurance Association. Mutual Atomic Energy liability Underwriters, or Nuclear Insur- ance Association of Canada, or would be an Insured under any such policy but for its termination upon exhaustion of its limit of liability; or (2) resulting from the hazardous properties of nuclear material and with respect to which (a) any person or organization is required to maintain financial protection pursuant to the Atomic Energy Act of 1954, or any law amenda- tory thereof, or (b) the Insured is, or had this policy not been issued would be, entitled to indemnity from the United States of America, or any agency thereof, under any agreement entered into by the United States of America, or any agency thereof, with any person or. organization; b. Under any Medical Payments Coverage, or under any Supplementary Payments provision relating to first aid, to expenses incurred with respect to bodily injury resulting from the hazardous properties of nuclear material and arising out of the operation of a nuclear facility by any person or organization; c. Under any Liability Coverage, to bodily injury or property damage resulting from the hazardous properties of nuclear material, it: (1) the nuclear material (a) is at any nuclear facility owned by, or operated by or on behalf of, an insured, or (b) has been discharged or dispersed therefrom; (2) the nuclear material is contained in spent fuel or waste at any time pos- sessed, handled, used, processed, stored, transported or disposed of by or on behalf of an Insured; or (3) the bodily injury or property damage arises out of the furnishing by an Insured of services, materials, parts or equipment in connection with the planning. construction, maintenance, operation or use of any nuclear facility, but if such facility is located within the United States of America, its terri- tories or possessions. or Canada, this exclusion (3) applies only to property damage to such nuclear facility and any property thereat; d. As used in this Exclusion: (1) "Hazardous properties' include radioactive, toxic, or explosive properties; (2) "Nuclear material" means source material, special nuclear material or byproduct material; (3) "Source material", "special nuclear material", and "byproduct material" have the meanings given them in the Atomic Energy Act of 1954 or in any law amendatory thereof; (4) "Spent fuel" means any fuel element or fuel component, solid or liquid, which has been used or exposed to radiation in a nuclear reactor; (5) "Waste" means any waste material (a) containing byproduct material and (b) resulting from the operation by any person or organization of any nuclear facility included within the definition of nuclear facility under paragraph (6), (a) or (b) thereof; (6) "Nuclear facility" means: (a) any nuclear reactor; (b) any equipment or device designed or used for (i) separating the isotopes of uranium or plu- tonium, (ii) processing or utilizing spent fuel, or (iii) handling, processing, or packaging waste; (c) any equipment or device used for the processing, fabricating or alloying of special nuclear material if at any time the total amount of such material in the custody of the Insured at the premises where such equipment or device is located consists of or contains more than 25 grams of plutonium or uranium 233 or any combination thereof, or more than 250 grams of uranium 235; (d) any structure, basin, excavation, prem- ises or place prepared or used for the storage or disposal of waste; and (e) includes the site on which any of the foregoing is located, all operations conducted on such site, and all premises used for such operations; (7) "Nuclear reactor" means any apparatus designed or used to sustain nuclear fission in a self-supporting chain reaction or to contain a critical mass of fissionable material; (8) "Property damage" includes all forms of radioactive contamination of property. CONDITIONS 1. Premium All premiums for this policy shall be computed in accordance with the Com- pany's rules, rates, rating plans, premiums and minimum premiums applicable to the insurance afforded herein. Premium designated in this policy as "advance premium" is a deposit pre- mium only which shall be credited to the amount of the earned premium due at the end of the policy period. At the close of each period (or part thereof terminating with the end of the policy period) designated in the declarations as the audit period the earned premium shall be computed for such period and, upon notice thereof to the Named Insured, shall become due and payable. If the total earned premium for the policy period is !ess than the premium previously paid, the Company shall return to the Named Insured the unearned portion paid by the Named Insured. The Named Insured shall maintain records of such information as is neces- sary for premium computation, and shall send copies of such records to the Company at the end of the policy period and at such times during the policy period as the Company may direct. 2. Inspection and Audit The Company shall be permitted but not obligated to inspect the Named Insured's property and operations at any time. Neither the Company's right to make inspections nor the making thereof nor any report thereon shall consti- tute an undertaking, on behalf of or for the benefit of the Named Insured or others, to determine or warrant that such property or operations are safe or healthful, or are in compliance with any law, rule or regulation. The Company may examine and audit the Named Insured's books and rec- ords at any time during the policy period and extensions thereof and within three years after the final termination of this policy, as far as they relate to the subject matter of this insurance. 3. Financial Responsibility Laws When this policy is certified as proof of financial responsibility for the future under the provisions of any motor vehicle financial responsibility law, such insurance as is afforded by this policy for bodily injury liability or for property damage liability shall comply with the provisions of such law to the extent of the coverage and limits of liability required by such law. The Insured agrees to reimburse the Company far any payment made by the Company which it would not have been obligated to make under the terms of this policy except for the agreement contained in this paragraph. Insured's Duties in the Event of Occurrence, Claim or Suit (a) In the event of an occurrence, written notice containing particulars suffi- cient to identify the Insured and also reasonably obtainable information with respect to the time, place and circumstances thereof, and the names and addresses of the injured and of available witnesses„shall be given by or for the Insured to the Company or any of its authorized agents as soon as practicable. Ib) If claim is made or suit is brought against the Insured, the Insured shall immediately forward to the Company every demand, notice, summons or other process received by him or his representative. (c) The Insured shall cooperate with the Company and, upon the Company's request, assist in making settlements, in the conduct of suits and in enforcing any right of contribution or indemnity against any person or organization who may be liable to the Insured because of injury or damage with respect to which insurance is afforded under this policy; and the Insured shall attend hearings and trials and assist in securing and giving evidence and obtaining the attendance of witnesses. The Insured shall not, except at his own cost, voluntarily make any payment, assume any obliga- lion or incur any expense other than for first aid to others at the time of accident. • •I CONDITIONS CONTINUED 7 5. Action Against Company No action shall lie against the Company unless, as a condition precedent thereto, there shall have been full compliance with all of the terms of this policy, nor until the amount of the Insured's obligation to pay shall have been finally determined either by judgment against the Insured after acti.al trial or by written agreement of the Insured. the c.aimant and the Company, Any person or organization or the legal representative thereof who has secured such judgment or written agreement shall thereafter be entitled to recover under this policy tc the extent of the insurance afforded by this policy. No person or organization shall have any right under this policy to join the Company as a party to any action against the Insured to determine the In- sured's liability, nor shall the Company be impleaded by the Insured or his legal representative. Bankruptcy or insolvency of the Insured or of the In- sured's estate shall not relieve the Company of any of its obligations here- under. 6. Other Insurance The insurance afforded by this policy is primary insurance, except when stated to apply in excess of or conl ingenl upon the absence of other insurance, When this insurance is primary and the Insured has other insurance which is stated to be applicable to the Icss on an excess or contingent basis, the amount of the Company's liability under this policy shall not be reduced by the existence of such other insurance When both this insurance and other insurance apply to the loss on the same basis, whethen primary, excess or contingent, the Company shall not be liable under this policy for a greater proportion of the loss than that stated in the applicable contribution provision below (a) Contribution by Equal Shares. If all of such other valid and collectible insurance provides for contribution by equal shares. the Company shall not be cable for a greater proportion of such loss than would be payable if each insurer contributes an equal sharp url it the share of each insurer equals the lowest applicable I mit of I abi'ity finder any one pol cy or the full amount of the loss is paid, and with respect to any amount of loss not so paid the remaining insurers then continue to contribute equal shares of the remaining amount of the loss until each such insurer has paid its limit in full or the full amount of the loss is paid. (b) Contribution by Limits. If any of such other insurance does not provide for contribution by equal shares. the Company shall not be liable for a greater proportion of such loss than the applicable limit of liability under this policy for such loss bears to the total applicable limit of liability of all valid and corlectible insurance against such loss. 7. Subrogation In the event of any payment under this policy, the Company shall be subro- gated to all the Insured's rights of recovery therefor against any person or organization and the Insured shall execute and deliver instruments and papers and do whatever else is necessary to secure such rights. The Insured shall do nothing after loss to prejudice such rights. 8. Changes Notice to any agent or knowldege possessed by any agent or by any other person shall not effect a waiver or a change in any part of this policy or estcp the Compar•y Irom asserting any right under the terms of this policy, nor shall the terms of this policy be waived or changed, except by endorsement issued to form a part of this policy. 9. Assignment Assignment of interest under this policy shall not bind the Company until its consent is endorsed hereon, if, however, the Named Insured shall die, such insurance as is afforded by this policy shall apply I1; to the Named Insured's legal representative, as the Named Insured, but only while acting within the scope of his duties as such, and (2) with respect to the property of the Named Insured, to the person having proper temporary custody thereof, as Insured, but only until the appointment and qualification of the legal representative 10, Three Year Policy It this policy is issued for a period of three years any limit of the Company's liability stated in this policy as aggregate" shall apply separately to each consecutive annual period thereof. 11. Cancellation This policy may be cancelled by the Named Insured by surrender thereof to the Company or any of its authorized agents or by mailing to the Company written notice slating when thereafter the cancellation shall be effective This policy may be cancelled by the Company by mailing to the Named Insured at the address shown in this policy, written notice stating when not less than ten days thereafter such cancellation shall be effective, The mailing of notice as aforesaid shall be sufficient proof of notice. The time of surrender or the effective date and hour o' cancel ation stated in the notice shall become the end of the policy period. Delivery of such written notice either by the Named Insured or by the Company shall be equivalent to mailing. It the Named Insured cancels, earned premium shall be computed in accord- ance with the customary short rate table and procedure. If the Company cancels, earned premium shall be computed pro rata. Premium adjustment may be made either at the lime cancellation is effected or as soon as prac- ticable after cancellation becomes effective, but payment or tender of on earned premium is not a condition of cancellation. 12. Declarations •I •I •I •I By acceptance of this policy, the Named Insured agrees that the statements in the declarations are his agreements and representations, that this policy is I issued in reliance upon the truth of such representations and that this policy embodies all agreements existing between himself and the Company or any of its agents relating to this insurance. IN WITNESS WHEREOF, the INSURANCE COMPANY OF NORTH AMERICA has caused this policy to be signed by its President and a Secretary at Philadelphia, Pennsyl- vania, and countersigned on the Declarations page by a duly Authorized Agent of the Company. HARRY E HOYT. Sectary JOHN R CO x P SI •i •1 U ilL/UI' Or Ii\SUlii%!VUL k.V•'•.l r+1VILJ CERTIFICATE OF INSURANCE IT his Ceti rf cafe of Insurance neither affirmatively nor nroal evely amends, a irndt or alttrs the coverage. limns, term& or conditions of the policies it cerl it,cates.) to Ca lily to City of Fayetteville McClelland Consul •P.O. Drawer F & P.O. Box 1229 Fayetteville, AR 72702 Fayetteville, AR following described policy or policies, issued by The Company as coded below. o insurance only for hazards checked by'•X•• below, have been issued to: APAC-ARKANSAS, INC., MCCLINTON-ANCHOR DIV. P.O. Box 1367, Fayetteville, AR 72702 u m accordance with the terms thereof, at the following localion(s): Eng. 72702 COMPANY CODES © INA UNDERWRITERS INS. CO. ❑3 INA OF TEXAS ❑b PACIFIC EMPLOYERS INS. CO. INSURANCE COMPANY OF NORTH AMERICA ❑A INA INS. CO. OF ILLINOIS ❑B INA INS. CO. OF OHIO FOLD O (OTHER; —SPECIFY) TYPE OF POLICY HAZARDS CO. CODE POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY daid Workmen's 12-1-81/82 & Statutory W.C. mpensation & ® 19 RSC 01813868- Renewals s500,000 One Accident and iployers' Liability -' - thereof to Aggregate Disease neral Liability 12-1-83 mists —Operations (including "In- © O $ Each Person cnial Contracts" as defined below) ® LAB 2 52 17 12-1-80 51,000,000 ❑ Accident Each ®Occurrence lependeni Contractors • to mpleled Operations/Products LA 9 : s 12-1-83 ntraclvai, (Specific type as cubed in footnote below) I___ I _ _ _ _ _ SZDflD s-tI1 0-0 Aggregate —Completed Operations/Products —Operations (Including ❑ Accident !es c ental Contracts" as defined ® s1 000 Each © Occurrence ow) "[si ,000, 'ependent Contractors ® Nii LAB 2 52 -17.1: 12-1-80 -H: s2,000,000 Aggregate—Prem./Oper. to s2,000,000 Aggregate—Proleclive 'nple;ed Operations/Products ® r, 12-1-83 - s2,000,000 Aggregate —Completed tctual. (Specific Operations/Produce type as cnbed in footnote below) s2 ,000 000' Aggregale—Contraclual tomobile Liability ___ . . . ned Automobiles 12-1-80 - $ Each Person Automobiles (®®(�� I Yl . LAB 2 52 17 to }ea ❑ Accident n -owned Automobiles - — ®® 9 if CAL 22 60 55 12-1-83 - � — s1,000,000'E°`b — ? ® Ocgunentt_ • — — ned Automobiles 12-1-80 ❑ Accident Each d Automobiles LAB 2 52 • to OOO , , 000 1 occurrence ,owned Automobiles 9 CAL 22 60 .17 55 12-1-83 Jsl j a Footnote: Subject to all the policy terms applicable, speUUc contractual coverage is provided as respects ❑ a contract - ❑ purchase order agreements between the Insured and: O all contracts OF OTHER PARTY It is the intention of the company that in 1heewnl of Cancellan^n of the policy or policies by the company. ran (10) days written notice of such cancellation will be given to you at the address stated above. OATE Id applicable) ICONTRACT NO. Ire any] 6-05-0020-10 ast Side Taxiway & Apron Improvements to Drake Field Municipal Airport 6-05- .is- "Incidental coniraci' meant any wnnrn III lease of premises (7) easement agreement. except in connection with construction or demolition 013.+a. turns on or adjacent to a railroad- (3) underlaking to udemndy a municipality reou•red by mu cipal ord.nancc except in connection r.,0 worn. for • the municipality. 141 sidetrack agreement, or IS) elevator maintenance a],ermenl. oc zed � Authorized Rtpr rsMial•.e Authorized Rrw esrntar•.e Pro n I I c A I. I. I. 1• I. Payment Bond I PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we APAC-ARKANSAS. INC.. McCLINTON-ANCHOR DIVISION a CORPORATION , hereinafter called "Principal" and • • • • INSURANCE COMPANY OF NORTH AMERICA of PHILADELPHIA. PA , State of PENNSYLVANIA , hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville, hereinafter called "Owner", in the penal sum of FOUR HUNDRED TWENTY THREE THOUSAND SIX HUNDRED. SIXTY SEVEN & 00/100($ 423,667.00 ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs; executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF entered into a certain of October attached and made a p - Fayetteville Municipal THIS OBLIGATION is such that WHEREAS, the Principal contract with the Owner, dated the 22nd day 1982, a copy of which is ereto rt ereof r the construction of improvements to the Airport, Fayetteville, Arkansas. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. • PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alternation or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. • F zA ATED of LI .a. • I• • i0 I. I• I• I• 1• 1. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. This bond is given in compliance with Act 351, Arkansas Acts of 1953, and Act 209, Arkansas Acts of 1957, the same appearing as Arkansas Statutes (1957) Section 51-635, Cumulative Supplement. IN WITNESS HEREOF, this instrument is executed in six (6) counterparts each one of which shall be deemed an original, this the 25th day of October , 1982. ATTEST: APAC-ARKANSAS, INC., McCLINTON-ANCHOR DIVISION Princi al By: C ;r'4fic 'pi Se e c ^' P. 0. Box 1367 •�"�+� . 4v;.' Fayetteville, Arkansas 72701 ` Address 4 Jam '/YY C: Wit ess to Prin Pp 16ox 1367 Fayetteville, Arkansas 72701 Address' `.. INSURANCE OMPANY OF NORTH;AMERICA ATTEST: (SEAL) BY .y+r S'u rety Jack East, Sr. k, Attorney -'n -F ct Surety S or3- W tness to S rety AR - Address Payment Bond - 2 I• nlEl .mwo[. u.mmnu INSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA, PA. 410344 POWER OF ATTORNEY Know all mon by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution adopted by the Board of Directors of the said Company on May 28, 1975, to wit: "RESOLVED, pursuant to Articles 3.6 and 5.1 of the By -Laws, the following Rules shall govern the execution for the Company of bonds, undertakings, recognizances, contracts and other writings in the nature thereof: (1) That the President, or any Vice -President, Assistant Vice -President, Resident Vice -President or Attorney -in -Fact, may execute for and in — behalf of the Company any and all bonds, undertakings, recognizances, contracts and other writings in the nature thereof, the same to be at --- tested when necessary by the Secretary, an Assistant Secretary or a Resident Assistant Secretary and the seal of the Company affixed thereto: .— and that the President or any Vice -President may appoint and authorize Resident Vice -Presidents, Resident Assistant Secretaries and Attorneys -- in -Fact to so execute or attest to the execution of all such writings on behalf of the Company and to affix the seal of the Company thereto. (2) Any such writing executed in accordance with these Rules shall be as binding upon the Company in any case as though signed by the President and attested by the Secretary. (3) The signature of the President -or a Vice -President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to this Resolution, and the signature of a certifying officer and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. (4) Such Resident Officers and Attorneys -in -Fact shall have authority to certify or verify copies of this Resolution, the By -Laws of the Com- pany, and any affidavit or record of the Company necessary to the discharge of their duties. (5) The passage of this Resolution does not revoke any earlier authority granted by Resolution of the Board of Directors on June 9, 1953." does hereby nominate, constitute and appoint JACK EAST, JACK EAST JR. , JAMES E. DANIEL, DONALD R. HENDERSON and JUDY FRANKS, all of the City of Little Rock, State of Arkansas its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all Bonds & Undertakings, UNLIMITED in amounts, on behalf of APAC-Arkansas, Inc. and APAC-Texas,. Inc., Said Bonds & Undertakings to be signed for the Company and the Seal of the Company attached thereto by any one of the Said Jack East, Jack East Jr., James E. Daniel, Donald R. Henderson and Judy Franks, individually. And the execution of such writings in pursuance of these presents shall be as binding upon said Company, as fully and amply as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal S. office..:.:: .., . . . wLL- • - MICHAEL B. FODOR Vice -President, IN WITNESS WHEREOF, the said ... ........................ ....... .......... has hereunto subscribfd this name and affixed the corporate seal of the said INSURANCE COMPANY OF NORTH AMERICAthis.....-ea.t........................dayof..... August .........19 -.---0 ... INSURANC CO A Y OF NORTHAMERICA (SEAL) .`' :..7./ll ....-.-. STATE OF INOIS - MICHAEL B. FODOR Vice President COUNTY OF COOK. n- - 14th August r ,.: x 80 I`. On this . - , .day of ! ..... - - ; A. D. 19 ...;l , before the subscriber, a Notary State -of 'Illinois Cook Public of th - - or the County of ., duty commissioned and qualified, wme ............ . ii MICHAEL B.1� - . . ..:,, - . . . . . . ... . . . .. - - . - - ... - ..: Vice -President of the INSURANCE COMPANY OF r'- r NORTH AMERICA to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and, being by me duly sworn, deposeth and saith, that he is the officer of the Company afore- said, and that the seal affixed to the preceding instrument is the corporate seal of said Company, and the said corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said corporation, and that Resolution, adopted by the Board of Directors of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of CHICAGO the day and year first above written. F i (SEA _ F DAWN STRAWBRIDGE Not y Public My commission expires May 28, 1984 ( `���° the understgned,j(1G1-iltlM Secretary of INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that the original POWER.A'- a FJ17 RNEYio1 which the foregoing is a full, true and correct copy, is in full force and effect. ,s' �' It t Irnr witness hereof, I have hereunto subscribed my name as 11tgM; Secretary, and affixed the corporate seal of the Corporation, 7'' :,"yr25.kh..-....-..dayof.----Qctob-e.z-........19.-$2-. - ... .. -. I - ---� - . - ES S . WYLLIE RS.}FRtSecretary I BS.2O08a Pte. In U.S.A. 1• I. I. Federal Wage Decision [I I. i. t�� b81ED I• SUPEPSEOEAS OECtS!ON I• I• I0 i. STATE: ARKANSAS COUNTY: STATEWIDE DECISIOc N0. ARB1-4060 DATE: Date of Publication Superse7es Decision 4AR80-4020 dated March 14, 1980 in 4SrRl6794 DESCRIPTION OF WORK: Construction, alteration, and/or repair of streets, highways, runways, and water and sever utilities, (but does not include structures on highway rest areas). Bricklayers Carpenters Concrete finishers Electricians I RON1iORRE RS: Structural Reinforcing LABORERS: .Air tool operator Asphalt heater operator Asphalt raker Carpenter helper Chain.saw operator Checker grade Concrete finisher helper Concrete joint sealer Concrete saw operator Form setter Laborer . Pipelayer Povderr.an Vibratorman Painter - Pile driver leadman POWER EQUIPMENT OPERATORS: Aggregate spreader op. Asphalt plant fireman Asphalt drier operator Batch plant operator BULLDOZER OPERATORS: Finish Rough Bull float operator Concrete curing machine op CONCRETE MIXER OPERATOR: Less than 5 sacks S sacks or over Backhoe op. - rubbertired (1 yard or less) Cherry picker operator Concrete paver operator Concrete spreader operator W u. X•'•lP PXwa. k...4n Pnv.n ELwriw Rd.. H ti ►wdw: Y.r_ ..J/w Ann. Tr. 86.00 6.00 6.00 7.25 5.25 4.50 4.25 4.25 4.85 4.35 4.35 4.50 4.35 4.35 4.35 4.50 3.35 4.50 5.25 4.25 5.25 5.25 4.75 4.00 4.00 4.75 5.75 5.00 1.65 4.85 4.35 5.25 5.00 5.00 5.50 5.50 I• L�ia EaRCO 0 s • DECISTCn IAR8l-4060 S. sic He OF POWER EQUIPMENT OPERATOR R{I•• N a V (CONTD) CRANES DERRICK DRAOLTrIE, $5.75 SHOVEL, BACRNOE OPERATORS - yard or lass Over 1-1/2 yard 6.00 Crusher operator - 4.65 Distributor operator 4.65 Drill operator (wagon or truck) 5.00 Elevating grader operator 5.50 Euclid or like equipment op. (bottom or end dump) 4.50 Finishing machine operator 5.00 Forklift operator 4.15 Form grader operator 4.15 FRONT END LOADER OPERATOR: 5.50 Finish Rough 5.00 Hydra seeder operator 4.50 Mechanic 5.75 Mechanic heloer 4,50 MOTOR PATROL OPERATOR: 5.75 tinish Rough 5.00 Mulching machine operator 4.50 Oiler and greaser 4.50 Pile driver operator 5.25 Pug Mill operator 4.25 Roller ap.(self-propelled) 4.50 SCRAPER OPERATORS: Finish h 5.75 Rough 5.00 Sod slicing machine op. 4.10 Stabilizer mixing machine 4.65 TRAC.OR OPERATORS: Crawler 4.50 Fars and wheel 4.25 Wheel type (with attach- ments 1 yard or under) 4.65 Trenching machine operator 4.65 Page 2 of 3 7 x a A m Federal Wage Decision - 2 • ul �vf 1���IQ eTfn I. I. I. I. r I. I. I. DECIST04 NO. XRS1-4060 STONEYAS0TIS TRUCK DRrV-R5: Distributor truck driver Semi -trailer Lowboy driver transit m1i truck driver Truck driver (heavy -maxima pap load in excess of 1000 Its.) Truck driver (light -maxims pay load 3009 lbs.) 1DCLL DRILLERS Page 3 of 7 6s Y[ [.9. l..i... P.,-..,, l N.. M a M pM .ieq I Y.<.1i.. .n1.r L. $6.00 4.50 4.50 5.00 4.50 4.25 4.00 5.75 jI WEMERS--receive rate prescribed for craft perfonsing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope rf the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CPR, 5.5 (a)(1)(ii). Federal Wage Decision - 3 I. Lit R+c�i bb Al*[n I. I. I• G I& I• I. I. State Wage Decision ® D O, TED yell .DC. ... ilfl.11:, FRANK WHITE. GOVERNOR BILL EVERETT. DIRECTO • ARKANSAS DEPARTMENT OF LABOR 1022 HIGH STREET LITTLE ROCK 72202 (501) 371-1401 July 6, 1982 Mr. Johnny Quinn, P.E. • McClelland Consulting Engineers Inc. • P.O. Box 1229 • 1810 North College Avenue Fayetteville, Arkansas 72702-1229 Re: East Side Taxiway and Apron' Improvements to Fayetteville Municipal Airport Washington County Dear Mr. Ouinn: This is to certify that the State of Arkansas Prevailing Wage Date Determination Number 82-3 for the referenced project shall conform with those contained in the U.S. Department of Labor Decision Number AR81-4060. I have enclosed a request form for you to complete and return on the above project and also one for future requests. If you have any questions or we can be of further assistance, please contact Becky Bryant at 375-8442, Extension 403. BE:kj Enclosures • Sincerely, Bill Everett Director I• I• i• 1• is 1• 1• is Wage, Labor, EEO, & Safety Requirements I. R TED urt a .a. IS pp'IIII • WAGE, LABOR, EEO AND SAFETY REQUIREMENTS SECTION A (FEDERAL AVIATION ADMINISTRATION REQUIREMENTS) • • • • • • A-1. Airport Development Aid Program Project. The work in this Contract is included in Airport Development Aid Project Numbers 6-05-0020-10 and 6-05-0020-11, which is being undertaken and accomplished by the City of Fayetteville (Sponsor) in accordance with the terms and conditions of a grant agreement between the City of Fayetteville (Sponsor) and the United States, under the Airport and Airway Development Act of 1970 (49 U.S.C. 1701) and Part 152 of the Federal Aviation Regulations (14 CFR Part 152), pursuant to which the United States has agreed to pay a certain percentage of the cost of the project that are determined to be allowable project costs under that Act. The United. States is not a party to this Contract and no reference in this Contract to the FAA or any representative thereof, or to any rights granted to the FAA or any representative thereof, or the United States, by the Contract, makes the United States a party to this Contract. A-2. Consent to Assignment. The Contractor shall obtain the prior written consent of the City of Fayetteville (Sponsor) to any, proposed assignment of any interest in or part of this Contract. A-3. Convict Labor. No convict labor may be employed under this Contract. A-4. Veterans Preference. In the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to qualified individuals who have served in the military service of the United States (as defined in Section 101 (1) of the Soldiers' and Sailors' Civil Relief Act of 1940) and have been honorably discharged from that service, except that preference may be given only where that labor is available locally and is qualified to perform the work to which the employment relates. A-5. Withholding: Sponsor from Contractor. Whether or not payments or advances to the City of Fayetteville (Sponsor) are withheld or suspended by the FAA, the City of Fayetteville (Sponsor) may withhold or cause to be withheld from the Contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics employed by the Contractor or any subcontractor on the work the full amount of wages required by this Contract. A-6. Nonpayment of Wages. If the Contractor or subcontractor fails to pay any laborer or mechanic employed or working on the site of the work any of the wages required by this Contract the City of Fayetteville (Sponsor) may, after written notice to the Contractor, take such action as may be necessary to cause the suspension of any further payment or advance of funds until the violations cease. • uI ARt� I• I• I• r L I• I• I• I• I• A-7. FAA Inspection and Review. The Contractor shall allow any authorized representative of the FAA to inspect and review any work or materials used in the performance of this Contract. A-8. Subcontracts. The Contractor shall insert in each of his subcontracts the provisions contained in paragraphs A-1, A-3, A-4, A-5, A-6, and A-7 requiring the subcontractors to include these provisions in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. A-9. Contract Termination. A breach of paragraphs A-6, A-7, and A-8 may be grounds for termination of the Contract. SECTION 6 (SECRETARY OF LABOR REQUIREMENTS) B -l. Minimum Wages (a) All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amounts due at time of payment computed at wage rates not less than those contained in the wage determination decision(s) of the Secretary of Labor which is (are) attached hereto and made a part hereof, regardless of any contractural relationship which may be alleged to exist between the Contractor and such laborers and mechanics; and the wage determination decision(s) shall be posted by the Contractor at the site of the work in a prominent place where it (they) can be easily seen by the workers. For the purpose of this paragraph, contributions made or costs reasonably anticipated under Section 1(b) (2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of subparagraph (4) below. Also for the purpose of this paragraph, regular contributions made or costs incurred for more than a weekly period under plans, funds, or programs, but covering the particular weekly period, are deemed to be constructively made or incurred during such weekly period (29 CFR 5.5(a)(1)(i). (b) Any class of laborers or mechanics, including apprentices and trainees, which is not listed in the wage determination(s) and which is to be employed under the Contract, shall be classified or reclassified conformably to the wage determination(s), and a report of the action taken shall be sent by the City of Fayetteville (Sponsor) to the FAA for approval and transmittal to the Secretary of Labor. In the event that the interested parties cannot agree on the proper classification or reclassification of a particular class of laborers and mechanics, including apprentices and trainees, to be used, the question accompanied by the recommendation of the FAA shall be referred to the Secretary of Labor for final determination (29 CFR 5.5(a)(1)(ii). (c) Whenever the minimum wage rate prescribed in the Contract for,a class of laborers or mechanics includes a fringe benefit which is not Wage, Labor, EEO & Safety Requirements - 2 I• � a ATED .,,,1, .O'(1 , I I• I• I• 1• I• I• I• C7 I• expressed as an hourly wage rate and the Contractor is obligated to pay a cash equivalent of such a fringe benefit, an hourly cash equivalent thereof shall be established. In the event the interested parties cannot agree upon a cash equivalent of the fringe benefit, the question accompanied by the recommendation of the FAA shall be referred to the Secretary of Labor for determination (29 CFR 5.5(a)(1)(iii) ). (d) If the Contractor does not make payments to a trustee or other third person, he may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing benefits under a plan or program of a type expressly listed in the wage determination decision of the Secretary of Labor which is a part of this Contract: Provided, however, the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis -Bacon Act 'have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program (29 CFR 5.5 (a)(1)iv) ). B-2. Withholding: FAA from Sponsor. Pursuant to the terms of the grant agreements between the United States and City of Fayetteville relating to Airport Development Aid Project Number 6-05-002-10 and Part 152 of the Federal Aviation REgulations (14 CFR Part 152), the FAA may withhold or cause to be withheld from the City of Fayetteville so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices and trainees, employed by the Contractor or any subcontractor on the work the full amount of wages required by this Contract. In the event of failure to pay any laborer or mechanics, including any apprentice or trainee, employed or working on the site of the work all or part of the notice to the City of Fayetteville take such action as may be necessary to cause the suspension of any further payment or advance of funds until such violations have ceased (29 CFR 5.5 (a)(2). B.3. Payrolls and Basic Records. (a) Payrolls and basic records relating thereto will be maintained during the course of the work and preserved for a period of 3 years thereafter for all laborers and mechanics working at the site of the work. Such records will contain the name and address of each such employee, his correct classification, rates of pay (including rates of contributions or costs anticipated of the types described in Section 1(b)(2) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found, under 29 CFR 5.5 (a) (1) (iv) (see sub -paragraph (d) of paragraph B-1 above), that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis -Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the Wage, Labor, EEO & Safety Requirements - 3 8Eo P. I, .D. I• costs anticipated or the actual costs incurred in providing such benefits (29 CFR 5.5 (a)(3)(i)). I• I• I• I• I• I9 1• I• 1• (b) The Contractor will submit weekly a copy of all payrolls to the City of Fayetteville for availability to the FAA, as required by paragraph 152.59(a). The copy shall be accompanied by a statement signed by the employer or his agent indicating that the payrolls are correct and complete, that the wage rates contained therein are not less than those determined by the Secretary of Labor and that the classifications set forth for each laborer or mechanic conform to the work performed. A submission of a "weekly Statement of Compliance" which is required under this contract and the Copeland regulations of the Secretary of Labor (29 CFR Part 3) and the filing with the initial payroll or any subsequent payroll of a copy of any findings by the Secretary of Labor, under 29 CFR 5.5 (a) (1)(iv) (see sub -paragraph (d) of paragraph B-1 above), shall satisfy this requirement. The prime Contractor shall be responsible for the submission of copies of payrolls of all subcontractors. The Contractor will make the records required under the labor standards clauses of the Contract available for inspection by authorized representatives of the FAA and the Department of Labor, and will permit such representatives to interview employees during working hours on the job. Contractors employing apprentices or trainees under approved programs shall include a notation on the first weekly certified payrolls submitted to the City of Fayetteville for availability to the FAA that their employment is pursuant to an approved program and shall identify the program (29 CFR 5.5 (a)(3)(ii)). B-4. Apprentices and Trainees. (a) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed and individually registered in a bona fide apprenticeship program registered by the U.S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and' Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the Contractor as to his entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not a trainee as defined in sub -paragraph (b) of this paragraph or is not registered or otherwise employed as stated above, shall be paid the wage rate determined by the Secretary of Labor for the classification of work he actually performed. The Contractor or subcontractor will be required to furnish to the City of Fayetteville written evidence of the registration of his program and apprentices as well as the appropriate ratios and wage rates (expressed in percentages of the journeymen hourly rates), for the area of construction prior to using any apprentices on the contract work. The wage rate paid apprentices, shall be not less than the Wage, Labor, EEO & Safety Requirements - 4 1• Ei! EEo 1111,.«.. • • • • • • • • • s appropriate percentage of the journeymen's rates contained in the applicable wage determination (29 CFR 5.5 (a)(4)(i)). (c) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this paragraph shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended and 29 CFR Part 30 (39 CFR 5.5 (a)(4)(iii)). (d) Application of 29 CFR Part 5.5 (a)(4). On contracts in excess of $2,000 the employment of all apprentices and trainees as defined in 29 CFR 5.2(c) shall be subject to the provisions of 29 CFR Part 5.5 (a)(4) (see paragraph B-4 (a), (b) and (c) above). (e) Enforcement. (i) The FAA shall promulgate the necessary regulations or procedures, for federally assisted construction programs for which it does not contract directly, necessary to insure that contracts contain the provisions herein or such modifications thereof which have been approved by the Department of Labor. No payment, advance, grant, loan or guarantee of funds shall be approved by the FAA after the beginning of construction unless there is on file with the FAA a certification by the Contractor that he and his subcontractors have complied or there is substantial dispute with respect to the required provisions (29 CFR 5.6 (a)(1) ). (ii) Enforcement activities, including the investigation of complaints of violations, to insure compliance with the requirements of these provisions shall be the primary duty of the FAA. The Department of Labor will coordinate its efforts with the FAA, as may be necessary to insure consistent enforcement of the requirements•of these provisions. Enforcement of these provisions shall be in accordance with 29 CFR 5.6. B-5. Compliance with Copeland Regulations. The Contractor shall comply with the Copeland Regulations 29 CFR Part 3) of the Secretary of Labor which are herein incorporated by reference (29 CFR 5.5 (a) (5) ). B-6. Overtime Requirements. No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any laborer or mechanic in any work week in which he is employed on such work to work in excess of 8 hours in any calendar day or in excess of 40 hours in such work week unless such laborer or mechanic received compensation at a rate not less than 1-1/2 times his basic rate of pay for all hours worked in excess of 8 hours in any calendar day or in excess of 40 hours in such work week, as the case may be (29 CFR 5.5 (c)(1)). Wage, Labor, EEO & Safety Requirements - 5 C EiL ` ATED ✓.M1l.y. 0 • • • • • B-7. Violations, Liability for Unpaid Wages, Liquidated Damages. In the event of any violation of paragraph B-6 of this provision, the contractor and any subcontractor responsible therefore shall be liable to any affected employee for his unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed, with respect to each individual laborer or mechanic employed in violation of said paragraph B-6 of this provision, in the sum of $10 for each calendar day on. which such employee was required or permitted to work in excess of 8 hours or in excess of the standard work week of 40 hours without payment of the overtime wages required by said paragraph B-6 of this provision (29 CFR 5.5 (c)(2)). for Unpaid Wages and Liquidated Damages, and Priori of (a) The FAA may withhold payable on account of work perfor sums as may be administratively liabilities of such Contractor liquidated damages as provided in (c)(3)). or cause to be withheld, from any monies Tied by the Contractor or subcontractor, such determined to be necessary to satisfy any or subcontractor for unpaid wages and paragraph B-7 of this provision (29 CFR 5.5 B-9. Working Conditions. No Contractor may require any laborer or mechanic employee in the performance of the contract to work in surroundings or under working conditions that are unsanitary, hazardous or dangerous to his health or safety as determined under construction safety and health standards (29 CFR Part 1926; 37 F.R. 27503) issued by the Secretary of Labor. B-10. Subcontracts. The Contractor will insert in each of his subcontracts the causes contained in paragraphs B-1 through B-11 of this provision, and also a clause requiring the subcontracts to include these provisions in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn, be made (29 CFR 5.5 (a)(6), 5.5 (c)(4)). B-11. Contract Termination; Debarment. A breach of paragraph B-1 through B- 0 of this provision may be grounds for termination of the Contract. A breach of paragraphs B-1 through B-5 and B-10 may also be grounds for debarment as provided in 29 CFR 5.6 of the regulations of the Secretary of Labor (29 CFR 5.5 (a) (7)). SECTION C (EQUAL EMPLOYMENT OPPORTUNITY CLAUSE) During the performance of this Contract, the Contract agrees as follows: C-1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, sex or national origin. Such action shall include, but Wage, Labor, EEO & Safety Requirements - 6 • L 8Eo TEE 1• I. I• I• I• I• I• I• 1• I• not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous- places, available to employees and applicants for employment, •notices to be provided setting forth the provisions of this nondiscrimination clause. C-2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, relation sex or national origin. C-3. The Contractor will send to each labor union or representative of workers with which he has a or understanding, a notice workers' representatives of and shall post copies of employees and applicants for collective bargaining agreem to be provided, advising the the Contractor;s commitments the notice in conspicuous employment. ant or other contract said labor union or under this section; places available to C-5. The contractor will furnish all information -and reports required by Executive Order 11246 of September 24, 1965, as amended, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary. of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and others. C-6. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, as amended, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246. of •September 24, 1965, as amended, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. C-7. The Contractor will include the portion of the sentence immediately preceding paragraph C-1 and the provisions•of paragraphs C-1 through C-7 in every subcontract or purchase order unless exempted by. rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, as amended, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for non-compliance: Provided, however, that in the event a Contractor becomes involved, in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interest of the United States. Wage, Labor, EEO & Safety Requirements - 7 I• 1• 1• I• I• I• I• I• I• I• SECTION D (HEALTH AND SAFETY REQUIREMENTS) fl-i. It is a condition of this Contract, and shall be made a condition of each subcontract entered into pursuant to this contract, that the Contractor shall not require any laborer or mechanic employed in performance of the contract work in surroundings or under working conditions which are unsanitary, •hazardous, or dangerous to his health or safety, as determined under Construction Safety and Health Standards Title 29 Code of Federal Regulations, Part 1518 36 F.R. 7340 promulgated by the United States Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act, 83 STAT. 96). SECTION E (AIR AND WATER QUALITY STANDARDS) E-1. Any other provision herein to the contrary notwithstanding, the Contractor in carrying out work under this Contract, shall at all times comply with all applicable state and federal air and water quality standards; with all pollution control laws; and with such rules, regulations, and directives as may be lawfully issued by a local, state or federal agency having within its jurisdiction the protection of the environment in the area surrounding where work under this contract will be performed. In addition, the Contractor shall comply with directives given by the Project Engineer in implementation of the letter and intent of FAA Advisory Circular 150/5370-7 entitled Airport Construction Controls to Prevent Air and Water Pollution. Copies of this Advisory Circular can be obtained free of charge from Department of Transportation, Distribution Unit, TAD -484.3, Washington, D.C. 20590. E-2. Contractors and subcontractors agree: (a) That any facility to be used in the performance of the contract or to benefit from the Contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities. (b) To comply with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations issued thereunder. (c) That as a condition for award of a Contract he will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be utilized for performance of or benefit from the Contract is under consideration to be listed on the EPA List of Violating Facilities. (d) To include or cause to be included in any Contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT (1NS FxPrutivo nrrlor 112dR ac ,monilcs, F-1. As used in these Specifications: Wage, Labor, EEO & Safety Requirements - 8 I• I• I• 1• I0 1• I0 I. (a) "Covered area" means the geographical area described in the solicitation from which this contract resulted; (b) "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department. of Labor, or any person to whom the Director delegates authority; (c) "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; (d) "Minority" includes: (1) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South America, or other Spanish culture or origin regardless of race); (iii) Asian and Pacific Island (all person having origins in any of the original peoples of the Far East, Southeast, Asia, the Indian Subcontinent, or the Pacific Islands); and (iv) American Indian and Alaskan Native (all persons having origins in any of the original peoples of North American and maintaining identifiable tribal affiliations through membership and participation or community identification). F-2. Whenever the Contractor, or any subcontractor any any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these Specifications and the notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this Contract resulted. F-3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the plan area (including goals and timetables) shall be in accordance with that plan for those trades which have unions participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the plan in each trade in which it has employees. The overall good faith performance by other Contractors or subcontractors toward a goal in an approved plan does not excuse any covered Contractor's or subcontractor's failure to take good faith efforts to achieve the plan goals and timetables. Wage, Labor, EEO & Safety Requirements - 9 I• 1• I. I• 1• I• 1• 1• I• 1• F-4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of these Specifications. The goals set forth in the solicitation from which this Contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization; the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. The Contractor is expected to make substantially uniform progress towards its goals in each craft during the period specified. F-5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the Contractor has a collective bargaining agreement to refer either minorities or women shall excuse the Contractor's obligations under these Specifications, Executive Order 11246, as amended, or the regulations promulgated pursuant thereto. F-6. In order for the nonworking .training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. F-7. The Contractor shall take specific affirmative actions •to insure EEO. The evaluation of the Contractor's compliance with these Specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: (a) Insure and maintain a working environment free of harrassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically insure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working such sites or in such facilities. (b) Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have 'employment opportunities available, and maintain a record of the organizations' responses. (c) Maintain a current numbers of each minority and female referral from a union, and of what action was taken individual was sent to the uni back to the Contractor by ti file of the names, addresses, and telephone female off -the -street applicant and minority or a recruitment source, or community organization with respect to each such individual. If such on hiring hall for referral and was not referred ie union or, if referred, not employed by the Wage, Labor, EEO & Safety Requirements - 10 I• LL��NCO RATED Contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the Contractor may have taken. I • C • • C C (d) Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to•the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor;s efforts to meets its obligations. (e) Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. (f) Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc,; by specific review of the .policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. (g) Review, at least annually, the company's EEO policy and affirmative action obligations under these Specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with on -site supervisory personnel such as superintendents, general foreman, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. (h) Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and subcontractors with whom the Contractor does or anticipates doing business. (i) Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations, such as the above, Wage, Labor, EEO & Safety Requirements - 11 describing the openings, screening procedures, and tests to be used in the selection process. I• (j) Encourage present minority and female employees to recruit other minority persons and women and; where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. I• I• I• is I• I• 1• I• (k) Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. (1) Conduct, at least annually, an inventory and evaluation, at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. (m) Insure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to insure that the EEO policy and the Contractor's obligations under these Specifications are being carried out. (n) Insure that all facilities and company activities are nonsegregated except that separate or single -user toilet an necessary changing facilities shall be provided to assure privacy between the sexes. (o) Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation' of solicitations to minority and female Contractor associations and other business associations. (p) Conduct a review, at least annually, of all supervisor's adherence to and performance under the Contractor's EEO policies and affirmative action obligations. ,F-8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a Contractor association, joint Contractor -union, Contractor -community, or other similar groups of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in industry, insures that the concrete benefits of the program are reflected in the Contractor's minority and female work force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentations which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor;s noncompliance. Wage, Labor, LEO & Safety Requirements - 12 I• L IN %11PR una .Dr. ..n ^bn.� I• C C I• I. F-9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide EEO and take affirmative action for all minority groups, both male and female, and all women, both minority and nonminority. Consequently, the Contractor may be in violation of the executive order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the executive order if a specific minority group of women is underutilized). F-10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. F-11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246, as amended. F-12. The Contractor shall carry out such sanctions and penalties for violation of these Specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the OFCCP. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these Specifications and Executive Order 11246, as amended. F-13. The Contractor, in fulfilling its obligations under these Specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these Specifications, so as to achieve maximum results from its efforts to insure equal employment opportunity. If the Contractor fails to comply with the requirements of the executive order, the implementing regulations, or these Specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. F-14. The Contractor shall designate a responsible official to monitor all employment related activity to insure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, Contractors shall not be required to maintain separate records. Wage, Labor, EEO & Safety Requirements - 13 • ,���^� L>si� €"b TED I• r I• 1• I• I• I• I• I• I• F-15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). Wage, Labor, EEO & Safety Requirements - 14 I• L►L�1¢19bRATED 11914 p(. ..,Ll.ptl I• 1• 1• 1• I• I• I• General Provisions (FAA. Standards, As, Revised for: This Project) ®EfYGoIA�1 tI TED tttU•M. CC I.V::t HtO ,. I• DIVISION I I0 GENERAL PROVISIONS . SECTION 10 DEFINITION OF TERMS I. 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: I• I• I. 1• 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADAP. The Airport Development Aid Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-14 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-05 AIR OPERATIONS AREA. For the purpose of these Specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface manoeuvring 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. 10-06 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. 10-07 ASTM. The American Society for Testing and Materials. 10-08 AWARD. The acceptance, by the Owner, of the successful bidder's proposal. 10-09 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. I AlEC J.,V X. .....'{.., it 4 • • • • • • • [7 • 10-10 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. 10-11 CALENDAR DAY. Every day shown on the calendar. 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the Pans, Specifications, or proposal quantities and establishing the basis of 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. 10-13 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. 10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the Contract. 10-15 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. 10-16 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. 10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-18 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. 10-19 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. 10-20 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 General Provisions - 2 • AUD x. I• found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10-21 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. I• I• It 1• 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, anc 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. 10-23 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed or of the materials furnished or being furnished by the Contractor. 10-24 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. 10-25 LABORATORY. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. 10-26 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. 10-27 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. 10-28 MATERIALS. Any substance specified for use in the construction of the contract work. General Provisions - 3 [7 IJLbAATED n..r.x. uq^rvnu I 10-29 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual ontract work on a previously agreed to date. If applicable, the • Notice to Proceed shall state the date on which the Contract time begins. 10-30 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. • 10-31 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-32 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. •.. 10-33 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. - 10-34 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. 10-35 PROJECT. The agreed scope of work for accomplishing specific airport development pment with respect to a particular airport. 10-36 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. 10-37 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. 10-38. RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-39 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. • 10-40 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 • General Provisions - 4 G aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. I• I• I• 10 I• I• 10-41 SUBGRADE. The soil which forms the pavement foundation. 10-42 SUPERINTENDENT. The contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-43 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. 10-44 SURETY. The corporation, partnership, or individual, other than the contractor, executing payment or performance bonds which are furnished to the Owner by.the Contractor. 10-45 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. 10-46 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. 10-47 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 1• LLE HPEED ''.lt . •l•tT v W I SECTION 20 • PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (Notice to Bidders). For ADAP contracts, the advertisement shall conform to the requirements of local laws and ordinances pertaining to letting of contracts and, in addition, shall conform to the • requirements of Part 152 of the Federal Aviation Regulations applicable to the particular contract being advertised. 20-02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish 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 would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the Owner satisfactory. evidence of his financial responsibility. Such- evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and • liabilities as of the last calendar year or the Contractor's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's • statement or report to reflect his (bidder's) true financial condition at the time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State Highway Division and is on the current "bidder's list" of the State in which the proposed work is located. Such evidence of 0 State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore specified. • Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner no later than 10 days prior to the specified date 0 for opening bids. 20-03 CONTENTS OF PROPOSAL FORMS. The Owner shall furnish bidders with proposal forms. All papers bound with or attached to the Proposal forms are necessary parts and must not be detached. The e Plans Specifications, and her-tdocumen.trdesignated'-in the Proposal form shall be considered a part of the Proposal whether attached or not. For ADAP contracts, the Proposal shall conform to the requirements of local laws and ordinances pertaining to letting of contracts and; in addition, shall • General Provisions - 6 • E L TED -�� • S • 0 • • C a • conform to the requirements of Part 152 of the Federal Aviation •Regulations pertaining to the particular contract being let. 20-04 ISSUANCE OF PROPOSAL FORMS. The Owner reserves the right to refuse to issue a Proposal form to a prospective bidder should such bidder be in default for any of the following reasons: (a) Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the Proposal as a requirement for bidding. (b) Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the Owner) at the time the Owner issues the proposal to a prospective bidder. (c) Contractor default under previous contracts with the Owner. (d) Unsatisfactory work on previous contracts with the Owner. 20-05 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. 20-06 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. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the Plans, Specifications, or otherwise made available to the bidder, was obtained and is intended for the General Provisions - 7 C: iL ` MPAATED I• I• I. 1. I• I• I• I• G Owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from his examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner. 20-07 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. 20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: (a) If the Proposal is on form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the Proposal form is detached. (b) If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind which make the Proposal incomplete, indefinite, or otherwise ambiguous. (c) If the Proposal does not contain a unit price for each pay item listed in the Proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. (d) If the Proposal contains unit prices that are obviously unbalanced. (e) If the Proposal is not accompanied by the Proposal guaranty specified by the Owner. For ADAP contracts, proposals shall be considered irregular for any of the reasons stated and, in addition, if the proposal is "nonresponsive" with respect to the requirements of Part 152 of the Federal Aviation Regulations as specified in the proposal form. General Provisions - 8 I. L U r OPV•R4TED Vnu .W. F..TlPul I• The owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. I• Is I• I• 20-09 PROPOSAL GUARANTY. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the owner. 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. - 20-11 WITHDRAWAL OR REVISION OF PROPOSALS. And bidder may withdraw or revise by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the owner in writing or by telegram before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the time and place 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. 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: (a) Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. (b) Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the owner until any such participating bidder has been reinstated by the owner as a qualified bidder. (c) If the bidder is considered to be in "default" for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section. General Provisions - 9 1• L�L� it W I TED •ry11.J""-. ......I N�11 I• SECTION 30 AWARD AND EXECUTION OF CONTRACT 10 1• 10 1i Is 1• 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the owner reserves the right to reject a bidder's proposal for any of the following reasons: (a) If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSAL of Section 20. (b) If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract right to reject any or all proposals; waive in the best interest of the owner and is in and local laws or regulations pertaining contracts; advertise for new proposals; or All such actions shall promote the owner's bi is made, the owner reserves the technicalities, if such waiver is conformance with applicable State to the letting of construction proceed with the work otherwise. ast interest. 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 60 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. 30-03 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. 30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest bidders, will e 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 General Provisions - 10 1• AltO VRY.IXt ..RAMRI I• as the owner receives the contract bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of the section. I0 I• I• I• Ii I• 1• 30-05 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 the form 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. 30-06 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. 30-07 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. 30-08 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 quaranty, not as a penalty, but as liquidation of damages to the owner. General Provisions - 11 1• Ll ATED Yi J .pp • SECTION 40 SCOPE OF WORK • • • • • • • 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described in the Plans and Specifications. 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. 40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the engineer shall be and is hereby authorized to make such alterations in the work -as may increase or decrease the originally awarded contract quantities, provided that the -aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations which do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations which are for work within the general scope of the contract shall be covered by "Change Orders" issued by the engineer. Change orders for altered work shall include extensions of contract time where, in the engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the owner and the contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. ' The contractor is hereby advised that all supplemental agreements shall be approved by the FAA and shall include valid wage determinations of the U.S. Secretary of Labor when the amount of the supplemental agreement exceeds $2,000. However, if the contractor elects to waive the limitations on work that increases or decreases the originally awarded contract or any major contract item by more than 25 percent, the supplemental agreement shall be subject to the same U.S. Secretary of Labor wage determination as was included in the originally awarded contract. All supplemental agreements shall require consent of'the contractor's surety and separate performance and payment bonds. General Provisions - 12 • L� a PATE" utyL%. upnRVl • 40-03 OMITTED ITEMS. The engineer may, in the owner's best interest, omit from the work any contract item, except major contract items. Major contractitems may be omitted by a supplemental agreement. Such omissions of contract items shall not invalidate any other contract provision or requirement. 0 • • • • Should a contract item be omitted or otherwise ordered to be nonperformed, the contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 EXTRA WORK. Should acceptable completion of the contract require the contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called Extra work. Extra work that is within the general scope of the contract shall be covered by written change order. Change orders for such extra work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the engineer's opinion, is necessary for completion of such extra work. When determined by the engineer to be in the owner's best interest, he may order the contractor to proceed with extra work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90, Extra work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of extra work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the owner. 40-05 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 General Provisions - 13 • €BkATED 1• acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the.operation of aircraft, fire -rescue equipment, or maintenance vehicles at the airport. I• 1• I• I. I. 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 incidentals necessary for providing the n traffic as specified in this subsection. The cost of maintaining the aircraft and subsection shall not be measured or paid in the various contract items. all labor, materials, equipment, and iaintenance of aircraft and vehicular vehicular traffic specified in. this for directly, but shall be included 40-06 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 contract6 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 prior to, 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. 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the contractor encounter any material such as (but not restricted to) sand, stone, General Provisions - 14 1• VURAT(fl 0 gravel, slag, or concrete slab within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his option either: (a) Use such material in another contract item, providing such use is approved by the engineer and is in conformance with the contract specifications applicable to such use; or, (b) Remove such material from the site, upon written approval of the engineer; or, (c) Use such material for his own temporary construction on site; or, (d) Use such material as intended by the terms of the contract. Should the contractor wish to exercise option (a), (b), or (c), he shall request the engineer's approval in advance of such use. Should the engineer approve the contractor's request to exercise option (a), (b), or (c), the contractor shall be paid for the excavation or removal of such material at the applicable contract price. THe contractor shall replace, at his own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The contractor shall not be charged for his use of such material so used in the work or removed from the site; Should the engineer approve the contractor's exercise of option (a), the contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the contractor shall make no claim for delays by reason of his exercise of option (a), (b), or (c). The contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. r 40-09 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 - 15 I © a RATED I. SECTION 50 CONTROL OF WORK I• 1• I• I• I• 50-01 AUTHORITY OF THE ENGINEER. The engineer shall decide any and all questions which may arise as to the qualityand 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. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall e 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 furnished, work performed, or the finished product are not in reasonably close conformity with the Plans and Specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the contractor in accordance with the engineer's written orders. 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 - 16 I.' LILT SATE" 11^J�H• •r.^�apl I• r I• 1• I• I•r 1• I• 1• 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. 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical' specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited FAA advisory circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. The contractor shall not take advantage of any apparent error or omission on the plans or specifications. ,In the event the contractor discovers any apparent error or discrepancy, he shall immediately call upon the engineer for his interpretation and decision, and such decision shall be final. 50-04 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. 50-05 COOPERATION BETWEEN CONTRACTORS. The owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each contractor shall conduct his work so as not to interfere with or hinder the progress of completion of the work being performed by other contractors. Contractors working on the same project shall cooperate with each other as directed. General Provisions - 17 I• ®r4AW TEo fl...oc. 1• I• 1• I• 1• I• Each contractor involved shall assume all liability, financial or otherwise, in connection with his contract and shall protect and save harmless the owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other contractors working within the limits of the same project. The contractor shall arrange his work and shall place and dispose of the materials being used so as not to interfere with the operations of the other contractors within the limits of the same project. He shall join his work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES. Unless otherwise provided for in this subsection, the Contractor shall furnish his own lines, grades, and measurements necessary to the proper prosecution and control of the work contracted for under these specifications. The Engineer however, shall set initial stakes for basic project alignment and also provide the Contractor with a temporary benchmark for the work. Such stakes and markings as the engineer may set for either his own or the contractor's guidance shall be scrupulously preserved by the contractor. In case of negligence on the part of the contractor, or his employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the contractor at the discretion of the engineer. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period of 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the owner shall beauthorized 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. 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Engineer. The engineer shall be allowed access to all parts of the work and shall be furnished with such General Provisions - 18 L ` RftATED 0 information and assistance by the Contractor as is required to make a complete and detailed inspection. • • • • 0 • 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, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the contractor's expense. 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. 50-10 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 approved 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 - 19 l�L� CO bRATED unu •. rvrlunu I• I• I. I• C 1• 50-11 LOAD RESTRICTIONS. The contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the contractor of liability for damage which may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The contractor shall be responsible for all damage done by his hauling equipment and shall correct such damage at his own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. - In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the contractor will not be paid an additional amount for such work. 50-13 FAILURE TO MAINTAIN THE WORK. Should the contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the engineer shall immediately notify the contractor of such noncompliance. Such notification shall specify a reasonable time within which the contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the contractor fail to respond to the engineer's notification, the engineer may suspend any work necessary for the owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the owner, he may request the engineer to make final inspection of that unit. If the engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the owner shall not void or alter any provision of. the contract. General Provisions - 20 lu ol" a ATED •'L .n. 1411^r -.[:I i• C I• I• I• I• 1• I• 50-15 FINAL ACCEPTANCE. Upon due notice from the contractor of presumptive completion of the entire project, the engineer and owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The engineer shall notify the contractor in writing of final acceptance as of the date of the final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the engineer in writing of his intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the engineer is not afforded proper opportunity by the contractor for keeping strict account of actual cost as required, then the contractor hereby agrees to waive any claim for such additional compensation. Such notice by the contractor and the fact that the engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the contractor shall, within 10 calendar days, submit his written claim to the engineer who will present it to the owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the contractor's right to dispute final payment based on differences in measurements or computations. General Provisions - 21 I• TED ''nit .0(• r.p^I V11r • SECTION 60 • • • • • • CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the contractor shall furnish complete statements to the engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the engineer's option, materials may be approved at the source of supply before delivery is started. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the contractor shall furnish materials from other sources. The contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the contractor shall furnish such equipment that is: (a) Listed in the FAA Advisory Circular (AC) 150/5345-1,. Approved Airport Lighting Equipment, that is in effect on the date of advertisement; and, (b) Produced by the manufacturer qualified (by FAA) to produce such specified and listed equipment. 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the work shall be inspected, tested, 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. General Provisions - 22 C rip TED 'it •, '..1^Iv.ul I• I• I• I• I• I• I• I• 1• I• 60-03 CERTIFICATION OF COMPLIANCE. The engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the Contract. The certification shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at' any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the contractor elects to furnish the specified "brand name," the contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: (a) Conformance to the specified performance, testing, quality or. dimensional requirements; and, (b) Suitability of the material or assembly for the use intended in the contract work. Should the contractor propose to furnish an "or equal" material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION. The engineer or his authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his acceptance of the material or assembly. Should the engineer conduct plant inspection, the following conditions shall exist: (a) The engineer shall have the cooperation and assistance of the contractor and the producer with whom he has contracted for materials. General Provisions - 23 1• t�L� NCOA ATEC unto s. ....n,v.tto • • • • • • • C • (b) The engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. (c) If required by the engineer, the contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or,working space should be conveniently located with respect to the plant. It is understood and agreed that the owner shall have tile right to retest any material which has been tested and approved at the source of supply after it has been delivered to the site. The engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 ENGINEER'S FIELD OFFICE AND LABORATORY. When specified and provided for as a contract item, the contractor shall furnish a building for the exclusive use of the engineer as a field office and field testing laboratory. The building shall be furnished and maintained by the contractor as specified herein and shall become property of the contractor when the contract work is completed. 60-06 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. 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. General Provisions - 24 •, KaMATED .mwK. u.TrvnU I• I• I• I• I• r I• I• I• I• No rejected material or assembly, the defect of which have been corrected by the contractor, shall be returned to the site of the work until such time as the engineer has approved its use in the work. 60-08 OWNER -FURNISHED MATERIALS. The contractor shall furnish all materials required to complete the work, except those specified herein (if any) to be furnished by the Owner. Owner -furnished materials shall be made available to the contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing owner -furnished materials shall be included in the unit price bid for the contract item in which such owner -furnished material is used. After any owner -furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies which may occur during the contractor's handling; storage, or use of such owner -furnished material. The owner will deduct from monies due or to become due the contractor any cost incurred by the owner in making good such loss due to the contractor's handling, storage, or use of owner -furnished. materials. General Provisions - 25 • • f� �SAIM I. SECTION 70 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC I. I. I. I. I. I. I. I. 70-01 LAWS TO BE OBSERVED. The contractor shall keep fully informed of all Federal and State laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or. which in any way affect the conduct of the work. 70-02 PERMITS,. LICENSES, AND TAXES. The contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the contractor is required or desires to use any design, device; material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The contractor and the surety shall indemnify and save harmless the owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. The contractor shall not permit any individual, or facilities located within the limits of the work without the written permission of the engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the engineer, the contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. General Provisions - 26 I. L�L� INCOFATED ..nu.c. •v.^OW i• I• I• U I. I• I• El I• I• 70-05 FEDERAL AID PARTICIPATION. For ADAP contracts, the United States Government has agreed to reimburse the owner for some portion of the contract costs. Such reimbursement is made from time to time upon the owner's (sponsor's) request to the FAA. In consideration of the United States Government's (FAA's) agreement with the owner, the owner has included provisions in this contract pursuant to the requirements of the Airport and Airway Development Act of 1970 (84 stat. 219), as amended, and the Rules and Regulations of the Federal Aviation Administration that pertain to the work. As required by the Act, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, Federal Aviation Administration and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the Act, the rules and regulations implementing the Act, or this contract shall be construed as making the Federal Government a party to the, contract or will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 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. 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. 70-07 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. 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The contractor shall furnish, erect, and maintain all barricades, 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. General Provisions - 27 I• Lai. CO Al ED I• I• I• I• C C I• I• [7 I• 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-iD, 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. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to FAA Advisory Circular 150/5370-2A. 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. 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the contractor shall exercise the utmost care not to endanger life or property, including new work. The contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the engineer and, in general, not closer than 1,000 feet from the work or from any building, road, or other place of human occupancy. The contractor shall notify each property owner and public utility company having structures,or facilities in proximity to the site of the work of his intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet of the airport property. General Provisions - 28 1• © H A1ED up Y .Uh I.'RRtlUE I• I• I• I• I• I• I• I• [7 I• 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property marks until the engineer has witnessed or otherwise referenced their location and shall not move them until directed. The contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the nonexecution thereof by the contractor, he shall restore, at his own expense, such property to a condition similar or equal to that existing before such damage -or injury was done, by repairing, rebuilding, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. 70-11 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. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant •to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the contractor to complete portions of the contract work for the beneficial General Provisions - 29 1• EED • • • • • 6 • occupancy of the owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the Plans. When so specified, the Contractor shall complete such portions of. the work on or before the date specified or as otherwise specified. The contractor shall make his own estimate of the difficulties involved in arranging his work to permit such beneficial occupancy by the owner as described below: Phase or escriotion Required Date or Sequence Owner's Beneficial Occuoa Work Shown on Plan Sheet Upon completion of any portion of the work listed heretofore, such portion shall be accepted by the owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the contractor for public use until ordered by the engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the owner shall be repaired by the contractor at his expense. The contractor shall make his own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due' to opening a portion of the contract work. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50,' the contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the nonexecution of the work. The contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the General Provisions - 30 • ®PA BED I• contractor, including but no restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of governmental authorities. 1• I• L I• I• I• I• [7 I• If the work is suspended for any cause whatever, the contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his expense. During such period of suspension of work', the contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established plantings, seedings, and soddings furnished under his contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-.15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY UIHtKJ. HS provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the contractor shall cooperate with the owner of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA), or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the contractor shall control his operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the owners are indicated as follows: Utility Service Person to Contact Owner's Emergen or Facility (Name, Title, Address & Phone Contact (Phone Arkansas Western Mr. James Walker 521-5400 Gas Company Arkansas Western Gas Company 521-5472 Fayetteville, Arkansas Taxiway & Runway Mr. Dale Frederick 521-4750 Lights Asst. Airport Mgr. 521-2489 Wind Instruments Mr. Bert Clayton, Chief 442-8277 Flight Service Station Fayetteville, Arkansas It is understood and agreed that the owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the contractor of his responsibility to protect such existing features from damage or unscheduled interruption of service. General Provisions - 31 • ® ft. ATED onkf ao . ..nrtrvtu I• I• [1 I• I• I• I• 1• It is further understood and agreed that the contractor shall, upon execution of the contract, notify the owners of all utility services or other facilities of his plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification hereinbefore provided, it shall be the responsibility of the contractor to keep such individual owners advised of changes in his plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the contractor shall again notify each such owner of his plan of operation. If, in the contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advise should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON -TO CONTACT no later than two normal business days prior to the contractor's commencement of operations in such general vicinity. The contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two days' notice hereinabove provided shall be cause for the engineer to suspend the contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the contractor shall be required to use excavation methods acceptable to the engineer within 3 feet of such outside limits at such points as may be required to insure protection from damage due to the contractor's operations. Should the contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the engineer and shall take all reasonable measures to prevent further damage or interruption of service. The contractor, in such events, shall cooperate with the utility service or facility owner and the engineer continuously until such -damage has been repaired and service restored to the satisfaction of the utility or facility owner. The contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his operations whether or not due to negligence or accident. The contract owner reserves the right to deduct such costs from any monies due or which may become due the contractor, or his surety. 70-16 FURNISHING RIGHTS -OF -WAY. The owner will be responsible for furnishing all rights -of -way upon which the work is to be constructed in advance of the contractor's operations. General Provisions - 32 1• fn"®FATED I• I• I• I0 1• 1• U I• I! 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. contract provisions or in exercising any power c this contract, there shall be no liability upon representatives, or any official of the owner official of the owner. It is understood that in as agents and representatives of the owner. In carrying out any of the r authority granted to him by the engineer, his authorized either personally or as an such matters they act solely 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the owner will expeditiously make final inspection and notify the contractor of final acceptance. Such final acceptance, however, shall not preclude or estop the owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the owner be precluded or estopped from recovering from the contractor or his surety, or both, such overpayment as may be sustained, or by failure on the part of the contractor to fulfill his obligations under the contract. A waiver on the part of the owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The contractor, without prejudice to the terms of the contract, shall be liable to the owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the owner's right under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The contractor shall comply with all Federal, State, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 ARCHEOLOGICAL AND HISTORICAL FINDINGS Unless otherwise specified in this subsection, the contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the contractor encounter, during his operations, any building, part of a building, structure, or object which is incongruous with its surroundings, he shall immediately cease operations in that location and notify the engineer. The engineer will immediately investigate the contractor's finding and will direct the contractor to either resume his operations or to suspend operations as directed. General Provisions - 33 I• EED unto .IX. ..iIn(VLLLL I• I• I• I• I• r L I• I1 Should the engineer order suspension of the contractor's operations in order to protect an archeological or historical finding, or order the contractor to perform extra work, such shall be covered by an appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR. EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. General Provisions - 34 L. © ABED ,.nu .00. uVE"MLI • SECTION 80 • • • • • • PROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The owner will not recognize any subcontractor on the work. The contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the engineer. Should the contractor elect to assign his contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the owner, and shall be consummated only on the written approval of the owner. In case of approval, the contractor shall file copies of all subcontracts with the engineer. 80-02 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. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the contractor shall submit his progress schedule for the engineer's approval within 10 days after the effective date of the notice to proceed. The contractor's progress schedule, when approved by the engineer, may be used to establish major construction operations and to check on the progress of the work. The contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the contractor falls significantly behind the submitted schedule, •the contractor shall, upon the engineer's request, submit a revised schedule for completion of the work within the contract time and modify his operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the contractor shall notify the engineer at least 24 hours in advance of resuming operations. For ADAP contracts, the contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the owner. 80-04 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. La NCO ATED u vt1.oc. ..fl.9VntE General Provisions - 35 I• • IS I• I• I• I• I• 1• I• 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 Authority Runway, AOA can be closed Main Taxiway on an intermittent and Terminal basis when aircraft traffic is. not necessary. See Section Monitor Frequency 121.8 Airport Control Tower The Contractor shall not commence new work that would be prejudicial to work already started. 80-05 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. 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. General Provisions - 36 1• LI:LJ� f�'6Rk'&EEO .gym• •oc. urme.vu I• 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. I0 I• I0 G U I• 1• 1• 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. 80-06 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. 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 General Provisions - 37 I• La ATEO I• I• I• 1• I• I• li I• I• 1• 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. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work or the calendar date scheduled for completion shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the contractor's control, it shall be adjusted as follows: (a) CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the engineer. The engineer will furnish the contractor a copy of his weekly statement of the number. of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The engineer shall base his weekly statement of contract time charged on the following considerations: (1) No time shall be charged for days on which the contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the normal work force employed on such principal item. Should the normal work force be on a double -shift, 12 hours shall be used. Should the normal work force be a triple -shift, 18 hours shall apply. Conditions beyond the contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the engineer for reasons not the fault of the contractor, shall not be charged against the contract time. (2) The engineer will not make charges against the contract time prior to the effective date of the notice to proceed. (3) The engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. General Provisions - 38 • ®KCONMATED .4m. .a. ..•mere. • • C • C •` • • • (4) The engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. (5) The contractor will be allowed one week in which to file a written protest setting forth his objections to the weekly engineer's statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the contractor. The contract time (stated in the Proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of the work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. (b) CONTRACT TIME based on CALENDAR DAYS calendar days stated in the contract counting notice to proceed and including all Saturdays, days. All calendar days elapsing between engineer's orders to suspend and resume all wo of the contractor, shall be excluded. shall consist of the number of from the effective date of the Sundays, holidays, and non -work the effective dates of the rk, due to causes not the fault At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either the cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. (c) When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the contractor finds it impossible for reasons beyond his control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the engineer for an extension of time setting forth the reasons which he believes will justify the granting of his request. The contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the engineer finds that the work was delayed because of conditions beyond the control and without the fault of the contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. General Provisions - 39 • Ka ATED WTL t'Kl I• U I• I• 1• I• I. 1• 80-08 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. 80-09 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 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 mentioned hereinbefore, he shall immediately give written notice to the General Provisions - 40 I• ® INCORATED ... n..". ..mmvt.0 S 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. • • • • • 0 • • 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 use 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. 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. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The owner shall terminate the contract or portion thereof by written notice when the contractor is prevented from proceeding with the construction contract as a direct result .of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the contractor. Acceptable materials, obtained or ordered by the contractor for the work and that are not incorporated in the work shall, at the option of the contractor, be purchased from the contractor at actual cost as shown by receipted bills and actual cost records at, such points of delivery as may be designated by the engineer. Termination of the contract or a portion thereof shall neither relieve the contractor of his responsibilities for the completed work nor shall it relieve his surety of its obligation for and concerning any just claim arising out of the work performed. General Provisions - 41 ®r4h ATED pn. K. - ...IttfwX\. I• SECTION 90 [1 I• I• I• 1• I• 1• MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES. All work be measured by the engineer, or his authori States Customary Units of Measurement. The method of measurement and computations quantities of material furnished and of work be those methods generally recognized as practice. completed under the contract will zed representatives, using United to be used in determination of performed under the contract will conforming to good engineering Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. The term "ton" will mean the short ton consisting of 2,000 pounds avoirdupois.. All materials which are measured or proportioned by weights shall be weighed on'accurate, approved scales by competent, qualified personnel at locations designated by the engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material be paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water General Provisions - 42 1• L►L � 6Hk 8ED • level capacity and all loads shall be leveled when the vehicles arrive at the point of delivery. • • • • • S. • When requested by the contractor and approved by the engineer in writing, material specified to be measured by the cubic yard may be weighed and such weights will be converted to cubic yards for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the engineer and shall be agreed to by the contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon or ton. When measured by volume, such volumes will be measured at 60°F. or will be corrected to the volume at 60°F. using ASTM D 1250 for asphalts or ASTM D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume; subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton or hundred weight. Timber will be measured by the thousand feet board measure (M.F.B:M.) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gauge, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. General Provisions - 43 • W ofl...a. ...,n, ,,. I• I• I• I• I• I• I. I• 1• 1• Scales for weighing materials which are required to be proportioned or measured are to be nominal ';eights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales shall be accurate within one-half per cent of the correct weight throughout the range of use. The contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one -tenth of one percent of the nominal rated capacity of the scale, but no less than one pound. The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and inspector can safely and conveniently view them. Scale installations shall have available, ten standard fifty -pound weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing" (indicating more than correct weight) will not be permitted to operate and all materials received subsequent •to the last previous correct weighing -accuracy -test will be reduced by the percentage of error in excess of one-half of one per cent. In the event inspection reveals the scales have been "underweighing" (indicating less than correct weight) they shall be adjusted and no additional payment to the contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. General Provisions - 44 I• ®r' 66k TED nmt.w. r..rfmLLI I• I• I• 1• 1• I• N I• I• I• .' 90-02 SCOPE OF PAYMENT. The contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of. the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the contractor which results directly from such alterations or indirectly from his unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT OF OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the owner. Should the engineer omit or order nonperformance of a contract item or portion of such item from the work, the contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the contractor or delivered on the work prior to the date of the engineer's order will be paid for at the actual cost to the contractor and shall thereupon become the property of the owner; In addition to the reimbursement hereinbefore provided, the contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the engineer's order. Such additional costs incurred by the contractor must be directly related to the deleted contract item and shall be supported by certified statements by the contractor as to the nature and amount of such costs. 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified.in the change order or supplemental agreement authorizing such extra work. When the change order or General Provisions - 45 [: ® RATED I• supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for as follows: I• I• I• I• I. I• 19 G I• (a) Labor. For all labor (skilled and unskilled) and foreman in direct charge of a specific force account item, the contractor shall receive the rate of wage (or scale) for every hour that such labor or foreman is actually engaged in the specified force account work. Such wage (or scale) shall be agreed upon in writing before beginning the work. The contractor shall receive the actual costs paid to, or in behalf of, workers by reason of subsistence and travel allowances, health and welfare benefits, pension fund benefits or other benefits, when such amounts are required by collective bargaining agreement or other employment contract generally applicable to the classes of labor employed on the work. An amount equal to 15 percent of the sum of the above items will also be paid the contractor. (b) Insurance and Taxes. For property damage, compensation insurance premiums, unemployment insu social security taxes on the force account work the the actual cost, to which cost (sum) 5 percent will shall furnish satisfactory evidence of the rate insurance and taxes. liability, and workmen's rance contributions, and contractor shall receive be added. The contractor or rates paid for such (c) Materials. For materials accepted by the engineer and used, the contractor shall receive the actual cost of such materials delivered on the work, including transportation charges paid by him (exclusive of machinery rentals as hereinafter set forth), to which cost (sum) 15 percent will be added. (d) Equipment. For any machinery or special equipment (other than small tools) including fuel and lubricants, plus transportation costs, the use of which has been authorized by the engineer, the contractor shall receive the rental rates agreed upon inwriting before such work is begun for the actual time that such equipment is committed to the work, to which rental sum 15 percent will be added. (e) Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. (f) Comparison of Records. The contractor and the engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the contractor and engineer or their duly authorized representatives. (g) Statements. No payment will be made for work performed on a force account basis until the contractor has furnished the engineer ,with duplicate General Provisions - 46 1• ZATED „n,..3c. I. itemized statements of the cost of such force account work detailed as follows: I. I. I. I. I• I. I. (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. (3) Quantities of materials,, prices, and extensions. (4) Transportation of materials. (5) Cost of property damage, liability and workmen's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall •be accompanied and supported by receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the contractor's stock, then in lieu of the invoices the contractor shall furnish an affidavit certifying that such materials were taken from his stock, that the quantitiy claimed, was actually used, and that the price and transportation claimed represent the actual cost to the contractor. The additional constitute full provided for the shall constitute payment, based on the percentages specified above, shall compensation for all items of expense not specifically force account work. The total payment made as provided above full compensation for such work. 90-06 PARTIAL PAYMENTS. Partial payments will be made at least once each month as the work progresses. Said payments will be based upon estimates prepared by the engineer of the value of the work performed and materials complete in place in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled. PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due the contractor since the last estimate amounts to less than five hundred dollars. From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be deducted and retained by the owner until the final payment is made except, as may be provided in the Contract or (at the contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (90 percent) of the amount payable, less all previous payments, shall be certified for payment. Should the contractor exercise his option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such 10 percent retainage shall be deducted. General Provisions - 47 I. LfL�/M REED uv,..Oc. ."R"Emtt • • When no less than 95% of the work has been completed the engineer may, at his discretion and with the consent of the surety, prepare an estimate from which will be retained an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the contractor. It is understood and agreed that the contractor shall not be entitled to • demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the engineer to be a part of the final quantity for the item of work in question. • 0 • No partial payment shall bind the owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. - 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the owner.. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: (a) The material has been stored or stockpiled in a manner acceptable to the engineer at or on an approved site. (b) The contractor has furnished the engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. (c) The contractor has furnished the engineer with satisfactory evidence that the material and transportation costs have been made. (d) The contractor has furnished the owner legal title (free of liens or encumberances of any kind) to the material so stored or stockpiled. • (e) The contractor has furnished the owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. G • It is understood and agreed that the transfer of title and the owner's payment for such stored or stockpiled materials shall in no way relieve the contractor of his responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. General Provisions - 48 •' Lu.� MCO AATEO n".ec. ...er-.., I• I• I• r • I• C In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 PAYMENT OF WITHHELD FUNDS. At the contractor's option, he may request that the owner accept in lieu of the 10 percent retainage on partial payments described in the subsection titled PARTIAL PAYMENTS of this section) the contractor's deposits in escrow under the following conditions: (a) The contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the owner. (b) The contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the owner and having a value not less than the 10 percent retainage that would otherwise be withheld from partial payment. (c) The contractor shall enter into an escrow agreement satisfactory to the owner. (d) The contractor shall obtain the written consent of the surety to such agreement. 90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the engineer will prepare the final estimate of the items of work actually performed. The contractor shall approve the engineer's final estimate or advise the engineer of his objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The contractor and engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the contractor's receipt of the engineer's final estimate. If, after such 30 -day period, a dispute still exists, the contractor may approve the engineer's estimate under protest of the quantities in dispute and such disputed quantities shall be considered by the owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. General Provisions - 49 I• ®rJA ABED „fl •OC, ....f,.,,., I• I• I• I• I• I• r I• After the contractor has approved, or approved under protest, the engineer's final estimate, final payment will be .processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. ' If the contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the contractor will be paid pursuant to a supplemental, final estimate. General Provisions - 50 E] ®CO RAGED \In\LC[. I..IfEI'ltt( I. I. 1• [7 Special Provisions I. [M M RATED ✓M1I IX, OAVWEvLL I. SPECIAL PROVISIONS I. I. I. I. I. I. GENERAL. The General Provisions presented hereinbefore are basically a presentation of FAA's (the primary funding agency's) standards. These SPECIAL PROVISIONS, where in conflict with the GENERAL PROVISIONS, shall supersede and take precedence over the GENERAL PROVISIONS. Otherwise, the GENERAL PROVISIONS shall govern the work to which they apply. DESCRIPTION OF THE PROJECT. The work. to be performed under this Contract shall include the furnishing of all equipment, materials, and incidental items, and performing all labor required to construct in every detail the grading, drainage, pavement, and miscellaneous improvements associated with the construction of a new taxiway (40' wide x 1,610' long; bituminous surface) and a new parking apron (nominally 485' wide x 400' long; bituminous surface) for light aircraft. The improvements are to be located generally northeast of the central area of existing airport facilities, and the proposed taxiway shall directly adjoin the existing runway (along its eastern edge) approximately 1,900'.south of the runway's northern -most end (Runway 16). COORDINATION OF THE WORK. The work on this project consists of improvements to an airport in actual operation; therefore, the Contractor shall cooperate with the airport management so as to hold the "closed airport" time to a minimum. When the airport is open, it is imperative that construction activities be carried on in such a manner that the safety of aircraft using the airport will not be impaired in any way. Consequently, as long as a runway is open and in use, the Contractor's equipment will not be operated closer than 250 feet of any runway centerline. When a runway is closed, the Contractor shall provide and install "closed airport" symbols. These symbols shall be large X's at each end of the runway, and may be of yellow cloth or other contrasting material which will not be washed out by the rain. Additional safety and construction requirements are listed hereinafter in these SPECIAL PROVISIONS under the sub -heading SAFETY REQUIREMENTS AND CONSTRUCTION PROCEDURES. In. addition, the Contractors and/or Subcontractors must coordinate their activities so that one does not damage work previously completed by the other. PROJECT SIGN. A project sign of the type and size shown on the Plans shall be constructed and placed where designated by the Engineer. The sign shall be of plywood, metal, or other comparable materials,, approved by the Engineer. First quality oil paints with lead free base shall be applied in two coats. Other paints of quality, color, and resistance to weather may be used when approved, by the Engineer. The Contractor shall keep the sign in good repair throughout the duration of the project and keep the area near the sign well mowed. The sign shall be removed upon final inspection. I. L►L �/ F REED I• At the Contractor's option, additional signs may be constructed and installed by the individual contractors at locations approved by the Owner to show the names of their firms. Payment for the project sign shall be made at the contract lump sum price bid in the Proposal under Bid Item No. 1. SAFETY REQUIREMENTS AND CONSTRUCTION PROCEDURES. Listed hereafter are FAA "Safety Requirements on Airports During Agency Funded Construction Activity" (Order SW 5200.5). These safety requirements shall govern the construction process. Construction Activity and Aircraft Movements. I• I• I• I• I• [7 I• (a) Safety requirements for construction activity affecting aircraft movement areas have been coordinated with the airport owner (or operator) and representatives of the Airports District Office, Airports Certification Staff, General Aviation District Office, Air Carrier District Office, Air Transportation Security Field Office, Air Traffic Division (ASW-530), Airway Facilities Division (ASW-420), and Logistics Division (ASW-56) as appropriate for the particular location. As a result of this coordination, a work sequence intending a minimum of disruption to aircraft operations has been developed. The resulting restrictions imposed on the Contractor have been included as a part of the contract provisions. (b) During the time that the contractor is performing the work, the aprons, taxiways, and runways at the airport will remain in use by aircraft, to the maximum extent allowable. Aircraft operations, unless otherwise specified in the contract specifications, shall always have priority over any and all of the Contractor's operations. The Contractor shall not allow his employees, subcontractors, material suppliers or any other persons over whom he has control, to enter or remain upon any part of the airport which would be a hazardous location. Should the contractor be too close to the portion used by aircraft for safety, the Engineer may, at his sole discretion, order the contractor to suspend his operations, remove his personnel, plant, equipment, and materials to a safe distance and stand by until the runway and taxiways are no longer required for use by aircraft. Limitations on Construction. The following restrictions shall normally pertain for activity at both air carrier and general aviation airports. In cases where it has been determined that the following restrictions are inappropriate, similar requirements shall be developed on a case -by -case basis. (a) When construction work is being accomplished adjacent to an active runway when visibility minimums are greater than or as low as 3/4 mile, equipment shall not be permitted within 250 feet from the runway centerline, or within 200 feet horizontally of any aircraft on an active runway. Special Provisions - 2 1• ©1NCOi.RATED '''-it, •Oc. .n TIAJ i• I• I• I• 1• 1• 1• C7 (b) When construction work is being accomplished adjacent to an active runway when visibility minimums are below 3/4 mile, equipment shall not be permitted within 500 feet from the runway centerline. (c) All work which is too close to the runway for accomplishment during condition (a) above, shall be performed during periods when the runway is not in use. (Ref. NOTAM requirements hereafter). (d) When construction is being accomplished adjacent to an active runway, equipment below the VFR 7:1 slope but penetrating the IFR 7:1 slope shall be obstruction -marked and lighted for night operations. (e) Men, equipment or other construction material will be permitted in the approach or departure zones of active runways, provided that the construction activity is conducted below 20:1 (34:1 where visibility minimums are below 3/4 mile) approach plane originating 200 feet from end of runway. Any construction activity which is contemplated in the approach zones which would violate these planes will require consideration (threshold displacement, lighting, etc.) Threshold displacement where visibility minimums are 3/4 mile will be 200 feet from the intersection of the 20:1 slope. For visibility minimums of one mile or more, the threshold will be located where the 20:1 slope intersects the runway except that at least a 200 foot safety area will be required between the obstruction and the displaced threshold. (f) Men, equipment permitted adjacent to an is first coordinated Additionally, barricades to mark the area to construction area. or other construction related material will be apron or active taxiway provided that such activity with the users and appropriate NOTAMS issued. with flashers for night operations will be required prevent aircraft from inadvertently entering the Open trenches, excavation and stockpiled material will normally not be permitted within 250 feet of the centerline of the active runways at air carrier airports and for runways having a precision instrument approach. Coverings for open trenches must be of such strength as to support the weight of the heaviest aircraft operating on the runway. (g) Flare pots will not be permitted •for temporary lighting of pavement areas or to denote construction limits. (h) Construction equipment shall not exceed a height of 150 feet above the airport surface. Any equipment exceeding a height of 75 feet shall be obstruction -marked and lighted at night, and when not in use lowered to its stowed height. Construction Activity in the Vicinity of Navigational Aids. Construction in the vicinity of FAA navigational aids e.g., VAST, MALS) shall be accomplished with extreme care to prevent damage to the units or power cables. Special Provisions - 3 I• [MINBED uvu.x. ....ntvn.. In addition, construction vehicles shall not be permitted to block the view of the guidance lights from approaching aircraft. C U • • C • • • NO TAM S. (a) The Airport Owner through the Assistant Airport Manager for Operations shall issue the necessary Notice to Airmen (NOTAMS) to reflect hazardous conditions during construction. The Contractor shall provide the Engineer with the necessary information as to the work schedule in advance so the Engineer may coordinate, with and provide the Operations Manager with the work schedule for the issuance of the NOTAMS. It is important that NOTAMS be kept current and reflect the actual conditions with respect to the construction situation. Active NOTAMS shall be reviewed periodically and revised to reflect the current conditions. (b) Inspections will be made frequently by both the Airport Operations Manager and FAA personnel during critical phases of the work to insure that the Contractor is following the required safety procedures. - Due to the nature of the proposed project the Contractor's work schedule and working hours shall be subject to several restrictions. In order to maintain the schedule of air carrier flight operations, a portion of the project (western 200' of the proposed taxiway) must be constructed at night between the hours of 11:00 p.m. and 5:45 a.m. In addition, upon completion of each night's work, the Contractor must restore the runway safety zone to a condition meeting safety requirements for air carrier flights: The runway must be closed for a portion of the work, however runway closure shall occur only during night working hours when chartered flights are not scheduled for arrival or departure. The following sections contain additional information and requirements on the construction procedures. Work Requirements. The contractor shall provide adequate portable lighting to light his work area from several directions to minimize shadows within the work area. The rough grading operation shall be done at night with the finish grading operation to be done at night also or in daylight between aircraft operations. The grading operation shall not produce any vertical change in grade greater than 3 -inches during periods which the airport is open to air traffic. The Contractor shall lay electrical duct and cable within the runway safety area at night. Closed Runway Time. The runway shall be closed at night in order to complete taxiway work within 250' of the runway centerline. The Engineer shall schedule the closed runway period to minimize the effect upon flight operations. The Contractor shall begin grading operation on the first night the runway is closed. The runway shall remain closed each night as directed by the Engineer until the Contractor completes the grading operation and taxiway improvements within 250' of the runway centerline. Special Provisions - 4 ® ATED ont.oc. u.mnnu I• The runway safety area shall be ramped at the close of each nights work to provide a slope longitudinally with the runway centerline of 30:1 and a slope transversely with the runway centerline of 20:1. I• 1• I• I• I• 1• I• I• (a) Closed Runway Markings. The Contractor shall provide two lighted yellow closed runway crosses as shown on the Plans. The lighted crosses shall be placed at each end of the pavement at the start of each night's work. Lanterns or lights shall be placed around the crosses to outline them to aircraft. The runway lights, VAST, MALS, Beacon and Windcone lights shall be turned off during periods the runway is closed. The closed runway crosses shall be removed from the runway by the Contractor at the end of each night's work. The crosses shall remain the property of the Contractor upon completion of work. No separate payment shall be made for providing, installing, lighting and removing the closed runway crosses. (b) Flight Operations Between 11:00 p.m. and 5:45 a.m. Flight operations Metro Airlines during or the normal night Scheduled Skyways working hours flight delayed may after occur 10:30 due to p.m. delayed (c) Suspension Time. Based on information affecting the operation of aircraft, and his conclusion that the possibility of work on that night will be remote, the Engineer shall notify the Contractor no later than 10:00 p.m. that work for that night is to be suspended. Upon receipt of such notification, the Contractor shall alert his personnel not to report for work on that night. (d) Standby Time. This condition occurs when the Engineer has not directed that the project be placed under suspension as provided in subparagraph (d) above, but conditions develop that work cannot begin at 11:00 p.m. The factors controlling standby time are as follows: (1) The contractor's reporting to work at 11:00 p.m. (2) The Engineer's notification to the Contractor at or prior to 11:00 p.m. that work cannot begin at 11:00 p.m. (3) The Engineer's instruction to the Contractor to hold his personnel on standby because of the possibility of working after 11:00 p.m. The Engineer may repeat his instruction to continue on standby time at intervals of one (1) hours, or at longer intervals, as in his judgment is appropriate. Standby time shall occur, and be measured by, increments of one hour. The Contractor shall not be required to hold his personnel on standby basis later 1:00 a.m If the Contractor so selects, he may hold his personnel later than midnight, but the time after 1:00 a.m. will not be included in the measurement of standby time. Days involved in standby time will not be excluded from contract time, but shall be included in the count of consumed contract days. Special Provisions - 5 ® ATED .x. .....,,V,„, • • • • • • • • The Contractor will normally be placed on standby time if Skyways or Metros' last daily flight is delayed past 11:00 p.m. or if Skyways,.or Metro has a charter flight scheduled after 10:30 p.m. Measurement and Payment. Standby time will be measured in increments of one whole hour and payments shall be made at the unit price bid under Item No. 2 of the Proposal. (f)Legal Holidays. No holiday, including Sunday, will be observed during night .time (closed runway) work. Observation of legal holidays during the other Work Phases shall be at the discretion of the Contractor. Clean-up. From time to time the Contractor shall clean up the construction site, in order that the site present a neat appearance and the progress of the work not be impeded. One such period of clean-up shall immediately precede final inspection. Immediately following acceptance of the work by the Owner, the Contractor shall remove all temporary plant, equipment, surplus materials, and debris resulting from his operations, and leave the site in a condition fully acceptable to the Owner. Following each work shift, the runway and taxiway shall be swept clean of all loose aggregate and other foreign matter. Clean-up will not be measured for separate payment but shall be considered subsidiary work pertaining to the several items of the contract. Entrance, Parking Areas and Security. Forces of the Contractor and the Engineer shall enter and leave the airfield at the gate location(s) shown on the Plans. Only designated entrances shall be used. The gate(s) shall be unlocked at work time for access to the airfield then shall be locked for the remainder of the work day. The movement of equipment and materials shall be made through the designated gate(s). The gate(s) shall remain locked at all times except when needed for access. Should the gate(s) need to remain unlocked for, extended periods of time the contractor shall station a watchman at the gate to prevent unauthorized personnel from entering the airfield. See the paragraph which follows, entitled CONTRACTOR'S ROUTINE ACCESS TO SITE. The Contractor shall store his equipment at the location' shown on the Plans during non -working hours or at other locations approved by the Assistant Airport Manager for Operations. Schedule of Work. The schedule of each day or night's work shall be as proposed by the contractor, but subject to the approval of the Engineer no later than 10:00 p.m. in the evening of the night's work or the following day's work. The schedule need not be elaborate but shall be in detail sufficient to show clearly the exact work that the Contractor is proposing. At the first part of each operation, and until some table of experience has been developed, the proposed work shall be on the conservative side. It is vital that the runway be ready for use by aircraft at the intended time. Clearance for Use With FAA. At the end of each work period within the runway safety zone, the Engineer or the Owner's Representative shall determine that the runway is ready for return to services. They will inform the Special Provisions - 6 • l.�L� INCOP RATED �..n..a. ..inmw I• I• I• I• I• I• 1• I• I• representative of the Federal. Aviation Administration, in the control tower, of the results of their inspection. It shall be the privilege of the FAA representative to make inspections also. If such inspection is desired, the representative and the Engineer shall develop a method of inspection that will produce the required information, and without interference with the work. Radio Control. Certain construction items may require that the Contractor work in the runway safety zone while the runway is in operation but not in use. When the runway is required for use by air traffic, the Contractors shall be required to clear the safety zone of men and equipment. The Contractor shall be required to furnish one portable two-way radio. The radio shall be a four channel Ritron with the following frequencies installed: 118.5, 121.8, and 122.3. The Contractor will be furnished, by the Airport Management, one vehicle mounted radio. The radios shall be maintained in good and operable condition and shall be tuned to the specified frequency at all times. All instructions issued to the Contractor by the control tower or by the Engineer shall be complied with in a prompt manner. Upon direction from the control tower the Contractor shall move all of his equipment and personnel to an area at least 250 feet from runway centerline (200 feet from runway edge). Equipment and personnel shall not be returned to the restricted work area until permission for such return is granted by air traffic control. In the clearing of restricted work areas, movement shall not be to any area opposite the ends of the runway. Upon completion of the contract the radios shall remain the property of the Contractor. No extra payment shall be made for the radio. Motorized Vehicles. (a) When any vehicle other than those routinely used in the aircraft movement area and runway approach area is required to travel over any portion of that area, it shall be escorted by a vehicle properly identified to operate in the area or provided with a flag on a staff attached to the vehicle so that the flag will be readily visible. The flag shall be not less than 3 -foot square consisting of a checkered pattern of international orange and white squares of not less than 1 foot on each side and displayed in full view above the vehicle. A flag or escort vehicle is not required for vehicles which have, been painted, marked and lighted for routine use on aircraft movement areas. Any vehicle operating on the movement area during the hours of darkness should be equipped with a flashing red dome -type light. If the airport has a security plan, check for guidance on additional identification and control of construction equipment. (b) Vehicular traffic crossing active movement areas must be controlled either by two-way radio with the control tower, by escort, flagmen, signal light or the means appropriate for the particular airport. The clearance shall be confirmed by the driver's personal observation that no aircraft is approaching his position. (c) It will be desirable to clearly identify the vehicles for control purposes by either assigned initials or numbers prominently displayed on each Special Provisions - 7 1• L►L 6gkATED pnq.00. na nlna I• I• I• I• I• 1• 1• side. The identifying symbols shall be of 10 -inch minimum, block -type characters of a color easily read. This may be applied by use of magnetic signs to facilitate removal. In addition, all vehicles must display the identification media as specified in the approved airport security plan, if applicable. The Contractor shall also furnish two signs for the Engineer's use. The signs shall become the property of the Owner upon completion of work. No direct payment shall be made for the signs. (d) Debris, waste and loose material capable of causing damage to aircraft landing gears, propellers or being infested in jet engines shall not be placed on active aircraft movement areas. Material tracked on these areas shall be removed continuously during the work project. IDENTIFICATION OF "ENGINEER". "Engineer" shall mean the firm of McCLELLAND CONSULTING ENGINEERS, INC. which has been employed by the Owner for this work, or the firm's duly authorized agents, such agents acting severally within the scope of the particular duties entrusted to them, whose decisions shall, in all cases, be subject to final approval by the Engineer. AUTHORITY OF THE ENGINEER. The Engineer shall have the following authority: (1)to interpret the Plans and Specifications and define their intent and meaning; (2) to determine whether the work done and materials furnished are in accordance with the terms of the Plans and Specifications and to condemn such in accordance herewith; (3) to make decisions .on all matters relating to the execution and the progress of the Work; (4) to coordinate the Work of the Contractor with the Work of other contractors; (5) to stop the Work whenever, in the opinion of the Engineer, such stoppage may be necessary to insure the proper execution thereof; (6) to determine the amount payable to the Contractor from time to time for Work done under the Contract; (7) to make decisions on all controversies arising out of the Plans and Specifications or the refusal or failure of either party to perform any part thereof; (8) to give approvals and to take action to the extent necessary for the orderly and expeditious prosecution of the Work; but the Engineer shall not have authority to amend or modify the Construction Contract; (9) to delegate his responsibilities to other representatives of the Owner in connection with specific portions of the Work; Special Provisions - 8 I• LaA� IN[D RATED I• I• I• I• I• I• 1• I• (10) to disapprove or reject Work which is "defective" (which term is hereinafter used to describe Work that is unsatisfactory, faulty or defective, or does not conform to the requirements of the Plans and Specifications, or does not meet the requirements of any inspection, test or approval referred to hereafter or has been damaged prior to approval of final payment); (11) to require special inspection or testing of the Work as provided for hereafter whether or not the Work is fabricated, installed, or completed; (12) to exercise his best efforts to insure faithful performance by both the Owner and the Contractor. He will not show partiality to either and will not be liable for the result of any interpretation or decision rendered in good faith. Claims, disputes and other matters relating to the execution and progress of the Work or the interpretation of or performance under the Plans and Specifications shall be referred to the Engineer for decision; which he will render in writing within a reasonable time; All decisions and determinations made by the Engineer pursuant to the Work and communicated to the Contractor shall be binding on the Contractor unless, within thirty (30) days thereafter, written objection is filed with the Owner's Purchasing Agent demanding that the issue be determined by arbitration. LIMITATIONS OF THE ENGINEER'S RESPONSIBILITIES. Neither the Engineer's authority to act under the Plans and Specifications nor any decision made by him in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of the Engineer to the Contractor, any Subcontractor, any materialman, fabricator, supplier, or any of their agents or employees or any other person performing any of the Work. The Engineer will not be responsible for the Contractor's means, methods, techniques, or procedures of construction, or the safety precautions and programs incident thereto, and he will not be responsible for the Contractor's failure to perform the Work in accordance with the Plans and Specifications. The Engineer will not be responsible for the acts or omissions of the Contractor, or any Subcontractors, or any of his or their agents or employees, or any other persons at the site or otherwise performing any of the work. ENGINEER'S VISITS TO THE SITE. The Engineer will make periodic visits to the site to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Plans and Specifications. He will not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the Work. His efforts will be directed toward providing assurance for the Owner that the completed Project will conform to the requirements of the Plans and Specifications. On the basis of his on -site observations, he will keep the Owner informed of the progress of the Work and will endeavor to guard the Owner against defects and deficiencies in the Work of the Contractor. All of the work performed shall be subject to the inspection and approval of the Engineer. The Engineer and his representatives shall at all times have Special Provisions - 9 I• .,n..® CO ATED • • • access to the work and the materials necessary for the performance thereof, and the Contractor shall provide proper facilities for access and inspection. If the Plans and Specifications, the Engineer's instructions, laws, ordinances, or any public authority require any of the work to be tested or approved, the Contractor shall give the Engineer timely notice of its readiness for inspection and, if the inspection is by authority other than the Engineer, of the date fixed for such inspection, but any such inspection shall not diminish the necessity of inspection and approval by the Engineer. Inspections made by the Engineer shall be promptly made. If any work should be covered up without the approval or consent of the Engineer, it must be uncovered for inspection at the Contractor's expense if required by the Engineer. CONTRACTOR'S EXAMINATION. The Contractor will be held to have examined all information, documents, and drawings furnished to him by or on behalf of the Owner in connection with this Contract -and shall consult with the Engineer in • the event of any error or inconsistency or in the event any portion of the Work is not sufficiently detailed or explained, and in no event shall the Contractor proceed with the Work in uncertainty. • • • • • L It is understood and agreed that the Contractor has, by personal examination at the site, checked the material and location of the work; the type of equipment, storage space and facilities needed preliminary to,: and during execution of the work; the general and local conditions, and all other matters which may, in any way, affect or have a bearing on the work of the Contract and its costs. The Contractor also represents that he has studied all surveys and investigation reports of subsurface and latent physical conditions provided in the Specifications and made such additional surveys and investigations as he deems necessary for the performance of the Work at the Contract price in accordance with the requirements of the Plans and Specifications and that he has correlated the results of all such data with the requirements of the Plans and Specifications. Failure on the part of the Contractor to have fully informed himself of site conditions, and to fully understand the extent of the Work required, shall not excuse him in any way from his obligation to supply and install the Work in accordance with the Specifications and Plans, and under all conditions as they exist. No extra compensation will be allowed because of his failure to so inform himself. His submission of a bid on the project shall be considered as sufficient evidence that the Contractor has complied with the above requirements. ARRANGEMENT OF SPECIFICATIONS AND PLANS. Titles to sections and paragraphs in the Specifications are used merely for convenience, and shall not be taken as a correct or complete segregation of the several units of materials, equipment and labor, nor as an attempt to outline or define jurisdictional procedures. Likewise, the identifications of any Plans shall not control the Contractor in dividing the Work among Subcontractors or delineating the Work to be performed by any specific trade. No responsibility, either direct or implied, is assumed by the Engineer, or the Owner, for omissions or duplications by the Contractor or by any of his subcontractors, due to real or alleged errors in arrangement of matter in the Plans and Specifications. ®c NN ATED un.. .o[. ..nncmu Special Provisions - 10 I• I• I• I• I• I• I• 1• I• WORKMEN. The Contractor shall employ, or cause to be employed, on or in connection with the performance of the Work only persons who are fit and skilled in the work assigned. The Contractor shall at all times enforce, or cause to be enforced, strict discipline and good order among the workmen employed on the Work. Should any disorderly, incompetent, or objectionable person be employed by the Contractor, or by any subcontractor, upon or about the Construction Site, the Contractor shall, upon request of the Engineer, cause such person to be removed from the Work and not again employed thereon without the written permission of the Engineer. HORSEPLAY, FIGHTING AND ROAMING. Horseplay., scuffling, fighting or carrying of firearms is not permitted on the Construction Site. The Contractor's men shall confine their activities to the specific area of construction work. INSURANCE. The Contractor shall not commence Work under this Contract he has obtained all the insurance required under this paragraph and 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. until such (1) Worker's Compensation Insurance - The Contractor shall procure and shall maintain during the life of this Contract Worker'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 Worker's Compensation Insurance. In case any class of employees engaged in hazardous work on the Project under this Contract is not protected under the Worker'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 him employees as are not otherwise protected. The minimum limits for such insurance shall be $100,000.00 The policy(s) shall be extended to include waiver of subrogation to the Owner. (2) Contractor's less than the following Bodily Injury: hensive General Liability Insurance - For not $500,000.00 each occurrence $500,000.00 aggregate Property Damage: $250,000.00 each occurrence $250,000.00 aggregate Include the following coverage: (a) Completed Operations Coverage for not less than two (2) years. (b) Blanket Contractual Liability to cover Indemnity Agreement in accordance with Paragraph (e) on the following page of the General Conditions of the Contract for Construction. (c) Waiver of all "XCU" exclusions. (d) Broad Form Property Damage and Personal Injury Liability. Special Provisions - 11 10 ©COF FATED ..rtp SD iu,nrovI I• (e) Independent Contractor's Coverage. r 1 '0,, 1• I• 1• I• I• (3) Contractor's less than the following Bodily Injury: Property Damage: rehensive Automobile Liabilit 41-c. nC 14,k4144.,. $ 500,000.00 each person . $1,000,000.00 each occurrence $ 100,000.00 each occurrence Include Hired car and Non -Ownership Coverage. - For not (4) Contractor's Excess Umbrella Policy - $1,000,000.00 limit of liability policy shall be provided. (5) Indemnification - The Contractor shall indemnify and hold harmless the Owner and the Engineer and their agents and employees from and against all claims, damages, losses and expenses including attorney's fees -arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom, and (2) is caused in whole or in part by any negligent act or omission of the Contractor, and Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. In any and all claims against the Owner or the Engineer or any of their agents or employees by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor any Subcontractor under worker's compensation acts, disability benefit acts or other employee benefit acts. (6) Builder's Risk (all-risk) Insurance - The Contractor shall procure and shall maintain during the life of this Contract, Builder's All Risk Insurance at 100 percent (100%) of the completed value basis on the insurable portion of the project (insurance to include damage due to blasting operations). The Owner, the Contractor, and Subcontractors (as their interests may appear) shall be named as the insured. (7) 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." Special Provisions - 12 I• © [t IPbAATED ..nu.oc. • • • C •1 • C • • • 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 (established by letter from the Owner to the Contractor). 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. It shall be the entire responsibility of the Contractor to purchase and place in effect during the entire life of the Project, all insurance and bonds as applies to the Project and is requested herein. SUBCONTRACTORS. The Contractor shall not assign or sublet all or any part of this 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 General 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. CONTRACTOR'S ROUTINE ACCESS TO SITE. The Plar be constructed by the Contractor for the use c suppliers, etc. in gaining routihe access Payment for providing the gate, complete with shall be made subsidiary to payment for other payment will not be made for the gate, posts, s show the location of a gate to f his employees, subcontractors, :o the site on a daily basis. a suitable locking arrangement, bid items of the Contract. Extra lock, etc. By special arrangement with the Engineer and Owner, the Contractor may secure permission to utilize an existing gate at the north end of the airport property for moving in heavy equipment and/or off -site borrow material. At all times which either of the gates used by the Contractor or any of his subcontractor's suppliers, etc. is unlocked the Contractor shall provide a watchman to.preclude trespassing by unauthorized persons. PARKING FOR THE CONTRACTOR'S WORK FORCE. The Plans show the location of an area which may be utilized for off-street parking for employees, subcontractors, suppliers, etc. working for the Contractor. Payment associated with clearing, draining, grading, etc. the site so that it is acceptable for utilization is to be made subsidiary to other pay items of the Contract. Extra payment for this work will not be made. Personal/private vehicles will not be permitted beyond the limits of the temporary parking area as shown on the Plans. FIELD OFFICE FOR THE ENGINEER. Section 60-05 of the GENERAL PROVISIONS, regarding the field office for the Engineer, is amended as follows: the Contractor shall not be required to provide field office space for the Engineer at the Project site. OWNER -FURNISHED MATERIALS. Section 60-02 of the GENERAL PROVISIONS, as related to Owner -furnished materials is clarified as follows: there are no Special Provisions - 13 • © RATED p4..Oc. u.mhiw 0 owner -furnished materials planned for this project. All materials required for completion of the project are to be provided by the Contractor., • • CAUTION - GAS LINE! The Plans show the approximate location of an existing gas. line north of the vicinity of the project area. Arkansas Western Gas Company, (see Section 70-15 of the GENERAL PROVISIONS) must be contacted a minimum of 48 hours prior to the commencement of construction to stake the precise location of the gas line. Once located the gas line shall be carefully protected. Routine construction operations shall not be conducted within ten (10') feet either side of the line. If specific operations closer than ten feet (10') are required during the work, the gas utility shall be contacted 24 hours in advance and afforded the opportunity to have a representative on site during that period of time when such construction effort is required. USE OF EXPLOSIVES. Section 70-09 of the GENERAL PROVISIONS is clarified as follows: the use of explosives on this project is thought to be unnecessary. If for some unforeseen reason the Contractor feels that the use -of explosives is indicated, he shall notify the Engineer a minimum of seven (7) days prior to the intended use of explosives in order that the Engineer may coordinate the required notification with the Owner. • i • G r Under no circumstance shall the Contractor be permitted to use explosives without first providing insurance certificates for "underground hazards" and "dynamiting" in required amounts. PARTIAL ACCEPTANCE. Sections 50-14 and 70-13 of the GENERAL PROVISIONS do not apply to this project. The entire project, taxiway and apron, are to be satisfactorily completed and ready for the Owner's use before either will be accepted. PROGRESS SCHEDULE. Section 80-03 of the GENERAL PROVISION is emphasized. Within 7 days following execution of the Contract, the Contractor shall provide the Engineer with a suggested progress schedule for the project. The schedule shall be subject to approval by the Engineer. At least monthly, generally in conjunction with the processing of requests for partial payment, the Engineer and Contractor shall review the progress schedule, assess whether the project is on schedule, and adjust the schedule as necessary to maintain the required project completion date. Alterations to the progress schedule may require that the Contractor implement a larger work force and/or work weekends and/or holidays to meet the required deadline. Extra payment will not be made for required changes in size of work force or work hours. NIGHT TIME WORK. Because some of the work to be performed lies within the runway safety zone area, night time work will be required to preclude interference with normal daily aviation operations. Generally, night time work can be performed between the hours of 11:00 p.m. and 5:45 a.m. However, specific permission must be requested and granted for any and all night time Special Provisions - 14 • LIN ATED 7n.,.i , - mmrvu. I• I0 r I• 1 0" I• I• I• I• I• work or work to be performed within the runway safety zone. In these cases, the Engineer shall be notified a minimum of 48 hours in advance of the desired construction times and the Engineer shall coordinate and secure the approval of the Owner and FAA officials, or arrange for an alternate time for the construction improvements to be made. See SAFETY REQUIREMENTS AND CONSTRUCTION PROCEDURES included hereinbefore. CONTRACTOR TO PERFORM CONSTRUCTION STAKING. Special attention is called to the fact that the Contractor will be required to perform his own construction staking. The Engineer, however, will provide a reference line for project alignment and a temporary bench mark from which the Contractor may work. Thereafter it will be the Contractor's responsibility to set all grade hubs (blue tops), clearing stakes, slope stakes, etc. All of the Contractor's survey work will be subject to the review of the Engineer's representative as a part of the construction observation process. In addition to the locations where spot elevations are shown on the grading plan, the Contractor will be required to set grade hubs at a maximum of fifty (50') foot centers for construction of the subbase and base courses. OTHER CONTRACTORS. The Owner may perform additional work related to the Project by himself, or he may let other direct contracts therefore similar to this one. The Contractor shall afford the other contractors who are parties to such direct contracts (or the Owner, if he is performing the additional work himself), reasonable opportunity for the introduction and storage of materials and equipment and the execution of Work, and shall properly connect and coordinate his Work with theirs. If any part of the Contractor's Work depends on proper execution or results upon the Work of any such other contractor (or Owner), the Contractor shall inspect and promptly report to the Engineer in writing any defects or deficiencies in such Work that render it unsuitable for such proper execution and results. His failure to so report shall constitute an acceptance of the other Work as fit and proper for the relationship of his Work except as to defects and deficiencies which may appear in the other Work after the execution of this Work. The Contractor shall do all cutting, fitting and patching of his Work that may be required to make its several parts come together properly and fit it to receive or be received by such other Work. The Contractor shall not endanger any Work of others by cutting, excavating or otherwise altering their Work and will only cut or alter their Work with the written consent of the Engineer and of the other contractors whose Work will be affected. If the performance of additional Work by other contractors or the Owner is not noted in the Plans and Specifications prior to the execution of the Contract, written notice thereof shall be given to the Contractor prior to starting any such additional Work. If the Contractor believes that the performance of such additional Work by the Owner or others involves him in additional expense or • ®dbRA ` EEO .'n.l.X. Special Provisions - 15 I• entitles him to an extension of the Contract Time, he may make a claim therefore. I• I• C: I• I• I• 1• I0 1• AS -BUILT DRAWINGS. The Contractor shall keep one record copy of all Project Specifications, Plans, Addenda, Modifications, and Shop Drawings at the site in good order and annotated to show all changes made during the construction process. These shall be available to the Engineer and shall be delivered to him for the Owner prior to final acceptance of the Project. PUBLICITY. No information relative to the Work shall be released by the Contractor, either before or after completion of the Work, for publication or for advertising purposes without the prior written consent of the Owner and the Engineer. MODIFICATIONS AND WAIVERS. No change in, addition to, or waiver of any of the provisions of the Construction Contract shall be binding upon either Party unless in writing signed by an authorized representative of such Party. No waiver by either Party of any breach of the other Party of any of the provisions of the Construction Contract shall be construed as a waiver of any subsequent breach, whether of the same or of a different provision of the Construction Contract. STANDARDS. Materials or processes for which ASTM standards have been adopted shall, unless in conflict with specified requirements, meet the requirements of the latest edition of the ASTM standards. Where a specified material is followed by a reference to a specification, standard, test method or code such as "ASTM C150", "ASA Code", etc., it shall be understood to mean that the material shall meet the requirements of the referenced specification, standard, test method or code; and, except where a specific edition is referred to, it shall be understood that the latest edition including additions and/or amendments thereto, as of the date the Contract is awarded, shall apply to Work under this Contract. TESTING. The Engineer will conduct compaction tests on earthwork, as necessary to assure proper compaction and therefore, a stable taxiway, apron, and taxiway safety area. Also, concrete cylinder tests will be made by the Engineer of the concrete used in the project at 7 days and 28 days of age to assure that quality concrete is being delivered to the job. The cost of the tests will be borne by the Owner, except that retests, made after first tests have failed, will be paid for by the Contractor. In view of this, the Contractor will want to be certain that he is ready for tests when he requests that they be made. PAYMENT FOR STORED MATERIALS. If the Contractor desires to be paid for "stored materials" in conjunction with one of the monthly progress payments, he shall provide the following documentation to the Engineer: Special Provisions - 16 1• ?LS'NCO HATED ,,nu .p[. u.m.Pu. I• I• I• 1• �• I• I• I• 1• (1) Itemized invoices from the supplier(s) of the materials giving a clear description of each stored item and its individual value. Invoices shall be clearly descriptive and identified as being for the particular project covered by these Specifications. (2) Insurance certificates covering the total value of all materials stored "off -site" (one for each separate off -site location) listing both the Owner and the Contractor as insureds "as their interests may appear (3) Legal titles to all items of stored materials certifying that the items are "free of liens and encumberances". COST OF PLANS AND SPECIFICATIONS. The Engineer shall provide to the Contractor a sufficient number of sets of Plans and Specifications to permit the Contractor to construct the project. The Contractor shall, in return, compensate the Engineer with a lump sum payment of two hundred dollars ($200.00). Special Provisions - 17 If L� CO HATED ..n...w. .... rt.ru. I• I• I• I• C C I• I• 1• C FAA Standard Specifications (As Revised for This Project) C HATED UnU-Oh 'A (!Lunt( i• P-152 EXCAVATION AND EMBANKMENT I• I• I• I• I• I• I. I. DFSCRTPTTON 152-1.1 GENERAL. Generally, this from the areas to receive pavement the extent required, as compacted new pavement sections; and stockpi Owner's subsequent use. Final hereunder. work shall consist of: stripping topsoil sections; placing the stripped topsoil, to embankment to form sideslopes against the ing the excess excavated material for the grading for drainage is also included This item shall include excavating, removing, and satisfactorily disposing of all materials within the limits of the work required to construct the taxiway and apron and other areas for drainage, parking, or other purposes in accordance with these Specifications and in conformity with the dimensions and typical section shown on the Plans and with the lines and grades set .forth on the Plans. Material taken from on -site excavation shall be used in constructing side slopes as indicated on the Plans. Under no circumstance is material excavated do -site to be utilized to construct embankment underneath, or as a part of, pavement sections. Since the volume of the on -site excavation exceeds that required to construct the sideslopes to the grades indicated, the excess excavated material shall be stockpiled as indicated on the Plans. Temporary stockpiling of material followed by rehandling the material for placement in compacted embankment, or for any other reason, shall not constitute justification for additional payment. All fill material for constructing pavement sections, as shown on the Plans, shall be supplied from an off -site borrow location(s) approved by the Engineer. 152-1.2 CLASSIFICATION. Excavation of all material shall be defined as II Unclassified Excavation "Unclassified Excavation" shall include all excavation performed under this item regardless of the material encountered. CONSTRUCTION METHODS 152-2.1 GENERAL. The rough excavation shall be carried to the necessary depth to remove all topsoil within the areas to receive the pavement sections. However, a minimum depth of excavation of one (1') foot shall be required in all areas to receive pavement sections. The depth of subgrade densification shall be a minimum of six (6") inches. Should the Contractor, through negligence or other fault, excavate below the designated lines, he shall replace the excavation with approved off -site materials, in an approved manner and condition, at his own expense. The Engineer shall have complete control © CO HATED unu ax. ...TIvlY I• I• I• I• I• [7 I• over the excavation, moving, placing, and disposition of all material and shall determine the suitability of material to be placed in embankments. Topsoil shall not be used in fills under areas to be paved or in subgrades but shall be handled and placed as directed. The Contractor shall inform and satisfy himself as to the character, quantity, and distribution of all material to be excavated. No payment will be made for any excavated material which is used for purposes other than those designated. All stockpile areas shall be leveled to a uniform line and section and shall present a neat appearance before project acceptance. Those areas outside of the pavement areas in which the top layer of soil material becomes compacted, due to hauling or to any other activity of the Contractor, shall be scarified and disced to a depth of 4 inches, as directed, to loosen and pulverize the soil prior to seeding. If tt is necessary to interrupt existing surface drainage, sewers or underdrainage, conduits, utilities, or similar underground structures, or parts thereof, the Contractor shall be responsible for and shall take all necessary precautions to protect and preserve or provide temporary services. When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal, if necessary. The Contractor shall, at his own expense, satisfactorily repair all damage to such facilities or structures which may result from any of his operations during the period of the Contract. 152-2.2 EXCAVATION. Excavation shall be performed as indicated on the Contract plans to the lines, grades, and elevations shown or as directed by the Engineer, and shall be made so that the requirements for formation of embankments can be followed. In general, the Test Pit Logs (See Appendix) indicate that the topsoil layer within the area of construction is ten (10") to twelve (12") inches thick. No excavation or stripping shall be started until the Contractor has staked out the proposed work. Excavation is to consist'of removing the topsoil layer within areas which are to receive a pavement section. All material encountered within the limits indicated shall be removed as directed. During the process of excavation, the grade shall be maintained so that it will be well drained at all times. When directed, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the work. If, at the time of excavation, it is not possible to place any material in its proper section of the permanent construction, it shall be stockpiled in approved areas for later use. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth, specified, to provide a satisfactory foundation. Unsatisfactory materials shall be stockpiled with topsoil at a location shown on the Plans. All material so excavated shall be paid for at the contract unit price per cubic yard for "Unclassified Excavation". The portion so excavated shall be refilled with suitable FAA Standard Specifications - 2 r © 4EEo uny•CC. unrtn•uI I• I• I• I• I• I• I• 1• material as specified, obtained from the off -site borrow area and thoroughly compacted by rolling. Where trenching out is done to provide for a course of pavement, the depths thus created shall be ditched at frequent intervals to provide adequate drainage. The Contractor shall make the distribution as indicated on the Plans. Widening or narrowing of the section and raising or lowering of the grade to avoid haul will not be permitted. The right is reserved for the Engineer to make minor adjustments or revisions in lines or grades, if found necessary, as the work progresses due to discrepancies in the plans or to obtain satisfactory construction. Overbreak, including slides, is that portion of any material displaced or loosened beyond the finished work as planned or authorized by the Engineer. Payment will not be made for the removal of overbreak. ' In cut areas, the subgrade under areas to be paved shall be compacted to the depths and to the densities at optimum moisture as shown on the Plans or as specified in the Specifications, or when not otherwise shown or specified to a minimum depth of 6 inches and to a density of not less than 95%, of the maximum density at optimum moisture as determined by the compaction control tests specified in FAA T-611. Any unsuitable materials encountered shall be removed as directed by the Engineer and paid for as specified. No payment or measurement for payment will be made for suitable materials removed, manipulated, and replaced in order to obtain density. Any removal, manipulation, aeration, replacement, and recompaction of suitable materials necessary to obtain the required density shall be considered as incidental to the excavation and embankment operations, and shall be performed by the Contractor at no additional cost to the project. All side slopes shall be uniformly dressed to the slope, cross section, and alignment shown on the plans or as directed by the Engineer. Blasting, when necessary, will be permitted only when proper precautions are taken for the protection and safety of all persons, the work, and the property. See the SPECIAL PROVISIONS, regarding USE OF EXPLOSIVES. All damage done to the work or property shall be repaired at the Contractor's expense. All operations of the Contractor in connection with the transportation, storage, and use of explosives shall be coordinated with the Engineer. No circumstance shall relieve the Contractor of his sole responsibility in blasting operations. 152-2.3 BORROW EXCAVATION. Borrow excavation shall consist of excavation made from borrow areas outside the airport. Borrow excavation shall be made only at designated locations and within the horizontal and vertical limits as directed. Since borrow sources are outside the boundaries of the airport property, it shall be the Contractor's responsibility to locate and obtain the supply, FAA Standard Specifications - 3 1• 11 a ATED p.p k .pQ 0NtnryM1\t • • • • • • • subject to the approval of the Engineer. Engineer, sufficiently in advance of the necessary measurements and tests can be shall be disposed of as directed. All immediately to expose the vertical face material to enable obtaining a uniform excavated to regular lines and shall be dre The contractor shall notify the beginning of excavation, so that made. All objectionable material borrow pits shall be opened up of various strata of acceptable product. Borrow pits shall be fined. The off -site borrow materialmay be a locally available red silty clay with broken chert, provided a minimum of 50% of the material is retained on the No. 4 sieve. Other locally available borrow material may be approved providing the material has a Plasticity Index of 20, or less and a Liquid Limit of not greater than 40.. 152-2.4 DITCH EXCAVATION. Ditch excavation shall consist of excavating for drainage ditches such as intercepting, inlet or outlet, levee construction, or any other type as designed or as shown on the Plans. The work shall be performed in the proper sequence with the other construction. The location of all ditches or levees shall be established on the ground. All excavated material shall be placed in stockpile areas as directed. Intercepting ditches shall be constructed prior to the staring of adjacent excavation operations. All necessary handwork shall be performed to secure a finish true to line, elevation, and cross section., as designated. Ditches constructed on the project shall be maintained to the required cross section and shall be kept free from debris or obstructions until the project is accepted. Where necessary, sufficient openings shall be provided through stockpile areas to permit drainage from adjacent lands. No separate payment will be made for ditch excavation other than for the material removed which will be paid for at the unit price for "Unclassified Excavation". 152-2.5 PREPARATION OF EMBANKMENT AREA. Embankme in accordance with the requirements in Para. depressions or holes below the ground surface suitable off -site borrow material and compacted to construction of the embankment will be permitted to Immediately prior to the upon which the embankment means of a disc harrow or inches. Scarifying shall fill. All roots, debris, cause interference with t removed from the area (approximately 3 inches) scarified foundation and Specifications. nt areas shall be stripped 152-2.6, hereafter. All shall be backfilled with ground surface before the start. placing of the embankment materials, the subgrade is to be placed; shall be scarified and broken by plow, or other approved equipment, to a depth of 6 be done approximately parallel to the axis of the large stones, or objectionable material that would he compaction of the foundation or fill shall be and disposed of as directed. A thin layer of the fill material shall be spread over the the whole area compacted as required in the No direct payment shall be made for the work performed under this section. FAA Standard Specifications - 4 C7 ©INCO WRATED .mu .x. u.ennxu • • • • • • • • • 152-2.6 STRIPPING. All vegetation such as brush, heavy sods, heavy growth of grass, decayed vegetable matter, rubbish, and other unsuitable (topsoil) material within the area upon which embankment for pavement sections is to be placed shall be stripped or otherwise removed before the embankment is started, and in no case shall such objectionable material be allowed in or under the embankment. No direct payment will be made for stripping. The yardage of stripped materials removed shall be paid for at the contract unit price per cubic yard for "Unclassified Excavation"_. 152-2.7 FORMATION OF EMBANKMENTS. No embankment shall be constructed until the Engineer has approved the stripped subgrade. Embankments shall be formed entirely of off -site borrow material in accordance with Section 152-2.3. The grading operations shall be conducted, and the various soil strata shall be placed, to produce a soil structure as shown on the typical cross section or as directed. All materials entering the embankment shall be reasonably free of organic matter such as leaves, grass, roots, and other objectionable material. Soil, granular material, shale, and any other material permitted for use in embankment shall be spread in successive layers as specified. Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing weather, or other unsatisfactory conditions of the field. The contractor shall drag, blade, or slope the embankment to provide proper surface drainage. The material in the layers shall be of the proper moisture content before rolling to obtain the prescribed compaction. Wetting or drying of the material and manipulation when necessary to secure a uniform moisture content throughout the layer shall be required. Should the material be too wet to permit proper compaction or rolling, all work on all portions of the embankment thus affected shall be delayed until the material has dried to the required moisture content. Sprinkling shall be done with approved equipment that will sufficiently distribute the water. Sufficient equipment to furnish the required water shall be available at all times. Samples of all embankment materials for testing, both before and after placement and compaction, will be taken at frequent intervals. From these tests, corrections, adjustments, and modifications of methods, materials, and moisture content will be made to construct the embankment. Rolling operations shall be continued until the embankment is compacted to not less than 95% of the maximum density, at optimum moisture, as determined by the FAA compaction control tests T-611. Under all areas to be paved, the embankment shall be compacted to the depths and to the densities at optimum moisture as shown on the Plans or as specified in the Specifications, or, when not otherwise shown or specified, to a minimum depth of 6 inches and to a density of not less than 95% of the maximum density at optimum moisture as determined by the compaction control tests specified in FAA T-611. On all areas outside of the pavement areas, no compaction will be required on the top FAA Standard Specifications - 5 ® ATED unu .m. I• compaction will be required on the top 4 inches. Any areas inaccessible to a roller shall be consolidated and compacted by mechanical tampers.' 1• I• 1• I• I• 1• I• I• During construction of the embankment, equipment at all times, both when loaded they are placed and shall distribute the of the embankment. The equipment shall hardpan, cemented gravel, clay, or other up into small particles and become incorpo layer. the Contractor shall route his and when empty, over the layers as travel evenly over the entire width be operated in such a manner that chunky soil material will be broken rated with the other material in the In the construction of embankments, starting layers shall be placed in the deepest portion of the fill; as placement progresses, layers shall be constructed approximately parallel to the finished pavement grade line. When rock and other embankment material are excavated at approximately the same time, the rock shall be incorporated into the outer portion of the embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches in their greatest dimension will not be allowed in the top 6 inches of the subgrade. Rock or boulders shall not be disposed of outside of the excavation or embankment areas, except at places and in the manner designated by the Engineer. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. The Contractor shall be responsible for the stability of all embankments made under the contract and shall replace any portion which, in the opinion of the engineer, has become displaced due to carelessness or negligence on the part of the Contractor. 152-2.8 EQUIPMENT. The Contractor may use any type of earth -moving, compaction, and watering equipment he may desire or has at his disposal, provided the equipment is in a satisfactory condition and is of such capacity that the construction schedule can be maintained as planned by the Contractor and as approved by the Engineer in accordance with the calendar date deadline for the completion of construction. The Contractor shall furnish, operate, and maintain such equipment as is necessary to control uniform density, layers, section, and smoothness of grade. 152-2.9 PREPARATION AND PROTECTION OF THE TOP OF THE SUBGRADE. On areas to be paved, the specified depth in cut areas and the top of embankment shall be compacted to the density specified. When completed, the surface shall be true to the lines, grades, and cross section shown on the Plans or as directed by the Engineer. After all drains, structures, ducts, and other underground appurtenances along the edges or under the pavement have been completed, the subgrade shall be compacted to the depth specified at not less than 95% of the maximum density at optimum moisture as determined by the compaction control tests specified in FAA T-611. Any irregularities or depressions that develop under rolling shall be corrected by loosening the material at these places and FAA Standard Specifications - 6 I• L�L�CORATED .IrILII e. u.evvu, • T adding, removing, or replacing material until the surface is smooth and uniform. Any portion of the area which is not accessible to a roller shall be compacted to the required density by approved mechanical tampers. The • material shall be sprinkled with water during rolling or tamping, when directed by the Engineer. • • • • 152-2.11 TOLERANCES. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 16 -foot straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of 1/2 inch, or shall not be more than 0.05 foot from true grade as established by grade hubs or • pins. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials, reshaping, and recompacting by sprinkling and rolling. All soft and yielding material and material which will not compact readily when rolled or tamped shall be removed as directed by the Engineer and replaced with suitable material. After grading operations are complete, all loose stones larger than 2 inches in their greatest dimension shall be removed from the surface of all proposed graded paving areas and disposed of as directed by the Engineer. At all times, the top of the subgrade shall be kept in such condition that it will drain readily and effectively. In handling materials, tools, and equipment, the Contractor shall protect the subgrade from damage by laying planks when directed and shall take other precautions as needed. In no case will vehicles be allowed to travel in a single track. If ruts are formed, the subgrade shall be reshaped and rolled. Storage or stockpiling of materials on the top of the subgrade will not be permitted. Until the subgrade has been checked and approved, no subbase, base, surface course, or pavement shall be laid thereon. 152-2.10 HAUL. No payment will be made separately or directly for haul on any part of the work. All hauling will be considered a necessary and incidental part of the work and its cost shall be considered by the Contractor and included in the Contract unit price for the pay items of work involved. [I • • The surface shall be of such smoothness that it will not vary more than 0.10 of a foot from true grade as established by grade hubs. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. 152-2.12 TOPSOIL. Topsoil shall be salvaged from stripping or other grading operations. If, at the time of excavation or stripping, the topsoil cannot be placed in its proper and final section of finished construction, the material shall be stockpiled as shown on the Plans. Stockpiles shall not be placed within 50 feet of pavement areas. The Contractor shall set grade stakes for grading operations in both cut and fill so that the topsoil will be placed at the finished plan elevation. FAA Standard Specifications - 7 • RATED vin..®CO 1• I• I• 1• I• r I• I• No direct payment will be made for topsoil as such under Item P-152. The quantity removed and placed or stockpiled shall be paid for at the appropriate contract unit price per cubic yard. METHOD OF MEASUREMENT 152-3.1 Excavation shall be paid for by the number of cubic yards of material excavated, as measured in its original position. Pay quantities shall be accepted as the Plan quantity presented in the Proposal, which has been computed from the cross-sectional information shown on the Plans by using the "average end areas" method, to the nearest 0.1 foot. Only officially executed change orders or authorized work beyond that described in the initial contract documents shall constitute justification for consideration of increasing or decreasing the excavation quantity beyond that stated in the Proposal 152-3.2 Compacted embankment for constructing sideslopes using on -site excavated materials shall be paid for by the number of cubic yards placed, and measured in its final position. The pay quantity shall be accepted as the Plan quantity presented in the Proposal, which has been completed from the cross-sectional information shown on the Plans by using the "average end areas" method to the nearest 0.1 foot. Only officially executed change order or authorized work beyond that described in the initial contract documents shall constitute justification for consideration of increasing or decreasing the quantity for this' item beyond that stated in the Proposal. 152-3.3 Uncompacted embankment for building the stockpile of on -site excavated material shall be paid for by the number of cubic yards of material stockpiled. The pay quantity shall be accepted as the Plan quantity presented in the Proposal, which has been computed by subtracting the calculated volume of embankment for construction of sideslopes (per item 152-3.2, above) from the calculated volume of on -site excavation (per item 152-3.1, above). The Contractor shall not remove any excavated material from the site without the Engineer's approval, and material which is suitable for stockpiling but is hauled away from the site will be deducted from the proposed quantity for payment. Only officially executed change orders or authorized work beyond that described in the initial contract documents shall constitute justification for consideration of increasing or decreasing the stockpiled quantity beyond that stated in the Proposal. FAA Standard Specifications - 8 I• ?i� INCOp RATED • S S S S 152-3.4 Compacted off -site borrow for subgrade shall be paid for by the number of cubic yards placed and measured in its final position._ The pay quantity shall be accepted as the Plan quantity presented in the Proposal, which has been completed from the cross-sectional information shown on the Plans by using the "average end areas" method to the nearest 0.1 foot. Only officially executed change order or authorized work beyond that described in the initial contract documents shall constitute justification for consideration of increasing or decreasing the quantity for this item beyond that stated in the Proposal. BASIS OF PAYMENT 152-4.1 Payment shall be made at the Contract unit price per cubic yard for "unclassified excavation." This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. - 152-4.2 Payment shall be made at the Contract unit price per cubic yard for compacted embankment for construction of sideslopes from material excavated on -site. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.3 Payment shall be made at the Contract unit price per cubic yard for uncompacted embankment for construction of the stockpile from material excavated on -site. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.4 Payment shall be made at the Contract unit price per cubic yard for compacted borrow for construction of subgrade from off -site material. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Bid Item No. 4 Unclassified On -Site Excavation, per cubic yard. Bid Item No. 5 Compacted Embankment for Sideslopes, per cubic yard. • Bid Item No. 6 Uncompacted Embankment for Stockpile, per cubic yard. Bid Item No. 7 Compacted Off -site Borrow, per cubic yard. S • FAA Standard Specifications - 9 0 Z 5 ATED Ofl LI . • P-153 WATERING • 0 • • • C 0 • • DESCRIPTION 153-1.1 This item shall consist of furnishing and applying water required in the compaction of subgrades, subbases, base courses, and for other purposes in accordance with the requirements of these Specifications or as directed by the Engineer. CONSTRUCTION METHODS 153-2.1 Water, when required, shall be applied at the locations, in the amounts, and during the hours, including nights, as directed by the Engineer. An adequate water supply shall be of ample capacity and of such design as to assure uniform application of water in the amounts directed by the Engineer. 153-3.1 Not applicable. METHOD OF MEASUREMENT BASIS OF PAYMENT 153-4.1 The bid schedule does not contain an estimated quantity for watering. The performance of this work including providing and maintaining water plant(s), shall not be paid for directly but shall be considered as a subsidiary obligation of the Contractor covered under other contract items. FAA Standard Specifications - 10 C ®Ri➢P4110 .nu.x. ..meva i• P-209 CRUSHED AGGREGATE BASE COURSE ES BESCRTPIT ON I• [' I• I• [7 I• 1• 209-1.1 This item shall consist of a base course composed of crushed aggregates constructed on the prepared underlying course in accordance with these Specifications and shall conform to the dimensions and typical cross sections shown on the Plans. MATERIALS 209-2.1 AGGREGATE. The aggregate shall be crushed stone. The fine aggregate shall be screenings obtained from crushed stone. The crushed stone shall consist of hard, durable particles or fragments of stone, free from dirt or other objectionable matter, and shall contain not more than 8% of flat, elongated, soft, or disintegrated pieces. The crushed aggregate shall have a percent of wear not more than 45 at 500 revolutions, as determined by AASTHO T 96 (Los Angeles Rattler Test). The crushed aggregate shall not show evidence of disintegration nor show a total loss greater than 12% when subjected to 5 cycles of the sodium sulphate accelerated soundness test using AASHTO T 104. All materials passing the No. 4 mesh sieve produced in the crushing operation of the stone, shall be incorporated in the base material unless there is an excessive amount which, if included, would not meet the gradation requirements. The crushed aggregate shall meet the requirements of the gradation given in the following table when tested in accordance with AASHTO T 11 and T 27. Sieve designation (square openings) Percentage by weight passing sieves 11 inch 100 3/4 inch 40-90 No. 4 25-50 No. 40 10-30 No. 200 3-10 FAA Standard Specifications - 11 • Ek!A ris8 MATED un p.x. Yvntvn\t I• I• I• I• I• 1• 1• 1• I• I• The gradations in the table represent the limits which shall determine suitability of aggregate for use from the sources of supply. The final gradations decided on within the limits designated in the table shall be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieves or vice versa. The amount of the fraction of material passing the No. 200 mesh sieve shall not exceed one half the fraction passing the No. 40 mesh sieve. The portion of the base aggregate, including any blended material, passing the No. 40 mesh sieve shall have a liquid limit of not more than 25 and a plasticity index of not more than 6 when tested in accordance with AASHO T 89 and T 90. The selection of the gradation shown in the table shall be such that the maximum size aggregate used in any course shall not be more than two thirds the thickness of the layer of course being constructed. 209-2.2 ADDITIONAL FINE MATERIAL. If additional fine material, in excess of that naturally present in the base course material, is necessary for correcting the gradation to the limitations of the specified gradation, or for the satisfactory bonding of the base material, or for changing the soil constants of the material passing the No. 40 mesh sieve, it shall be uniformly blended and mixed with the base course material •at the crushing plant. There shall be no reworking of the base course material in -place to obtain the specified gradation. The additional fine material for this purpose shall be obtained from the crushing of stone, and when used, shall be of a gradation as necessary to accomplish the specified gradation in the final mixed base course material. CONSTRUCTION METHODS 209-3.1 OPERATION AT SOURCES OF SUPPLY. stripping of quarries and pits, including shall be performed by the Contractor at shall be obtained from approved sources. magner that shall secure a uniform and sa All work involved in clearing and the handling of unsuitable material, his own expense. The base material The material shall be handled in a tisfactory product. 209-3.2 EQUIPMENT. All equipment necessary for the proper construction of this work shall e on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. 209-3.3 PREPARING UNDERLYING COURSE. The underlying course shall be checked and accepted by the Engineer before placing and spreading operations are started. Any ruts or soft, yielding places caused by improper drainage conditions, hauling, or any other cause, shall be corrected and rolled to the required compaction before the base course is placed thereon. FAA Standard Specifications - 12 1• MATED u T1.IX. INpllnitl • • • U •. Grade control between the edges of the runways shall be accomplished by grade stakes, steel pins, or forms placed in lanes parallel to the centerline of the pavement and at intervals sufficiently close that string lines or check boards may be placed between the stakes, pins, or forms. To protect the underlying course and to insure proper drainage, the spreading of the base shall begin along the centerline of the pavement on a crowned section or on the high side of the pavement with a one-way slope.. 209-3.4 PLANT MIX. The base material shall be uniformly blended during crushing operations or mixed in an approved plant. The type of plant may be either a central proportioning and mixing plant or a traveling plant. The plant shall blend and mix the materials to meet these Specifications and to secure the proper moisture content for compaction. 209-3.5 PLACING AND SPREADING. (a,) Central Plant. The crushed aggregate base material -that has been proportioned in a crushing and screening plant, or proportioned and processed in a central mixing plant, shall be placed on the prepared underlying course and compacted in layers of the thickness shown on the Plans. The depositing and spreading of the material shall commence where designated and shall progress without breaks. The material shall be deposited and spread in lanes in a uniform layer and without segregation of size to such loose depth that, when compacted, the layer shall have the required thickness. The base aggregate shall be spread by. spreader boxes or other approved devices or methods that shall spread the aggregate in the required amount'to avoid or minimize the need for rehandling the material and to prevent the rutting of the underlying course. The spreader boxes or other devices shall be equipped with strike -off templets or screeds that can be adjusted or controlled to secure the required thickness of the material. Dumping from vehicles in piles on the underlying course which will require rehandling shall not be permitted. Hauling over the uncompacted base course shall not be permitted. . (b) Traveling Plant. If a traveling plant is used for mixing, the base material shall be placed on the underlying course in such condition to provide a base mixture conforming to the specified gradation and moisture: content, and ih'such quantity to develop the thickness of the layer of the base and the density after compaction. The material shall be shaped to a uniform section. The Engineer shall examine the mixture to determine that the mixing is complete and satisfactory and that the proper moisture content is maintained before compaction is started. No spreading shall be done except when authorized. Care shall be taken that no material from the underlying course is mixed with the base material. •f' I If necessary, the base course shall be bladed until a smooth, uniform surface is obtained that is true to line, grade, and cross section and until the mix is in condition for compacting. , FAA Standard Specifications - 13 REED L In L( .oc. , A.i Rl IILg • • (c) Method of Placing. not less than 2i inches nor aggregate, as spread, shall pockets of fine or coarse Engineer, the aggregate shal advance of the rolling. Any limits. No material shall b underlying course. The base course shall be constructed in a layer more than 6 inches of compacted thickness. The be of uniform gradation with no segregation or materials. Unless otherwise permitted by the I not be spread more than 2,000 square yards in necessary sprinkling shall be kept within these placed in snow or on a soft, muddy, or frozen •. When more than one layer is required, the construction procedure described herein shall apply similarly to each layer. • • •1. • • The Engineer shall make tests to determine the maximum density and the proper moisture content of the base material, and this information will, be available to the Contractor. The base material shall have a satisfactory moisture content when rolling is started, and any minor variations prior•to or during rolling shall be corrected by sprinkling or aeration; if necessary. During the placing and spreading, sufficient caution shall be exercised to prevent the incorporation of subgrade, subbase, or shoulder material in the base course mixture. 209-3.6 FINISHING AND COMPACTING. After spreading, the crushed aggregate shall be thoroughly compacted by rolling. The rolling shall progress gradually from the sides to the center of the lane under construction, or from one side toward previously placed material by lapping uniformly each preceding rear -wheel track by one-half the width of such track. Rolling shall continue until the entire area of the course has been rolled by the rear wheels. The rolling shall continue until the stone is thoroughly set, the interstices of the material reduced to a minimum, and until creeping of the stone ahead of the roller is no longer visible. Rolling shall continue until the base material has been compacted to not less than 100% of the maximum density at optimum moisture, as determined by the compaction -control tests specified in FAA T-611. Blading and rolling shall be done alternately, as: required or directed, to obtain a smooth, even, and uniformly compacted base. The course shall not be rolled when the underlying course is soft or yielding orIwhen the rolling causes undulation in the base course. When the rolling develops irregularities that exceed 3/8 inch when tested with a 16 -foot straightedge, the irregular surface shall be loosened, refilled with the kind of material as that used in constructing the course, and rolled again as required. In areas inaccessible to rollers, the base course material shall be tamped thoroughly with mechanical tampers. The sprinkling during rolling, if necessary, shall be in the amount and by equipment approved by the Engineer. FAA Standard Specifications - 14 ® [(S HATED unJ .04 • C • • • • • r 0 209-3.7 SURFACE TEST. After the course has been completely compacted, the surface shall e tested for smoothness and accuracy of grade and.crown. Any portion lacking the required smoothness or failing in accuracy' of grade or crown shall be scarified, reshaped, recompacted, and otherwise manipulated as the Engineer may direct until the required smoothness and accuracy are obtained. The finished surface shall not vary more than 3/8 inch from a 16 -foot straightedge when applied to the surface parallel with, and at right angles to, the centerline. 209-3.8 THICKNESS. The thickness of the base course may be verified by depth tests or cores taken at intervals in such a manner that each test shall represent no more than 300 square yards. When the base deficiency is more than 1/2 inch, the Contractor shall correct such areas by scarifying, adding satisfactory base mixture, rolling, sprinkling, reshaping, and finishing in accordance with these Specifications. The Contractor shall replace, at his expense, the base material where borings have been taken for test purposes. 209-3.9 PROTECTION. Work on the base course shall not be accomplished during freezing temperatures nor when the subgrade is wet. When the aggregates contain frozen materials or when the underlying course is frozen, the construction shall be stopped. Hauling equipment may be routed over completed portions of the base course, provided no damage results and provided that such equipment is routed over the full width of the base course to avoid rutting or uneven compaction. However, the Engineer in charge shall have full and specific authority to stop all hauling over completed or partially completed base course when, in his opinion, such hauling is causing damage. Any damage resulting to the base course from routing equipment over the base course shall be repaired by the Contractor at his own expense. 209-3.10 MAINTENANCE. Following the completion of the base course, the Contractor shall perform all maintenance work necessary to keep the base course in a condition satisfactory for priming. After priming, the surface shall be kept clean and free from foreign material. The base course shall be properly drained at all times. If cleaning, is necessary, or if the prime coat becomes disturbed, any work or restitution necessary shall be performed at the expense of the Contractor. METHOD OF MEASUREMENT 209-4.1 The quantity of crushed aggregate base course to be paid for shall be the number of tons (2,000 lbs.) of material placed, bonded, and accepted in the completed base course. The quantity of base course material shall be determined by weight tickets accompanying each truck of base material, said tickets being surrendered to the Engineer not less frequently than once per day. On depth measurements, thicknesses more than 1/2 inch in excess of that shown on the Plans shall be considered as specified thickness, plus 1/2 inch in computing quantities for payment, and the quantity approved for payment FAA Standard Specifications - 15 • L�i.tiPAT ED • shall be adjusted by assuming a compacted weight of base material of 140 pounds per cubic foot (the intent is to preclude payment to the Contractor for • SB-2 material placed in excess of 1/2 inch thicker than the required course thickness). BASIS OF PAYMENT • 209-5.1 Payment shall be made at the contract unit price per ton for crushed aggregate base course. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Bid Item No. 8 Crushed Aggregate Base Course, per ton I• li I• 1• I• I FAA Standard Specifications - 16 I • COP. ATED .mu•a. i.ncwnu I• P-401 BITUMINOUS SURFACE COURSE (Central Plant Hot Mix) DESCRIPTION I• I• I• I• I• G I• 401-1.1 This item shall consist of a surface course composed of mineral aggregate and bituminous material mixed in a central mixing plant and placed on a prepared course in accordance with these Specifications and shall conform to the lines, grades, thicknesses, and typical cross sections shown on the Plans. Each course shall be constructed to the depth, typical section, or elevation required by the Plans and shall be rolled, finished, and approved before the placement of the next course. MATERIALS 401-2.1 AGGREGATE. Aggregates shall consist of crushed stone or crushed gravel with or without sand or other inert finely divided mineral aggregate. The portion of materials retained on the No. 8 sieve shall be known as coarse aggregate, the portion passing the No. 8 sieve and retained on the No. 200 sieve as fine aggregate, and the portion passing the No. 200 sieve as mineral filler. (a) Coarse Aggregate. durable particles, free from other deleterious substances. tested in accordance with AS loss exceed 12 percent, after C88. Coarse aggregate shall consist of sound, tough, adherent coatings of clay, organic matter, and It shall show no more wear than 45 percent when TM C131, nor shall the sodium sulfate soundness five cycles, when tested in accordance with ASTM Crushed aggregate shall contain at least 75 percent by weight of crushed pieces having two or more fractured faces. The area of each face shall be equal to at least 75 percent of the smallest midsectional area of the piece. When two fractures are contiguous, the angle between planes of fractures shall be at least 30 degrees to count as two fractured faces. The aggregate shall not contain more than 8 percent, by weight, of flat or elongated pieces. A flat particle is one having a ratio of width to thickness greater than five; an elongated particle is one having a ratio of length to width greater than five. (b) Fine Aggregate. Fine aggregate shall consist of clean, sound, durable, angular p es produced by crushing stone, or gravel that meets the requirements for wear and soundness specified for coarse aggregate. The aggregate particles shall be free from coatings of clay, silt, or other objectionable matter and shall contain no clay balls. The fine aggregate, including any blended filler, shall have a plasticity index of not more than FAA Standard Specifications - 17 ATED ..,®[f7 N F . I• I• I• I• 1• I• I• 1• 1• six when tested in accordance with ASTM D 424, and a liquid limit of not more than 25 when tested in accordance with ASTM D 423. If necessary to obtain the gradation of aggregate blend or workability, natural sand may be used. The amount of sand to be added will be adjusted to produce mixtures conforming to requirements of this Specification. (c) Sampling and Testing. All aggregate samples required for testing shall be furnished by the Contractor. ASTM D 75 shall be used in sampling coarse aggregate and fine aggregate, and ASTM C 183 shall be used in sampling mineral filler. All tests for initial aggregate submittals necessary to determine compliance with requirements specified herein will be made by the Engineer at no expense to the Contractor. Costs for testing additional sources shall be borne by the Contractor. Sampling will be observed and supervised by the Engineer. No aggregate shall be used in the production of mixtures without prior approval. (d) Sources of Aggregates. Sources of aggregates shall be selected well in advance of the time the materials are required in the work. When the aggregates are obtained from a previously approved source or an existing source producing aggregates that has a satisfactory service record in airport bituminous pavement construction for at least five years, samples shall be submitted 14 days prior to start of production. An inspection of the producer's operation may be made by the Engineer. When new sources are.to be developed, the Contractor shall indicate the sources and shall submit a plan for operation 30 days in advance of starting production. Samples from test pits, borings, and other excavations shall be submitted at the same time. Approval of the source of aggregate does not relieve the Contractor in any way of the responsibility for delivery at the job site of aggregates that meet the requirements specified herein. (e) Samples of Aggregates. Samples the Contractor at the start of production of bituminous mixtures. The intervals designated by the Engineer. The samples specific lots of aggregates from the stand this section. of ac and and will point jgregates shall be furnished by at intervals during production points of sampling will be be the basis of approval of of the quality requirements of 401-2.2 FILLER. If filler, in addition to that naturally present in the aggregate, is,necessary, it shall meet the requirements of ASTM D 242. 401-2.2 BITUMINOUS MATERIAL. Unless otherwise approved by the Engineer, asphaltic cement penetration grade 85-100 shall be utilized for this project. Maximum mixing temperature shall be 325°F. FAA Standard Specifications - 18 I• ® Y ATED u.'Y.x. • COMPOSITION • • • C • a • • • 401-3.1 COMPOSITION OF MIXTURE. The bituminous plant mix shall be composed of a mixture of aggregate, filler if required, and bituminous material. The several aggregate fractions shall be sized, uniformly graded, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula. 401-3.2 JOB MIX FORMULA. No bituminous mixture for payment shall be produced until a job mix formula has been approved by the Engineer. The formula shall be submitted in writing by the Contractor to the Engineer at least 15 days prior to the start of paving operations and shall indicate the definite percentage of each sieve fraction of aggregate, the percentage of bitumen, and the temperature of the completed mixture when discharged from the mixer. All test data used to develop the job mix formula shall also be submitted. The job mix formula for each mixture shall be in effect until modified in writing by the Engineer. Should a change in sources of materials be made, a new job mix formula shall be established before the new material is used; The bituminous mixture shall be designed using procedures contained in Chapter III, MARSHALL METHOD OF MIX DESIGN, of the Asphalt Institute's Manual Series No. 2 (MS -2), current edition, and shall meet the requirements of Tables presented hereafter. FAA Standard Specifications - 19 0 wv PA ATTED u rt,..Ol. ...IT,P.,. •` S • • • • C • • Test Property - Number of blows 50 Stability, minimum pounds, (newtons) 1000 (4450) Flow, 0.01 in. 8-20 Percent air voids 3-5 Percent voids in mineral aggregate 14 Sieve Percentage by Weight Passing Sieves Size 3/4 in. 100 1/2 in. 82-100 3/8 in. 68-90 No. 4 50-79 No. 8 39-69 No. 16 29-59 No. 30 20-49 No. 50 14-38 No. 100 8-25 No. 200 3-8 Bitumen percent: 5.0 - 7.5 The required gradation represent the limits which shall determine the suitability of aggregate for use from the sources of supply. The selection of any of the gradations shown in the tables shall be such that the maximum size aggregate used shall not be more than one-half of the thickness of the layer of the course being constructed. The aggregate, as finally selected, shall have a gradation within the limits designated and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa, but shall be uniformly graded from coarse to fine. The job mix tolerances shown hereafter shall be applied to the job mix formula to establish a job control grading band. The full tolerances still will apply if application of the job mix tolerances results in a job control grading band outside the master grading band. FAA Standard Specifications - 20 I-4 LI8 � COR RATED un .Oc. • YTMW i• I• I• I• I• I• I• 1• I• Material Aggregate passing Aggregate passing Aggregate passing Bitumen Temperature of mix No. 4 sieve or larger Nos. 10 and 40 sieves No. 200 sieve Tolerance Plus or Minus 7 percent 5 percent 2 percent 0.4 percent 20 degrees The aggregate gradation may be adjusted within the prescribed limits as directed, without adjustments in the contract unit prices. Should a change in sources of materials be made, a new job mix formula shall be established before the new material is used. Deviation from the final approved design for bitumen content and gradation of aggregates shall not be greater than the tolerances permitted and shall be based on daily plant extraction. Extraction tests for bitumen content and aggregate gradation will be made'at least twice daily. The mixture will be tested for bitumen content in accordance with ASTM D2172 and for aggregate gradation in accordance with AASHTO T 30. Tests on Marshall specimens shall be made at least twice daily to retain job control. The mixture shall comply with the prescribed requirements when tested in accordance with the Marshall method procedures contained in Chapter III of the Asphalt Institute's Manual Series No. 2 (MS -2), current edition. Failure to meet the design criteria will be cause for the Engineer to halt production until the problem is identified and corrected. Acceptance or rejection of the material will not be based on stability, flow, voids, or percent voids in the mineral aggregate. If the index of retained strength of the specimens of composite mixture, as determined by ASTM D 1075, is less than 75, the aggregates shall be rejected or the asphalt shall be treated with an approved antistripping agent. The amount of antistripping agent added to the asphalt shall be sufficient to produce an index of retained strength of not less than 75. 401-3.3 TEST SECTION. Prior to full' production, the Contractor shall prepare a quantity of bituminous mixture according to the job mix formula. The amount of mixture should be sufficient to construct a test section at least 50 feet long and 20 feet wide placed in two sections and shall be of the same depth specified for the construction of the course which it represents. The underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. The equipment used in construction of the test section FAA Standard Specifications - 21 I• HATED vy.. vv.IH X\I I• shall be the same type and weight to be used on the remainder of the course represented by the test section. I• I• I• I• I• I• 1• I• If the test section should prove to be unsatisfactory, the necessary adjustments to the mix design, plant operation, and or rolling procedures shall be made. Additional test sections, as required, shall be constructed and evaluated for conformance to the Specifications. When test sections do not conform to Specification requirements, the pavement shall be removed and replaced at the Contractor's expense. Full production shall not begin without approval of the Engineer. Test sections will be paid for in accordance with Section 401-6.1. CONSTRUCTION METHODS 401-4.1 WEATHER LIMITATIONS. The bituminous mixture shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than 45°F. The temperature requirements may be waived, but -only when so directed by the Engineer. 401-4.2 BITUMINOUS MIXING PLANT. If the supplier is equipped with an automated plant the automation feature shall be used in the production of bituminous material for the project. If the supplier is equipped with a recordation feature, it also shall be used. Sufficient storage space shall be provided for each size of aggregate. The different aggregate sizes shall be kept separated until they have been delivered to the cold elevator feeding the drier. The storage yard shall be neat and orderly, and the separate stockpiles shall be readily accessible for sampling. Plants used for the preparation of bituminous mixtures shall conform to all requirements stated hereinafter, except that scale requirements shall apply only where weight proportioning is used. In addition, batch mixing plants, continuous mixing plants, and drum mixers shall conform to the requirements stated hereinafter under the appropriate headings. (a) Requirements for All Plants. Mixing plants shall be of sufficient. capacity to adequately handle the proposed bituminous construction. The minimum acceptable hourly production rate shall be 50 tons per hour. (1) Plant scales. Scales shall be accurate to 0.5 percent of the required load. Poises shall be designed to be locked in any position to prevent unauthorized change of position. In lieu of plant and truck scales, the Contractor may provide an approved automatic printer system to print the weights of the material delivered, provided the system is used in conjunction with an approvedautomatic batching and mixing control system. Such weights shall be evidenced by a weight ticket for each load. Scales shall be inspected for accuracy and sealed as often as the Engineer may deem necessary. The Contractor shall have on hand not less than ten 50 -pound weights for testing the scales. FAA Standard Specifications - 22 1• Xt 'RATED ,.TL,.ac. r...rnvnu I. I• I4D 1• I• I• I• I• 1• (2) Equipment for preparation the storage of bituminous material sha material at the required temperatures: approved means so that flames will not system for the bituminous material shal continuous circulation during the operat for measuring quantities and for sampling of bituminous material. Tanks for be equipped to heat and hold the Heating shall be accomplished by contact the tank. The circulating 1 be designed to assure proper and ing period. Provision shall be made the material in the storage tanks. (3) Cold Feeders. The plant shall be provided with accurate mechanical or electrical means for uniformly feeding the aggregates into the drier to obtain uniform production and temperature. When added mineral filler is specified, a separate bin and feeder shall be furnished with its drive interlocked with the aggregate feeders. (4) Drier. The plant shall include a drier(s) which continuously agitates the aggregate during the heating and drying process. (5) Screens. Plant screens, capable of screening all- aggregates to the specified sizes and proportions and having normal capacities in excess of the full capacity of the mixer, shall be provided. (6) Bins. The plant shall include storage bins of sufficient capacity to supply a mixer operating at full capacity. Bins shall be arranged to assure separate and adequate storage of appropriate fractions of the mineral aggregates. When used, separate dry storage shall be provided for filler or hydrated lime, and the plant shall be equipped to feed such material into the mixer. Each bin shall be provided with overflow pipes of such size and at such location to prevent backup of material into the compartments or bins. Each compartment shall be provided with its individual outlet gate to prevent leakage. The gates shall cut off quickly and completely. Bins shall be constructed so that samples may be obtained readily. Bins shall be equipped with adequate tell -tale devices which indicate the position of the aggregates in the bins at the lower quarter points. (7) Bituminous control unit. Satisfactory means, either by weighing or metering, shall be provided to obtain the specified amount of bituminous material in the mix. Means shall be provided for checking the quantity or rate of flow of bituminous material into the mixer. (8) Thermometric equipment. An armored thermometer of adequate range shall be placed in the bituminous feed line at a suitable location near the charging valve of the mixer unit. The plant shall also be equipped with an approved thermometric instrument placed at the discharge chute of the drier to indicate the temperature of the heated aggregates. The Engineer may require replacement of any thermometer by an approved temperature -recording apparatus for better regulation of the temperature of aggregates. (9) Dust collector. The plant shall be equipped with a dust collector to waste any material collected or to return all or any part of the material uniformly to the mixture as directed. FAA Standard Specifications - 23 r, ®INCO FATED (10) Truck scales. Unless an automatic batching plant with automatic printers is used, the bituminous mixture shall be weighed on approved scales furnished by the Contractor or on public scales at the Contractor's expense. Scales shall be inspected for accuracy and sealed as often as the Engineer deems necessary. (11) Safety requirements. Adequate and safe stairways to the mixer platform and sampling points shall be provided, and guarded ladders to other plant units shall be placed at all points where accessibility to plant operations is required. Accessibility to the top of truck bodies shall be provided by a suitable device to enable the Engineer to obtain sampling and mixture temperature data. Means shall be provided to raise and lower scale calibration equipment, sampling equipment, and other similar equipment between the ground and the mixer platform. All gears, pulleys, chains, sprockets, and other dangerous moving parts shall be thoroughly guarded. Ample and unobstructed passage shall be maintained at all times in and around the truck loading area. This area shall be kept free of drippings from the mixing platform. (12) Testing Laboratory. The Contractor or producer shall provide a testing laboratory for control and acceptance testing functions during periods of mix production, sampling, and testing and whenever materials subject to the provisions of these specifications are being supplied or tested. The laboratory shall provide adequate equipment, space, and utilities as required for the performance of the specified tests. (b) Requirements for Batchinq Plants. (1) Weigh box or hopper. The equipment shall include a means for accurately weighing each size of aggregate in a weigh box or hopper of ample size to hold a full batch without hand raking or running over. The gate shall close tightly so that no material is allowed to leak into the mixer while a batch is being weighed. (2) Bituminous control. The equipment used to measure the bituminous material shall be accurate to within ±0.5 percent. The bituminous material bucket shall be of a nontilting type with a loose sheet metal cover. The length of the discharge opening or spray bar shall be not less than three -fourths the length of the mixer and it shall discharge directly into the mixer. The bituminous material bucket, its discharge valve(s), and spray bar shall be adequately heated. Steam jackets, if used, shall be efficiently drained, and all connections shall be so constructed that they will not interfere with the efficient operation of the bituminous scales. The capacity of the bituminous material bucket shall be at least 15 percent in excess of the weight of bituminous material required in any batch. The plant shall have an adequately heated, quick -acting, nondrip charging valve located directly over the bituminous material bucket. dial shall have a capacity of bituminous material used Specifications TED uTL.x. ..yfrtfnnl I• I• I• I• I• I• I• I• [7 I• constructed to lock at any dial setting and automatically reset to that reading after each additional batch of bituminous material. The dial shall be in full view of the mixer operator. The flow of bituminous material shall be automatically controlled to begin when the dry mixing period is over All of the bituminous material required for one batch shall be discharged in not more than 15 seconds after the flow has begun. The size and spacing of the spray -bar openings shall provide a uniform application of bituminous material the full length of the mixer. The section of the bituminous line between the charging valve and the spray bar shall have a valve and outlet for checking the meter when a metering device is substituted for a bituminous material bucket. (3) Mixer. The batch mixer shall be an approved type capable of producing a uniform mixture within the job mix tolerances. If not enclosed, the mixer box shall be equipped with a dust hood to prevent loss of dust. The clearance of blades from all fixed and moving parts shall not exceed 1 inch. (4) Control of mixing time. The mixer shall be equipped with an accurate time lock to control the operations of a complete mixing cycle. It shall lock the weigh -box gate after the charging of the mixer and keep it locked until the closing of the mixer gate at the completion of the cycle. It shall lock the bituminous material bucket throughout the dry mixing period and shall lock the mixer gate throughout the dry and wet mixing periods. The dry mixing period is defined as the interval of time between the opening of the weigh -box gate and the introduction of bituminous material. The wet mixing period is the interval of time between the introduction of bituminous material and the opening of the mixer gate. The timing control shall be flexible and shall be capable of• settings of 5 -second intervals or less throughout a 3 -minute cycle. A mechanical batch counter shall be installed as a part of the timing device and' shall be designed to register only completely mixed batches. The setting of time intervals shall be at the direction of the Engineer who shall then lock the case covering the timing device until a change is made in the timing periods. (c) Requirements for Continuous Mix Plants. (1) Aggregate proportioning. The plant shall include means for accurately proportioning each size of aggregate. The plant shall have a feeder mounted under each compartment bin. Each compartment bin shall have an accurately controlled individual gate to form an orifice for the volumetric measuring of material drawn from each compartment. The feeding orifice shall be rectangular with one dimension adjustable by positive mechanical means and provided with a lock. Indicators shall be provided for each gate to show the respective gate opening in inches. FAA Standard Specifications - 25 I. ®�NTI ATED unq.q, ur(v(vUt 1• I• I• I• I• I• I• is I• I• (2) Weight calibration of aggregate feed. The plant shall include a means for calibration of gate openings by weighing test samples. Provision shall be made so that materials fed out of individual orifices may be bypassed to individual test boxes. The plant shall be equipped to conveniently handle individual test samples of not less than 200 pounds. Accurate scales shall be provided by the Contractor to weigh such test samples. (3) S chronization of aggregate feed and bituminous material feed. Satisfactory means shall be provided to afford positive interlocking control between the flow of aggregate from the bins and the flow of bituminous material from the meter or other proportioning device. This control shall be by interlocking mechanical means or by any other positive method satisfactory to the Engineer. (4) Mixer. The plant shall include an approved continuous mixer adequately heated and capable of producing a uniform mixture within the job mix tolerances. It shall be equipped with a discharge hopper with dump gates to permit rapid and complete discharge of the mixture. The paddles shall be adjustable for angular position on the shafts and shall be reversible to retard the flow of the mix. The mixer shall, have a manufacturer's plate giving the net volumetric contents of the mixer at the several heights inscribed on a permanent gauge. Charts shall be provided showing the rate of feed per minute for each aggregate used. (d) Requirements for Drum Mixers. (1) Exclusions. Paragraphs 401-4.2(a)(4) through 401-4.2(a)(9) do not apply to drum mixers. (2) Aggregate delivery system. An automatic plant shutoff shall be provided to operate when any aggregate bin becomes empty. Provisions shall be provided for conveniently sampling the full flow of materials from each cold feed and the total cold feed. Total cold feed shall be weighed continuously. The weighing system shall have an accuracy of 0.5 percent when tested for accuracy. The plant shall provide positive weight control of the cold aggregate feed by use of a belt scale, or other appropriate device, which will automatically regulate the feed gate and permit instant 'correction of variations in load. The cold feed flow shall be automatically coupled with the asphalt flow to maintain the required proportions of each material. Provisions shall be made for introducing the moisture content of the cold feed aggregates into the belt weighing signal and correcting wet aggregate weight to dry aggregate weight.Screens or other suitable devices which will reject oversize particles or lumps of aggregate that have been cemented together shall be installed in the feeder mechanism between the bins and the dryer drum. Dry weight of the aggregate flow shall be displayed digitally in appropriate units of weight and time and totalized. FAA Standard Specifications -,26 • I,.,®IN RATED u • (3) Bituminous material and additive delivery systems. Satisfactory means of metering shall be provided to introduce the proper • amount of bituminous material and additives into the mix. Delivery systems shall prove accurate to plus or minus 1 percent when tested for accuracy. The bituminous material and additive delivery shall be interlocked with the aggregate weight. The bituminous material and additive flow shall be displayed digitally in appropriate units of volume (or weight) and time shall be totalized. • (4) Thermometric equipment. A recording thermometer of adequate range shall be located to indicate the temperature of the bituminous material in storage. The plant shall also be equipped with approved recording thermometers, pyrometers, or other approved recording thermometric instruments at the discharge chute of the drum mixer. • (5) Drum mixer. A drum mixer of satisfactory design shall be provided. It shams be capable of drying and heating the aggregate to the moisture and temperature requirements set forth in the paving mixture requirements and capable of producing a uniform mixture. If the quality requirements of Section 401-3.2 cannot be met, the Contractor will be required to utilize either batch or continuous mix plants. • • • [7 • (6) Temporary storage of bituminous mixture. Use of surge bins or storage bins for temporary storage of hot bituminous mixtures will be permitted as follows: (a) The bituminous mixture may be stored in surge bins for a period of time not to exceed 3 hours. (b) The bituminous mixture may be stored in ihsulated and heated storage bins for a period of time not to exceed 12 hours, provided an inert gas atmosphere is maintained in the bin during the storage period. If the Engineer determines that there is an excessive amount of heat loss, segregation and/or oxidation of the mixture due to temporary storage, use of surge bins or storage bins will be discontinued. (e) Inspection of Plant. The Engineer or his authorized representative shall have access, at all times, to all parts of the paving plant for checking adequacy of equipment; inspecting operation of the plant; verifying weights, proportions, and character of materials; and checking the temperatures maintained in the preparation of the mixtures. 401-4.3 HAULING EQUIPMENT. Trucks used for hauling bituminous mixtures shall have tight, clean, smooth metal beds. To prevent the mixture from adhering to them, the beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other approved material. Each truck shall have a suitable cover to protect the mixture from adverse weather. When necessary, so that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated and covers shall be securely fastened. FAA Standard Specifications - 27 • 1 ® COP ATED onu.EP ..v meow I• I• I• I• I• • 1• I• 1• 401-4.4 BITUMINOUS PAVERS. Bituminous pavers shal power -propelled units with an activated screed or strike if necessary, and shall be capable of spreading and bituminous plant mix material which will meet the smoothness, and grade. Pavers used for shoulders and shall be capable of spreading and finishing courses of material in widths shown on the Plans. The paver shall have a receiving hopper uniform spreading operation. The hopper system to place the mixture uniformly in strike -off assembly shall effectively required evenness and texture without mixture. I be self-contained, -off assembly, heated finishing courses of specified thickness, similar construction bituminous plant mix of sufficient capacity to permit a shall be equipped with a distribution front of the screed. The screed or produce a finished surface of the tearing, shoving, or gouging the The paver shall be capable of operating at forward speeds consistent with satisfactory laying of the mixture. If an automatic grade control device is used, the paver shall be equipped with a control .system capable of automatically maintaining the screed elevation as specified herein. The control system shall be automatically actuated from either a reference line or surface through a system of mechanical sensors or sensor -directed mechanisms or devices which will maintain the paver screed at a predetermined transverse slope and at the proper elevation to obtain the required surface. The controls shall be capable of working in conjunction with any of the following attachments: (a) Sky -type device of not less than 30 feet in length or as directed by the Engineer. (b) Taut stringline (wire) set to grade. (c) Short ski or shoe. 401-4.5 ROLLERS. Rollers may be of the vibratory, steel wheel, or pneumatic -tired type. They shall be in good condition, capable of reversing without backlash, and operating at slow speeds to avoid displacement of the bituminous mixture. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density without detrimentally affecting the compacted material. 401-4.6 PREPARATION OF BITUMINOUS MATERIAL. The bituminous material shall be heated to the specified temperature in a manner that will avoid local overheating and provide a continuous supply of the bituminous material to the mixer at a uniform temperature. The temperature of the bituminous material delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles, but shall not exceed the FAA Standard Specifications - 28 1• ©INC0RUATED onttc& a rmemu I• applicable maximum temperature set forth hereinbefore and not be more than 25°F above the temperature of the aggregate as specified in Section 401-4.7. I• I• 1• 1I I• r] I0 401-4.7 PREPARATION OF MINERAL AGGREGATE. The aggregate for the mixture shall be dried and heated to the temperature designated by the job formula within the job tolerance specified. The maximum temperature and rate of heating shall be such that no permanent damage occurs to the aggregates. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability. 401-4.8 PREPARATION OF BITUMINOUS MIXTURE. The aggregates and the bituminous material shall be measured or gauged and introduced into the mixer in the amount specified by the job mix formula. The combined materials shall be mixed until a complete and uniform coating of the particles and a thorough distribution of the bituminous material throughout the aggregate are secured. Wet mixing time shall be, approved by the Engineer for each plant and for each type aggregate used. Normally, the mixing time after introduction of bituminous material should not be less than 30 seconds. For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. Mixing time (seconds) = Pugmill dead capacity in pounds Pugmill output in pounds per second 401-4.9 ' TRANSPORTING, SPREADING, AND FINISHING. The mixture shall be transported from the mixing plant to the point of use in vehicles conforming to the requirements of Section 401-4.3. Deliveries shall be scheduled so that spreading and rolling of all mixture prepared for one day's run can be completed during daylight, unless adequate artificial lighting is provided. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature. Immediately before placing the bituminous mixture, the underlying course shall be cleared of all loose or deleterious material with power blowers, power brooms, or hand brooms as directed. The mix shall be placed at a temperature of not less than 225°F when asphalt cement is used. Upon arrival, the mixture shall be spread to the full width by an approved bituminous paver. It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and shall conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the bituminous mat. Unless otherwise directed, placing shall begin along the centerline of areas FAA Standard Specifications - 29 I• ® COF AATE O 'ny.a. ..g9Enp1 I• I• I• I• I• I• I• G I• I• to be paved on a crowned section or on the high side of areas with a one-way slope. The mixture shall be placed in consecutive adjacent strips having a minimum width of 10 feet, except where edge lanes require strips less than 10 feet to complete the area. The longitudinal joint in one layer shall offset that in the layer immediately below by at least 1 foot; however; the joint in the top layer shall be at the centerline of the pavement. Transverse joints in one layer shall be offset by at least 2 feet from transverse joints in the previous layer. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet. On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the mixture may be spread, raked, and luted by hand tools. 401-4.10 COMPACTION OF MIXTURE. After spreading, the mixture shall be thoroughly and uniformly compacted with power rollers. Rolling of the mixture shall begin as soon after spreading as it will bear the roller without undue displacement or hair checking. Rolling shall be initiated with the drive wheel toward the paving machine. The sequence of rolling for the first paving lane should be to first roll the lower edge (with reference to the transverse slope) of the lane and then roll the upper edge. The interior of the lane should then be rolled from the lower side toward the upper with overlapping roller paths. On adjoining paving lanes rolling shall begin by overlapping the joint (with the previous lane) by 6 to 8 inches and then rolling the outside edge of the new lane. The interior is rolled from the outside edge toward the compacted joint with overlapping wheel paths. Alternate paths of the roller shall be of slightly different lengths. The speed of the roller shall, at all times, be displacement of the hot mixture. Any displacemer reversing the direction of the roller, or from corrected at once by rakes and fresh mixture. Sufficient rollers shall be furnished to handle Rolling shall continue until all roller marks are of uniform texture and true to grade and cross field density is obtained. sufficiently slow to avoid t occurring as a result of any other cause, shall be the output of the plant. eliminated, the surface is section, and the required To prevent adhesion of the mixture to the roller, the wheels shall be kept properly moistened, but excessive water will not be permitted. In areas not accessible to the roller, the mixture shall be thoroughly compacted with hot hand tampers. Any mixture which becomes loose and broken, mixed with dirt, or in any way defective shall be removed and placed with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. FAA Standard Specifications - 30 uny.pp. upnlmu I• I• I• 1• I• L I• I• I• k 401-4.11 JOINTS. The formation of all joints shall be made in such a manner as to ensure a continuous bond between old and new sections of the course. All joints shall present the same texture, density, and smoothness as other sections of the course. The roller shall not pass over the unprotected end of the freshly laid mixture except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a bulkhead or by tapering the course, in which case the edge shall be cut back to its full depth and width on a straight line to expose a vertical face. In both methods all contact surfaces shall be given a tack coat of bituminous material before placing any fresh mixture against the joint. Longitudinal joints which are irregular, damaged, or otherwise defective shall be cut back to expose a clean, sound surface for the full depth of the course. All contact surfaces shall be given a tack coat of bituminous material prior to placing any fresh mixture against the joint. 401-4.12 SHAPING EDGES. While the surface is being compacted and finished, the Contractor shall carefully trim the outside edges of the pavement to the proper alignment. Edges so formed shall be beveled while still hot with the back of a rake or a smoothing iron and thoroughly compacted by tampers or by other satisfactory methods. 401-4.13 ACCEPTANCE SAMPLING AND TESTING OF BITUMINOUS MIXTURE (COMPACTION). Bituminous concrete will be accepted for density on a lot basis: A lot will consist of 500 tons and will be divided into 4 equal sublots. One test shall be made for each sublot. Pavement density will be determined by taking, for each lot, the average density of four laboratory -prepared specimens, taken from trucks delivering mixture to the site. The specimens will be compacted in accordance with ASTM D 1559, Section 3.5, except that the temperature of the mixture immediately prior to compaction shall be 250°F ±5°. The sample of mixture can be placed in an oven for not more than 30 minutes to maintain the heat, but it shall not be reheated if it cools before use. Each lot of compacted pavement will be accepted, with respect to density, when the average field density is equal to or greater than 98 percent of the average density of the laboratory -prepared specimens, and when no individual determination deviates more than 1.8 percent from the average field density. Four field density determinations will be made for each lot. Cores taken from the pavement will be used to test the field density. The density of the laboratory -prepared specimens and the cored samples will be determined in accordance with ASTM D 2726 or D 1188, whichever is applicable. Bituminous, mixture sampled for laboratory specimens and the location of sampling sites within a lot's placement area shall be chosen on a random basis in accordance with procedures contained in Appendix C of The Asphalt FAA Standard Specifications - 31 I• ®YCO MATED I• Institute's Specification Series No. 1 (SS -1), Fifth Edition. Cores will be taken in accordance with the requirements of Section 401-4.15. I• • I• I• I• I• I. In lieu of the core method of density determination, acceptance testing may be accomplished with a nuclear device in accordance with ASTM D 2950. The following procedures shall be followed: Compaction of the test section, described in Section 401-3.3, shall be continued until no discernible increase in density can be obtained by additional rolling. Upon completion of compaction,' the mean density of the test section shall be determined by averaging the results of 10 nuclear density tests taken at randomly selected sites within the test section. The nuclear density shall then be correlated with the density of cored samples. If the mean density of the test section, determined from cored samples, is at least 98 percent of the average density of laboratory -compacted specimens, as determined by testing procedures contained elsewhere in these Specifications, the remainder of the course which the test section represents will be accepted on the basis of nuclear tests without further correlation by cores. If the mean density is less than 98 percent, the Engineer may order the construction of another test- section. A new test section may also be ordered by the Engineer or required by the Contractor when: (a) A change in the material or job mix formula is made. (b) Ten days of production have been accepted without construction of a new test section. (c) There is reason to believe that the test section density is not representative of the material being placed. Sliding scale pay factors for pavements which fail to meet specified densities will be in effect for this project in accordance with the following table: FAA Standard Specifications - 32 ©P RATED ✓11\LM. ..1ITlvktl • SLIDING SCALE PAY FACTORS U • • •' • • • • Average Percent Recommended Density 1/ Percent Payment 98.0 and greater 100 97.0 - 97.9 98 96.0 - 96.9 90 95.0 - 95.9 75 Less than 95.0 reject Deviation from Average Recommended Percent Density 1/ Percent Payment 0 - 1.8 100 1.9 - 2.3 98 2.4 - 2.7 95 2.8 - 3.1 90 3.2 2/ 1/ For 4 samples 2/ If the deviation from the average percent density is greater than 3.2 percent, it will be the Engineer's option to accept or reject at 90 percent payment. 401-4.14 SURFACE TESTS. Tests for conformity with the specified crown and grade shall be made by the Contractor immediately after initial compression. Any variation shall be corrected by the removal or addition of materials and by' continuous rolling. The finished surface shall not vary more than 1/4 inch for the surface course when tested with a 16 -foot straightedge applied parallel with, or at right angles to, the centerline. After the completion of final rolling, the smoothness of the course shall again be tested; humps or depressions exceeding the specified tolerances shall be immediately corrected by removing the defective work and replacing with new material, as directed by the Engineer. This shall be done at the Contractor's expense. FAA Standard Specifications - 33 • © � 6RbATED evu.oc. "IMMLu 1• 1• I• 1• I• I• I• I• I• The finished surfaces of bituminous courses shall not vary from the gradeline, elevations, and cross sections shown on the contract drawings by more than 1/2 inch. The Contractor shall correct pavement areas varying in excess of this amount by removing and replacing the defective work. Skin patching will not be permitted. 401-4.15 SAMPLING PAVEMENT. Samples for determination of thickness and density of competed pavements shall be obtained by the Contractor at no extra cost. The size, number, and locations of the samples will be as directed by the Engineer. Samples shall be neatly cut with a saw, core drill, or other approved equipment. The Contractor shall furnish all tools, labor, and materials for cutting samples and replacing pavement. All initial tests necessary to determine conformance with requirements specified herein will be performed without cost to the Contractor. However, retesting made at the request of the Contractor in an effort to achieve approval by the Engineer for acceptance or a higher rate of payment shall be paid for by the Contractor. METHOD OF MEASUREMENT 401-5.1 Plant mix bituminous concrete pavement shall be measured by the number of tons of bituminous mixture used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. Separate weight tickets shall be provided for each truck load of material delivered to the project and accepted by the Engineer. All tickets shall be surrendered to the Engineer's representative a minimum of once daily. BASIS FOR PAYMENT 401-6.1 Payment for bituminous surface course shall be made at the contract unit price per ton. The price shall be full compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Bid Item No. 9 Bituminous Surface Course, per ton FAA Standard Specifications - 34 I. Ta 4A UP JbRATEO J.p..a. ..gnR,.LL • P-602 BITUMINOUS PRIME COAT • • • • • • C; DESCRIPTION 602-1.1 This item shall consist of an application of bituminous material on the prepared base course in accordance with this Specification applied at the rate specified by the Engineer. The type of bituminous material to be used shall be selected by the Engineer from those included in this Specification, dependent upon season of application and local availability. 602-1.2 QUANTITIES OF BITUMINOUS MATERIAL. The approximate amount of bituminous material per square yard for the prime coat shall be 0.25 to 0.35 gallons per square yard. MATERIALS 602-2.1 BITUMINOUS MATERIAL. The types, grades, controlling Specifications, and application temperatures for the bituminous materials are given hereafter. The Engineer shall designate the specific material to be used. Application Type and Grade Specification Temperatures Liquid Asphalt RC-70/MC-70/SC-70 AASHTO M 81/M -82/M141 120°-160° F. RC-250/MC-250/SC-250 AASHTO M81/M-82/M141 160°-200° F. Tar RT-'2 AASHTO M52 60°-1250° F. RT-3 AASHTO M52 80°-120° F. FAA Standard Specifications - 35 9 Lk!LRATED mu.q. ,.fl nlPlal 1• CONSTRUCTION METHODS 602-3.1 WEATHER LIMITATIONS. The prime coat shall be applied only when the existing surface is dry or contains sufficient moisture to get uniform distribution of the bituminous material, when the atmospheric temperature is above 60°F., and when the weather is not foggy or rainy. The temperature requirements may be waived, but only when so directed by the Engineer. 1• 1• 1• C 602-3.2 EQUIPMENT. The equipment used by the Contractor shall include a self -powered pressure bituminous material distributor and equipment for heating bituminous material. The distributor shall have pneumatic tires of such width and number that the load produced on the surface shall not exceed 650 pounds per inch of tire width and shall be designed, equipped, and operated so that bituminous material at even heat can be applied uniformly on variable widths of surface at readily controlled rates from 0.05 to 2.0 gallons per square yard. The material shall be applied within a pressure range from 25 to -65 pounds per square inch and with an allowable variation from any specified rate not to exceed 5%. Distributor equipment shall, include a thermometer for reading temperatures of tank contents. 602-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the prime coat, the full width of the surface to be primed shall be swept with a power broom to remove all loose dirt and other objectionable material. The application of the bituminous material shall be made by means of a pressure distributor at the temperature, pressure, and in the amounts directed by the Engineer. Following the application, the primed surface shall be allowed to dry not less than 48 hours without being disturbed or for such additional time as may be necessary to permit the drying out of the prime until it will not be picked up by traffic or equipment. This period shall be determined by the Engineer. The surface shall then be maintained by the Contractor until the surfacing has been placed. Suitable precautions shall be taken by the Contractor to protect the primed surface against damage during this interval, including supplying and spreading any sand necessary to blot up excess bituminous material. 602-3.4 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous materials that the Contractor proposes to use, together with a statement as to their source and character, must be submitted and approved before use of such material begins. The Contractor shall require the manufacturer or producer of the bituminous materials to furnish material subject to this and all other pertinent requirements of the contract. Only satisfactory materials, so demonstrated by service tests, shall be acceptable. The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the FAA Standard Specifications - 36 I• material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as basis for final acceptance. All such test reports shall be subject to verification by testing samples of materials received for use on the project. I• I• I• r 1• 1• 602-3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the file with the Engineer certified weight tickets for the Contractor shall bituminous materials actually used in the construction covered by the Contract. The Contractor shall not remove bituminous material from the storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the tank be released until the final outage has been taken by the Engineer. METHOD OF MEASUREMENT 602-4.1 The bituminous prime coat to be paid for shall be the number of gallons of the material used and accepted, corrected to 60°F., in accordance with the temperature -volume correction tables for asphalt and tar materials contained in ASTM D-1250 and ASTM D-633, respectively. Temperature and volume measurements of the holding tank(s) shall be taken, or verified, by the Engineer before and after each priming operation. BASIS OF PAYMENT 602-5.1 Payment shall be made at the contract unit price per gallon for bituminous prime coat. This price shall be full compensation for furnishing all materials and for preparing, delivering, and applying.the materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Bid Item No. 10 Bituminous Prime Coat, per gallon FAA Standard Specifications - 37 1• SEE° .IX. LVI n{M\\{ I• Ile C7 1• I• I• I• I• P-610 STRUCTURAL PORTLAND CEMENT CONCRETE DESCRIPTION 610-1.1 This item shall consist of either plain or reinforced structural pound cement concrete, prepared and constructed in accordance with these Specifications, at the locations and of the form and dimensions shown on the Plans. The concrete shall be composed of coarse aggregate, fine'aggregate, portland cement, and water. MATERIALS 610-2.1 GENERAL. Only approved materials, conforming to the requirements of these Specifications, shall be used in the work. They may be subjected to inspection and tests at any time during the progress of their preparation or use. The source of supply of each of the materials shall be approved by the Engineer before delivery or use is started. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be stored and handled to insure the preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed therein. In no case shall the use of pit -run or naturally mixed aggregates be permitted. The mixing of different kinds of aggregates from different sources in one storage pile or alternating batches of different aggregates will not be permitted. 610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the requirements of AASHTO M 80. The percentage of wear shall be not more than 45 at 500 revolutions as determined by AASHTO T 27. Sieve Size % Passing 1#° 100 1" 90-100 #" 25-60. #4 0-10 FAA Standard Specifications - 38 1• I• 610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of AASHTO M 6. I• I• I• I• I• I• The fine aggregate shall be well graded from fine to coarse and shall meet the following grading requirements, when tested in accordance with AASHTO T 27: Sieve designation Percentage by weight (square openings) passing sieves 3/8 inch 100 No. 4 95-100 No. 16 45-80 No. 30 25-55 No. 50 10-30 No. 100 2-10 Blending will be permitted, if necessary, in order to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, provided that such deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementitious materials other than portland cement, as specified in 610-2.6 on admixtures, .in sufficient quantity to produce the required workability as approved by the Engineer. 610-2.4 CEMENT. The cement used shall be portland cement conforming to the requirements of the type specified: (a) Portland cement---------------------------AASHTO M 85 (b) Air entraining portland cement------------AASHTO M 134 610-2.5 WATER. The water used in concrete shall be free from sewage, oil, acid, strong alkalies, vegetable matter, and clay and loam. If the water is of questionable quality, it shall be tested in accordance with AASHTO T 26. 610-2.6 ADMIXTURES. The use of any material added to the concrete mix shall be approved y the Engineer. Before approval of any material, the Contractor shall be required to submit the results of complete physical and chemical analyses made by an acceptable testing laboratory. Subsequent tests shall be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. Pozzolanic admixtures shall be fly ash meeting the requirements of ASTM C 350 or raw or calcined natural pozzolans meeting the requirements of ASTM C 402. FAA Standard Specifications - 39 RATED un\I .JC. •.TlV p\I • • • • • • • • • • Air -entraining admixtures shall meet the requirements of AASHTO M 154. Air entraining admixtures shall be added at the mixer in the amount necessary to produce 5% ± 1 air content, by volume. Water -reducing, set -controlling admixtures shall meet the requirements of ASTM C 494, Type A, water -reducing or Type D, water -reducing and retarding. Water -reducing admixtures shall be added at the mixer separately from air -entraining admixtures in accordance with the manufacturer's printed instructions. 610-2.7 PREMOLDED JOINT MATERIAL. Not applicable. 610-2.8 JOINT FILLER. Not applicable. 610-2.9 STEEL REINFORCEMENT. Concrete reinforcing shall consist of deformed bars of either structural, intermediate, or hard grade billet steel meeting AASHTO M 31. To qualify as deformed, bars shall conform to the requirements of AASHTO M 137. - 610-2.10 CALCIUM CHLORIDE. When calcium chloride is permitted by the Engineer in the concrete as an accelerator, it shall meet the requirements of AASHTO M144. 610-2.11 COVER MATERIALS FOR CURING. Curing materials shall be Liquid Membrane -Forming Compounds for Curing Concrete (Type 2) per AASHTO M 148. CONSTRUCTION METHODS 610-3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor, which he proposes to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Engineer. The Contractor shall employ, at all times, a sufficient force of workmen of such experience and ability that the work can be prosecuted in a satisfactory and workmanlike manner. 610-3.2 CONCRETE PROPORTIONS. The concrete shall consist of a mixture of coarse aggregate, fine aggregate, Portland cement, and water. All aggregates and bulk cement shall be measured by weight. In proportioning aggregates and mixing water, compensation shall be made for the weight of moisture in the aggregates, and this shall be determined periodically. FAA Standard Specifications - 40 • © E ORATED u.Rl.On ..gnlrvl I• 1• 10 I• I• Is Is I• 1• Concrete Proportions (Materials for one cubic yard of concrete) Weight in pounds dry aggregate Cement Net water Type of content content Slump coarse (min. (max. Fine Total range aggregate bags) gallons) aggregate aggregate (inches) Gravel 6 35 Crushed stone 6 38 1070-1190 3210 2-5 1220-1360 3200 2-5 The proportions in the above table are based on the use of well -graded aggregates. If it is impossible with the aggregates selected to prepare concrete of the proper consistency without exceeding the maximum net water content specified, the total weight of aggregate shall be reduced by the Engineer until concrete of the proper consistency is obtained without exceeding the maximum net water content specified. However, the Contractor shall not be compensated for any additional cement which may be required by such adjustment. The weights specified in the above table were calculated for aggregates of the following bulk specified gravities: Natural sand and gravel, 2.65; crushed stone, 2.70. For aggregates of specific gravities differing more than ± 0.02 from those given above, the weights given in the tables shall be corrected. The quantities shown for cement and water shall control, and the weights of aggregates shall be varied to secure the proper yield based on absolute volumes. When a special mix requiring a reduction in the amount of water is desired, the quantities of aggregate shall be increased to maintain the specified yield. Yield test, made in accordance with specification AASHTO T 121, shall be made by 'the Engineer for the purpose of determining the cement content per cubic yard of concrete. If at any time such cement content is found to be less than that specified per cubic yard, the batch weights shall be reduced until the amount of cement per cubic yard of concrete conforms to the requirements. The net mixing water shall be adjusted for the moisture contained in the aggregates, and for the moisture which they will absorb, in order to determine the amount of water to be added at the mixer. The absorption of the fine and coarse aggregates shall be determined by AASHTO T 84 and T 85. When an air -entraining agent or air -entraining portland cement is used, there will be a bulking of the mortar of the concrete due to the amount of entrained air. To keep the cement factor specified at the correct amount, the weight of FAA Standard Specifications - 41 I• Lr SEED urt y.x. ...mfVp.. I• I• I• I• I* Is I0 1• 1*1 the fine aggregate shall be reduced, as directed by the Engineer. The reduction in the fine aggregate shall be determined by yield tests as specified. Under average conditions the reduction of the sand should be about 3% of the total weight of the fine and coarse aggregate. The air content of the concrete shall be between 3 and 6%, by volume. The air content by volume shall be based on measurements made on concrete immediately after discharge from the mixer in accordance with AASHTO T 121 or 1152. 610-3.3 CONTROL TESTS. When directed by the Engineer, the Contractor shall make test cylinders from the concrete as mixed for the work as herein specified. Concrete cylindrical test specimens shall be made in accordance with AASHTO T 23. The Contractor shall cure and store the test specimens under such conditions as directed. The Engineer will make the actual tests on the specimens at no expense to the Contractor. 610-3.4 PROPORTIONING AND MEASURING DEVICES. When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment; Weighing boxes or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so that the required and exact weight of aggregates can be readily obtained. 610-3.5 CONSISTENCY. The consistency of the concrete shall be checked by the slump test specified in AASHTO T 119. 610-3.6 MIXING. Concrete may be mixed at a central point, or wholly or in part in truck mixers. Whichever mixing process is used, concrete of the specified proportions and consistency shall be produced. 610-3.7 MIXING CONDITIONS. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40°F. without permission of the Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50°nor more than 100°F. The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his expense. Retempering of concrete by adding water or any other material shall not be permitted. The delivery of concrete to the job shall be in such a manner that batches of concrete will be deposited at uninterrupted intervals. FAA Standard Specifications - 42 EK!L z RATEO JnLL .00. ...,t1,P1.. I• 1• I• 1• I• I• I• I• I. 610-3.8 FORMS. Concrete shall not be placed reinforcements have been inspected and approved by be of suitable material and shall be of the type, strength to build the structure as designed on the true to line and grade and shall be mortar -tight prevent displacement and sagging between supports. responsibility for their adequacy. The surfaces 01 free from irregularities, dents, sags, and holes. until all the forms and the Engineer. Forms shall size, shape, quality, and Plans. The forms shall be and sufficiently rigid to The Contractor shall bear forms shall be smooth and The internal ties shall be arranged so that, when the forms are removed, no metal will show in the concrete surface or discolor the surface when exposed to weathering. All forms shall be wetted with water or with a nonstaining mineral oil which shall be applied shortly before the concrete is placed; Forms shall be constructed so that they can be removed without injuring the concrete or concrete surface. The forms shall not be removed before the expiration of at least 30 hours from vertical faces, walls, and similar structures; forms supported by falsework under slabs, beams, and similar construction shall not be removed until tests indicate that at least 60% of the design strength of the concrete has developed. 610-3.9 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on the Plans, and shall be firmly held in position during concreting. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. 610-3.10 EMBEDDED ITEMS. Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. 610-3.11 PLACING CONCRETE. All concrete shall be placed during daylight, unless otherwise approved. The concrete shall not be placed until the depth and character of foundation, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than 1 hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than 5 feet, or depositing a large quantity at one point, will not be permitted. Concrete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any joint shall be of sufficient duration to FAA Standard Specifications - 43 ® MHRATED 1• I• I• I• I• I• I• [7 10 I• accomplish compaction but shall not be prolonged to the point where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie, a closed bottom dump bucket, or other approved method and shall not be disturbed after being deposited. 610-3.12 CONSTRUCTION JOINTS. When the placing of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, such provisions shall be made for grooves, steps, keys, dovetails, reinforcing bars or other devices as may be prescribed. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. 610-3.13 EXPANSION JOINTS. Not applicable. 610-3.14 DEFECTIVE WORK. Any defective been removed shall be immediately removed deficient, or if the surface of the co honeycomb, which in the opinion of satisfactorily, the entire section shal expense of the Contractor. work disclosed and replaced. ncrete is bull the Engineer 1 be removed after the forms have If any -dimensions are ed, uneven, or shows cannot be repaired and replaced at the 610-3.15 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, free from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be struck -off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand -cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. When directed, the surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a rubbing machine. 610-3.16 CURING AND PROTECTION. All concrete shall be properly cured and protected by the contractor. The work shall be protected from the elements, flowing water, and from defacement of ,any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by covering with an approved material. Water -absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to currents of air. Where wooden forms are used, they shall be kept wet at all times until removed to prevent the opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed. FAA Standard Specifications - 44 I• wa M RATED ,.vu.x& C I• I• I0 I• I• I• I• 1• 610-3.17 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by the Contractor before the. concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete. 610- 3.18 COLD WEATHER PROTECTION. When concrete is placed at temperatures below 40 F., the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated in order to place the concrete at temperatures between 50° and 100°F. Calcium chloride (max. 2% by weight) may be incorporated in the mixing water, when directed by the Engineer. After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50°F. Until at least 60% of the design strength has been attained. 610-3.19 FILLING JOINTS. 610-4.1 Not applicable. Not applicable. METHOD OF MEASUREMENT BASIS OF PAYMENT 610-5.1 The bid schedule does not contain an estimated quantity specifically for structural portland cement concrete. The performance of this work including providing and placing all materials, forms, reinforcement steel, etc. shall not be paid for directly but shall be considered as a subsidiary obligation of the Contractor covered under other Contract items. FAA Standard Specifications - 45 [7 .,�®EE° is P-620 TAXIWAY AND APRON STRIPPING I• DESCRIPTION I• 1• I• I• G 1• 620-1.1 This item shall consist of the painting of markings and stripes on the surface of taxiways applied in accordance with these Specifications and at the locations shown on the Plans, or as directed by the Engineer. Generally, marking shall consist of stripes for: the taxiway centerline; one holding line on the taxiway 250' east of the runway centerline; and positioning marks for tie -down parking on the apron. MATERIALS 620-2.1 PAINT. Paint shall meet the requirements of Federal Specification TT -P-001952 for acrylic emulsion paint. 620-2.2 REFLECTIVE MEDIA. Not applicable. CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only upon a dry surface, when the atmospheric temperature is above 45 degrees F, and when the weather is not foggy or windy. 620-3.2 EQUIPMENT. All equipment for the work shall be approved by the Engineer and shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, and such auxiliary hand painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray -type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall be designed so as to apply markings of uniform cross sections and clear-cut edges without running or spattering. 620-3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material which would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt, laitance, and loose materials. 620-3.4 LAYOUT OF MARKINGS. On those sections of pavement where no previously applied markings are available to serve as a guide, the proposed markings shall be laid out in advance of the paint application. FAA Standard Specifications - 46 LO CO ATED ,mu•oc. - unvevIu. • • 0 • • • • 6 0 620-3.5 APPLICATION. Markings shall be applied at the location and to the dimensions and spacing shown on the Plans. Paint shall not be applied until the layout and condition of the surface have been approved by the Engineer. The. paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate of 110-140 square feet per gallon. The addition of thinner will not be permitted. A period of 24 hours shall elapse between placement of a bituminous surface course or seal coat and application of the paint. The edges of the markings shall not vary from a straight line more than 1/2 inch in 50 feet and the dimensions shall be within a tolerance of plus or minus 5 percent. Glass spheres shall be distributed to the surface of the marked areas immediately after application of the paint. A dispenser shall be furnished which is properly designed for attachment to the marking machine and suitable for dispensing glass spheres. The spheres shall be applied at the rate of 10 pounds per gallon of paint. - The Contractor shall furnish certified test reports for the materials shipped to the project. The reports shall not be interpreted as a basis for final acceptance. The Contractor shall notify the Engineer upon arrival of a shipment of paint to the job site. All emptied containers shall, be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. 620-3.6 PROTECTION. After application of the paint, all markings shall be protected from damage until the paint is dry. All surfaces shall be protected from disfiguration by spatter, splashes, spillage, or drippings of paint. METHOD OF MEASUREMENT 620-4.1 The quantity of runway and taxiway markings to be paid for shall be one complete item in place performed in accordance with the Specifications and accepted by the Engineer. BASIS OF PAYMENT 620-5.1 Payment shall be made at the contract lump sum for taxiway and stripping. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Bid Item No. 11 Taxiway Stripping, per lump sum. Bid Item No. 12 Apron Tie -down Striping, per lump sum. FAA Standard Specifications - 47 • ® r'w8Eo .ml.. M. y..n(NLLt I• D-701 PIPE FOR STORM SEWERS AND CULVERTS DESCRIPTION I• I• I• 1•!1 701-1.1 This item shall consist of pipe of the types, classes, sizes, and dimensions required on the Plans, furnished and installed at the places designated on the Plans and profiles, or by the Engineer, in accordance with these Specifications and with the lines and grades given. The item shall include the bid price per linear foot of pipe in place, the cost of common excavation and backfill, the cost of furnishing and installing all trench bracing, all fittings required to complete the pipe drain as shown on the Plans, and the material for and the making of all joints, including all connections to drainage pipe and structures. MATERIALS 701-2.1 GENERAL The pipe shall be reinforced concrete pipe, ASTM C-76, of the size called for on the Plans and in the Proposal. Wall C thickness is required. Since harmful concentrations of petroleum fuels may be accidentally wasted to the piping, pipe containing bituminous products in its coating and/or paving, nor pipe jointing made with material, such as rubber, that would also be adversely affected shall not be used. 701-2.10 MORTAR. Mortar for connections to other drainage structures shall be composed of 1 part, by volume, of portland cement and 2 parts of mortar sand. The portland cement shall conform to the requirements of AASHTO M 85, Type 1. The sand shall conform to the requirements of AASHTO M 45. Hydrated lime may be added to the mixture of sand and cement in an amount equal to 15% of the weight of cement used. The hydrated lime shall meet the requirements of ASTM C-6. 701-2.13 RUBBER GASKET JOINTS. Rubber -type gaskets for concrete nonpressure pipe shall conform to the requirements of ASTM C-443. Since the gaskets may be exposed to petroleum products, a swelling test based on Methods 6001 and 6211 of Fed. Std. 601 shall be used. When the latter method is used with No. 3 oil for 70 hours at 212° F., the swelling shall not exceed 100%, by volume. (Gaskets shall meet the low -temperature flexibility requirements of Fed. Spec. HH-G-156). 701-2.15 JOINT -SEALING COMPOUND.. Joint -sealing compound used in filling joints of bell and spigot sewer pipe shall conform to the requirements of Fed. Spec. SS -S169 or SS -S-210. FAA Standard Specifications - 48 I• l�CO HATED I• 1• I• I• I. Ii I• I• I ! ! 701-3.1 EQUIPMENT. All equipment necessary and required for the proper construction of storm sewers and culverts shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. The Contractor shall provide appropriate hoisting equipment to handle the pipe while unloading and placing it in its final position without damage to the pipe. The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction of the pipe bed and the backfill, as specified. 701-3.2 EXCAVATION (a) Common. The Contractor shall do all common excavation to the depth shown on the Plans. Common excavation shall consist of all excavation for pipe trench. (b) Rock. Not applicable. (c) General. Excavated material not required or acceptable for backfill shall be disposed of by the Contractor as directed by the Engineer. Common excavation shall not be carried below the required depth; but when it is, the trench shall be backfilled at the Contractor's expense with material approved by the Engineer and compacted to the density of the surrounding earth material as determined by the FAA compaction control tests T 611. When directed, unstable soil shall be removed for the full width of the trench and replaced with sand or with approved granular material. The Engineer shall determine the depth of removal of unstable soil and the amount. of backfill necessary. The backfill shall be compacted and shaped to a firm but slightly yielding condition to form the bed for the pipe. When not specified in the Special Provisions, the cost of removing unstable soil and replacing it with approved material shall be covered by a supplemental agreement for the cubic yards of excavation and of approved material. The. depth of cut shown on the Plans is from the surface grade to the invert of the' pipeline. In case the depth of cut is changed from that shown on the Plans, the change shall not exceed 6 inches without a revision in the contract unit price per linear foot of pipe. However, if the depth of cut is changed more than 6 inches, compensation or deduction of work involved, whether increased or decreased, shall be provided for in a supplemental agreement. The minimum width of the trench at the top of the pipe, when placed, shall be a width which will permit the proper construction of joints and compaction of backfill around the pipe. The sides of the trench shall be vertical, unless otherwise approved by the Engineer. The maximum allowable width of the trench shall, not exceed 12 inches on each side of the pipe when placed, unless otherwise approved by the Engineer. FAA Standard Specifications - 49 I. AEEC urtY.JC. PS Frua I0 The bed for the pipe shall be so shaped that at least the lower quarter of the pipe circumference shall be in continuous contact with the bottom of the trench. I• 1• 1• I• 1• [I' I• The Contractor shall do such trench bracing, sheathing, or shoring necessary to perform and protect the excavation as required for safety and conformance to governing laws. The bracing, sheathing, or shoring shall not be removed in one operation but shall be done in successive stages as determined by the Engineer to prevent overloading of the pipe during backfilling operations. The cost of the bracing, sheathing, or shoring, and the removal of same, shall be included in the unit price bid per foot for the pipe. 701-3.3 CRADLES. When the Engineer finds the bottom of the trench to be an insufficient foundation for the pipe, he shall determine the locations and dimensions of the necessary cradles to properly support the pipe. The design details for the cradles shall be determined by the Engineer and the method of additional compensation shall be agreed upon. -3.4 LAYING AND INSTALLING PIPE (a) Concrete Pipe. The contractor shall provide the necessary mason's lines and supports to insure installation of the pipe to line and grade. The Contractor's facilities for lowering the pipe into the trench shall be such that neither the pipe nor the trench will be damaged or disturbed. The Engineer shall inspect all pipe before it is laid, and reject any section that is damaged by handling or is defective to a degree which will materially affect the function and service of the pipe. The laying of the pipe in the finished trench shall be started at the lowest point and laid upgrade. When bell and spigot pipe is used, the bell shall be laid upgrade. If tongue and groove pipe is used, the grooved end shall be laid upgrade. The pipe shall be firmly and accurately set to line and grade so that the invert will be smooth and uniform. The pipe shall be protected from water during placing. When bell and spigot pipes are used, spaces •for the pipe bells shall be dug in the pipe subgrade to accommodate the bells. These spaces shall be deep enough to insure that the bells do not bear the load of the pipe; they shall not be excessively wide in relation to the longitudinal direction of the trench. When the pipes are laid, the barrel of each section of pipe shall be in contact with the quadrant -shaped bedding throughout its full length, exclusive of the bell, to support the entire load of the pipe. Pipe shall not be laid on frozen ground. Pipe which is not true in alignment, or which shows any settlement after laying, shall be taken up and relaid without extra compensation. FAA Standard Specifications - 50 ®CO RATED N 4.e.x. ...mtWpt [7 The Contractor shall provide, as may be necessary, for the temporary diversion of stream flow in order to permit the installation of the pipe under dry conditions. 701-3.5 MORTAR. The mortar shall be of the desired consistency for filling between the pipe and the drainage structures. Mortar that is not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted. [2 I0 I• I• Is 701-3.6 PIPE JOINTS. Pipe joints for concrete pipe may be of the bell and spigot type or the tongue and groove type unless one type is specified by the Engineer. The following methods of jointing pipe shall be used: (a) Rubber Gasket Joints. The gasket shall be installed in accordance with the manufacturer's instructions: - 701 -3.7 BACKFILLING. All trenches and excavations shall be backfilled within a reasonable time after the pipes are installed, unless other -protection of the pipe is directed. Except where the pipe is placed under a pavement section, the backfill material shall be the same as excavated from the trench. Material which is placed at the sides of the pipe and 1 foot over the top shall be material which can be readily compacted. It shall not contain stones retained on a 3 -inch sieve, frozen lumps, chunks of highly plastic clay, or any other material which objectionable to the Engineer. The material shall be moistened or dried, if necessary to be compacted by the method in use. Backfill material shall be approved by the Engineer. Under pavement sections, all backfill material shall be 5B-2, crushed aggregate, P-209. The backfill shall be placed in loose layers not to exceed 6 inches in depth along each side of the pipe. Special care shall be taken to secure thorough compaction under the haunches and at the sides of the pipe. This backfill shall be brought up evenly on each side of the structure to an elevation of 1 foot over the top of the pipe, or such greater elevation as directed by the Engineer. Backfilling shall be done in a manner to avoid injurious top or side pressures on the pipe. The. backfill shall be compacted to the density required for embankments in unpaved areas under Item P-152. Under paved areas, the subgrade and any backfill shall be compacted to the density required for embankments for paved areas under Item P-152. Movement of construction machinery over a culvert shall be at the Contractor's risk. Any pipe damaged thereby shall be replaced at the expense of the Contractor. 701-3.8 CONNECTIONS. Where the Plans call for connections to existing or proposed structures, these connections shall be watertight and made so that a smooth uniform flow line will be obtained throughout the drainage system. FAA Standard Specifications - 51 I0 R!k�A %/.EEO ..n.( .Vi. ..LnIYa.. • 701-3.9 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus naterial, dirt, and rubbish. Surplus dirt may be deposited as ordered by the Engineer. After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear, and in good condition. 6 • • • 1 Performance of the work described in this section is not payable directly but shall be considered as a subsidiary obligation of the Contractor covered under the contract unit price for the pipe. 701-3.10 INSPECTION. Prior to final approval of the drainage system, the Engineer, accompanied . by the Contractor;s representative, shall make a thorough inspection, by an appropriate method, of the entire installation. Any indication of defects in material or workmanship, or obstruction to flow in the pipe system, shall be further investigated and corrected. Defects due to the Contractor's negligence shall be corrected by the Contractor without additional compensation and as directed by the Engineer. METHOD OF MEASUREMENT 701-4.1 The footage of pipe to be paid for shall be the number of linear feet of pipe in place, completed, and approved to be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types, and sizes shall be measured separately. All fittings shall be included in the footage as typical pipe sections in the pipeline being measured. BASIS OF PAYMENT 701-5.1 Payment will be made at the Contract unit price per linear foot for each kind of pipe of the type, class, and size designated. These prices shall be full compensation for furnishing all materials (except SB-2 backfill material which is to be paid for under Item P-209, Crushed Aggregate) and for all preparation, excavation, spoilage of excavated material, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Bid Item No. 13 (12) inch (Reinforced Concrete Pipe) per linear foot. Bid Item No. 14 (15) inch (Reinforced Concrete Pipe) per linear foot. Bid Item No. 15 (18) inch (Reinforced Concrete Pipe) per linear foot. Bid Item No. 16 (22k x 36$) inch Concrete Arch Pipe) per linear foot. • FAA Standard Specifications - 52 • © PCORV GATED I• D-751 STORM INLETS I• DESCRTPTTON 1• I• I• I• 751-1.1 This item shall consist of storm inlet(s), in accordance with these Specifications, at the specified location(s) and conforming to the line(s), grade(s), and dimensions shown on the Plans or required by the Engineer. MATERIALS 751-2.3 CONCRETE. Reinforced concrete used in structures, connections of pipes with structures, and the support of structures or frames shall conform to the requirements of Item P-610. 751-2.6 FRAMES, COVERS, AND GRATES. The castings shall conform -to one of the following requirements: (a) Gray iron castings shall meet the requirements of AASHTO M 105. (b) Malleable iron castings shall meet the requirements of AASHTO M 106. (c) Steel castings shall meet the requirements of AASHTO M 103. (d) Structural steel for grates and frames shall conform to the requirements of AASHTO M 94. All castings or structural steel units shall conform to the dimensions shown on the Plans and shall be designed to support the loadings specified. Each frame and cover or grate unit shall be provided with fastening members to prevent it from being dislodged by traffic but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned and given two coats of approved bituminous paint. After fabrication, structural steel units shall be galvanized to meet the requirements of AASHTO M 111. CONSTRUCTION METHODS 751-3.1 EXCAVATION. (a) The Contractor shall do all excavation for structures and structure footings to the lines and grades or elevations, shown on the Plans. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings, as shown on the Plans, shall be considered as FAA Standard Specifications - 53 I• aTED p14k.oc. ../In1Vlp1 I. I• i• I• I• I• I• I• approximately only; and the Engineer may order, in writing, changes in dimensions or elevations of footings necessary to secure a •satisfactory foundation. • (b) Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated., as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation, and excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed. (c) The Contractor shall do all bracing, sheathing, or shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for the structure. (d) Unless otherwise provided, bracing, sheathing, or shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner which will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. • (e) After each excavation is completed, the Contractor shall notify the Engineer to that effect; and concrete or reinforcing steel shall be placed after the Engineer has approved the depth of the excavation and the character of the foundation material. 751-3.3 CONCRETE STRUCTURES. Concrete structures shall be built: on prepared foundations, conforming to the dimensions and form indicated on the Plans. The construction shall conform to the requirements specified in Item P-610. Any reinforcement required shall be placed as indicated on the Plans and shall be approved by the Engineer before the concrete is poured. All. invert channels shall be constructed and shaped accurately so as to be smooth, uniform, and cause minimum resistance to flowing water. The interior bottom shall be sloped downward toward the outlet. 751-3.6 INLET AND OUTLET PIPES. Inlet and outlet pipes shall extend through the walls of the structures for a sufficient distance beyond the outside surface to allow for connections but shall be cut off flush with.the wall on the inside surface, unless otherwise directed. For concrete or brick structures, the mortar shall be placed around these pipes so as to form a tight, neat connection. A flexible joint shall be provided within one foot of the outside of the wall. FAA Standard Specifications - 54 I• IM RATED unp .Cc. ...@1Yhtl I. C I• I• I• I• E I• 751-3.7 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES, AND FITTINGS. All castings, frames, and fittings shall be placed in the positions indicated on the Plans or as directed by the Engineer, and shall be set true to line and to correct elevation. If frames or fittings are to be set in concrete, all anchors or bolts shall be in place and position before the concrete is placed. The unit shall not be disturbed until the concrete has set. After the frames or fittings have been set in final position and the concrete has been allowed to harden for 7 days, then the grates or covers shall be placed and fastened down. 751-3.9 BACKFILLING. (a) After a structure has been completed, the area around it shall be filled with approved material, in horizontal layers not to exceed 8 inches in loose depth, and compacted to the density required in Item P-152, and as determined by FAA compaction control tests T 611. Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the Plans or as directed by the Engineer. (b) Backfilling shall not be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until the concrete has been in place 7 days, or until tests made by the laboratory under supervision of the Engineer establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. (c) Backfill shall not be measured for direct payment. Performance of this work shall be considered as a subsidiary obligation of the Contractor covered under the contract unit price for the structure involved. 751-3.10 CLEANING AND RESTORATION OF SITE. After the backfill is completed, t e Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be utilized on site if approved by the Engineer. After all work is completed, the Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. METHOD OF MEASUREMENT 751-4.1 Storm inlets shall be measured by the unit. FAA Standard Specifications - 55 I• RATED V! LE.x. ...F91"LLI I• BASIS OF PAYMENT I• I• I• I• I• I• I• I• I• 751-5.1 The accepted number of storm inlets will be paid for at the contract unit price per each, complete and in place. This price shall be full compensation for furnishing all materials (including concrete, reinforcement steel, gratings, frames, etc.) and for all preparation, excavation, backfilling and placing of the materials; furnishing and installation of such specials and connections to pipes and other structures as may be required to complete the item as shown on the Plans; and for all labor, equipment, tools and incidentals necessary to complete the structure. Payment will be made under: Bid Item No. 17 Storm Inlets No. 1, per each. Bid Item No. 18 Storm Inlets No. 2, 3, & 4 per each. FAA Standard Specifications - 56 I .,.,. 4AW 1EEU D-752 CONCRETE HEADWALLS DESCRIPTION I• C I• I• I• I• I• 1• 752-1.1 This item shall consist of constructing reinforced concrete headwall(s) in accordance with these Specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the Plans or required by the Engineer. MATERIALS 752-2.1 CONCRETE. Reinforced concrete shall meet the requirements of Item P-610. CONSTRUCTION METHODS 752-3.1 EXCAVATION. (a) Trenches and foundation pits for structures or structure footings shall be excavated to the lines and grades or elevations shown on the Plans. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings, as shown on the Plans, shall be considered as approximate only; and the Engineer may order, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. (b) Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation, and 'excavation to final grade shall not be made until just before the concrete or reinforcing steel is to be placed. (c) The Contractor shall do all bracing, sheathing, or shoring necessary to perform and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for excavation. (d) Unless otherwise provided, bracing, sheathing, or shoring involved therewith shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner which will not disturb or mar finished concrete. The cost of removal shall be included in the unit price bid for excavation. FAA Standard Specifications - 57 I• ® 1II ATCO u n,, .00, C C I• 1• I• I• I• I• 1• I• (e) After each excavation is completed, the Contractor shall notify the Engineerito that effect, and concrete or reinforcing steel shall be placed after the Engineer has approved the depth of the excavation and the character of the foundation material. 752-3.2 BACKFILLING. (a) After a structure has been, completed, backfilling with approved material shall be accomplished by applying the fill in horizontal layers not to exceed 8 inches in loose depth, and compacted to the density required in Item P-152, and as determined by FAA compaction control tests T-611. (b) No backfilling shall be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until the concrete has been in place 7 days, or until tests made by the laboratory under the supervision of the engineer establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. (c) Care shall be taken to prevent any wedging action against the structure, and all slopes bounding or within the areas to be backfilled shall be stepped or serrated to prevent wedge action. (d) Backfill will not be measured for direct payment. Performance of this work under the contract is not payable directly but shall be considered as a subsidiary obligation of the Contractor, covered under the contract unit price for the structure. 752-3.3 WEEP HOLES. Weep holes shall be constructed as shown on •the Plans. 752-3.4 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited as ordered by the Engineer. The Contractor shall restore all disturbed areas to their original condition. After all work is completed, the Contractor shall remove all tools and egdipment, leaving the entire site free, clear, and in good condition. METHOD OF MEASUREMENT 752-4.1 Headwalls shall be measured by the unit. FAA Standard Specifications - 58 I• HATED u T..oc. .b TFY,Y. i• BASIS OF PAYMENT I• I• I• 1• I• 1• 1• 1• 752-5.1 Payment will be made at the contract unit price per each, in place. These prices shall be full compensation for furnishing all materials (including concrete, reinforcement steel, rock riprap, etc.) •and for all preparation, excavation, backfill, and placing the materials, and for all labor, equipment, tools, and incidentals necessary to complete the structure. Payment will be made under: Bid Item No. 19 Concrete Headwall No. 1, per each. Bid Item No. 20 Concrete Headwall No. 2, per each. FAA Standard Specifications - 59 1• ©'NCOHATED i•TT •CC. •S IfllaLL1 I• T-901 SEEDING I• DESCRIPTION I• I• I• I• I• I• 1• 901-1.1 This item shall consist of seeding and fertilizing the areas shown on the Plans or as directed by the Engineer in accordance with these Specifications. MATERIALS 901-2.1 SEED. The kinds of grass seed furnished shall be those stipulated hereinafter. Seed shall conform to the requirements of Fed. Spec. JJJ-S-181. Seed shall be furnished separately or in mixtures in standard containers with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within 6 months of the date of delivery. This statement shall include: name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and,:in case of a mixture, the proportions of each kind of seed. The seed shall be labeled in accordance with the current rates and regulations of the Arkansas State Plant board and have a minimum of 90% pure seed and 85% germination by weight. Seed shall be of the varieties and the amount by weight as follows: March 1 - April 30 Variety Bermuda (Common) Hulled Weeping Love Grass Tall Fescue (K-31) May 1 - August 31 Weeping Love Grass Bermuda (Common) hulled Fall Fescue (K-31) Pounds Per Acre 15 5 20 5 20 15 FAA Standard Specifications - 60 I• AATED onu .a. ..9"Ivnu1 • September 1 - October 15 6 • • 6 I S • r Tall Fescue (K-31) Annual Rye Crimson CLover (Dixie) 15 5 20 901-2.3 FERTILIZER. Fertilizer shall be a standard 10-20-10 commercial fertilizer. It shall be applied at the rate of 500 pounds per acre and shall meet the specified requirements of the applicable State and Federal Laws. It shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms: (a) A dry, free -flowing fertilizer suitable for application by a common fertilizer spreader; (b) A finely -ground fertilizer soluble in water, suitable for application by power sprayers; or (c) A granular or pellet form suitable for application by blower equipment. 901-2.4 SOIL FOR REPAIRS. repaired shall be at least adjacent to the area to be large stones, roots, stump subsequent sowing of seed, approved by the Engineer. The soil for fill and topsoiling of areas to be of equal quality to that which exists in areas repaired. The soil shall be relatively free from s, or other materials that will interfere with compacting, and establishing turf, and shall be CONSTRUCTION METHODS 901-3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been completed and before applying fertilizer, areas to be seeded shall be raked or otherwise cleared of stones larger than 2 inches in any diameter, sticks, stumps, and other debris which might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recently been thoroughly loosened and worked to FAA Standard Specifications - 61 • L IZINCO P.RATED unt..oc. ...In1VMLI r I• 10 I• I• C 1• I• a depth of not less than 5 inches as a result of grading operations and, if immediately prior to seeding, the top 3 inches of soil is loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. However, when the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise loosened to a depth not less than 5 inches. Clods shall be broken and the top 3 inches of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate means. 901-3.2 DRY APPLICATION METHOD. (a) Fertilizing. �Following advance preparations and cleanup, fertilizer shall be uniformly spread at the rate which will provide not less than the minimum quantity required. (b) Seeding. Grass seed shall be sown at the rate specified heretofore immediately after fertilizing, and the fertilizer and seed shall be raked within a 2 -inch depth range. When seeding is required at other than the seasons shown on the Plans or in the Special Provisions, a cover crop shall be sown by the same methods required for a grass. (c) Rolling. After the seed has been properly covered, the seedbed shall be immediately compacted by means of an approved lawnroller, weighing 40 to 65 pounds per foot of width for clay soil (or any soil having a tendency to pack), and weighing 150 to 200 pounds per foot of width for sandy or light soils. 901-3.4 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired. by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. When the dry application method outlined is used for work done out of season, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the Engineer. If at the time when the contract has been otherwise completed it is not possible to make an adequate determination of the color, density, and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded out of season will be withheld until such time as these requirements have been met. The Contractor shall be responsible for obtaining a stand of grass covering the seeded area. Any area larger than four (4) square feet not covered by grass at the end of 3 months shall be reseeded at no cost to the Owner. FAA Standard Specifications - 62 I• r 8Eo I• I! I• '• i [-1 METHOD OF MEASUREMENT 901-4.1 The quantity of seeding to be paid for shall be the number of acres measured on the ground surface, completed and accepted. BASIS OF PAYMENT 901-5.1 The quantity, determined as provided above, will be paid for at the contract unit price per acre, or fraction thereof, for the pay item listed below, which price and payment shall be full compensation for furnishing and placing all material and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item. Payment will be made under: Bid Item No. 21 Seeding, per acre. E FAA Standard Specifications - 63 LWt`EED .mu.a. u.mrmu • T-905 TOPSOILING DESCRIPTION • • • • • • • • • 905-1.1 This item shall consist of preparing the ground surface for topsoil application, removing topsoil from designated stockpiles or areas to be stripped on the site or from approved sources off the site, and placing and spreading the topsoil on prepared areas in accordance with this Specification at the locations shown on the Plans or as directed by the Engineer. MATERIALS 905-2.1 TOPSOIL. Topsoil shall be the surface layer of soil with no admixture of. refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones- (2 inches or more in diameter), clay lumps or similar objects. Brush and other vegetation which will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sods and hebaceous growth such as grass and weeds are not to be removed but shall be thoroughly broken up and intermixed with the soil during handling operations. The topsoil or soil mixture, unless otherwise specified or approved, shall have a pH range of approximately 5.5 pH to 7.6 pH, when tested in accordance with the methods of testing of the Association of Official Agricultural Chemists in effect on the date of invitation of bids. The organic content shall be not less than 3% nor more than 20% as determined by the wet -combustion methods (chromic acid reduction). There shall be not less than 20% nor more than 80% of the material passing the 200 mesh sieve as determined by the wash test in accordance with AASHO T11. Natural topsoil may be amended by the Contractor with approved material and methods to meet the above Soecifications. 905-2.2 INSPECTION AND TESTS. Within 10 days following acceptance of the bid, the Engineer shall be notified of the source of topsoil to be furnished by the Contractor. The topsoil shall be inspected to determine if the selected soil meets the requirements specified and to determine the depth to which- stripping will be permitted. At this time, the Contractor may be required to take representative soil samples from several locations within the area under consideration and to the proposed stripping depths, for testing purposes as specified in 905-2.1. CONSTRUCTION METHODS 905-3.1 GENERAL. Areas to be topsoiled shall be shown on the Plans. The topsoil is available on the site. The location of the stockpiles and areas to be stripped of topsoil and the stripping depths are shown on the Plans and in these Specifications under EXCAVATION. FAA Standard Specifications - 64 L,L� M 4TED u11J.q. I.IIRIVM( • I• I• I• I• I• I• I• I• 1• I• Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the Engineer before the various operations are started. 905-3.2 PREPARING THE GROUND SURFACE. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by the Engineer, to a minimum depth of 2 inches to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the Plans, which are too compact to respond to these operations shall receive special scarification. Grades on the area to be topsoiled, which have been established by others as shown on the Plans, shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth -graded and the surface left at the prescribed grades in an even and properly compacted condition to prevent, insofar as practical, the formation of low places or pockets where water will stand. 905-3.3 OBTAINING TOPSOIL. Prior to areas, any vegetation, briers, stumps on such areas, which may interfere removed using methods approved by tF which cannot be incorporated into the be removed. the stripping of topsoil from designated and large roots, rubbish or stones found with subsequent operations, shall be e Engineer. Heavy sod or other cover, topsoil by discing or other means shall When suitable topsoil is available on the site, the Contractor shall remove this material from the designated areas and to the depth as directed by the Engineer. The topsoil shall be spread on areas already tilled and smooth -graded, or stockpiled in areas approved by the Engineer. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. Any topsoil that has been stockpiled on the site by others, and is required for topsoiling purposes, shall be removed and placed by the Cohtractor. The sites of all stockpiles and areas adjacent thereto which have been disturbed by the contractor shall be graded if required and put into a condition acceptable for seeding. 905-3.4 PLACING TOPSOIL. The topsoi areas to a uniform depth of 4 inches on the Plans or stated in the Special when the ground or topsoil is froz condition detrimental to the work. turfing operations can proceed with a 1 shall be evenly spread on the prepared after compaction, unless otherwise shown Provisions. Spreading shall not be done =_n, excessively wet, or otherwise in a Spreading shall be carried on so that minimum of soil preparation or tilling. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches or FAA Standard Specifications - 65 i• ® � 66hATED .oc. •.nnEvl{tl 0 6 I• I• I• I• more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor. After spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Engineer. The compacted topsoil surface shall conform to the required lines, grades, and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. METHOD OF MEASUREMENT 905-4.1 The yardage of topsoil obtained on the site to be paid for shall be the number of cubic yards of topsoil measured in its original position and stripped or excavated. The yardage of topsoil stockpiled by! others and removed for topsoiling by the Contractor to be paid for shall be the number of cubic yards of topsoil measured in the stockpile. Topsoil shall be measured by volume in cubic yards computed by the method of end areas. BASIS OF PAYMENT 905-5.1 Payment shall be considered subsidiary to and will be made under Bid Item Nos. 4 and 5. This price shall be full compensation for furnishing all materials and for all preparation, placing, and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. FAA Standard Specifications - 66 I• uE WEED uttu •.nfIVNLk i• T-908 MULCHING DESCRIPTION 908-1.1 This item shall consist of furnishing, hauling, placing, and securing mulch on surfaces indicated on the Plans or designated by the Engineer. MATFRTAI S I• I• I• I• I• I• 908-2.1 MULCH MATERIAL. Acceptable mulch shall be the materials listed below or any approved locally available material that is similar to those specified. Low grade, musty, spoiled, partially rotted hay, straw, or other materials unfit for animal consumption will be acceptable. Mulch materials, which contain matured seed of species which would volunteer and be detrimental to the proposed overseeding, or to surrounding farm land, will not be acceptable. Straw or other mulch material which is fresh and/or excessively brittle, or which is in such an advanced stage of decompostion as to smother or retard the planted grass, will not be acceptable. (a) Hay. Hay shall be native hay, Sudan grass hay, broomsedge hay, legume hay, or similar hay or grass clippings. (b) Straw. Straw shall be the threshed plant residue of oats, wheat, barley, rye, or rice from which grain has been removed. (c) Asphalt Binder. Asphalt binder material shall conform to the requirements of AASHTO M 140, Type SS -1 or RS -1, as appropriate. 908-2.2 INSPECTION. Within shall be notified of sources the Contractor shall furnish to be used. These samples m Engineer and any materials standards shall be rejected. 5 days after acceptance of the bid, the Engineer and quantities of mulch materials available and him with representative samples of the materials ay be used as standards with the approval of the brought on the site which do not meet these CONSTRUCTION METHODS 908-3.1 MULCHING. Before spreading mulch, all large clods, stumps, stones,/ brush, roots, and other foreign material shall be removed from the area to be mulched. Mulch shall be applied immediately after seeding. The spreading of the mulch may be by hand methods, blower, or other mechanical methods, provided a uniform covering is obtained. Mulch material shall be furnished, hauled, and evenly applied on the area shown on the Plans or designated by the Engineer. Straw or hay shall be FAA Standard Specifications - 67 I • ll► REED rtu•oc. .•n nlvY, I• spread over the surface to a uniform thickness at the rate of 2 to 3 tons per acre to provide a loose depth of not less than 1 1/2 inches nor more than 3 inches. Other organic material shall, be spread at the rate directed by the Engineer. Mulch may be blown on the slopes and the use of cutters in the equipment for this purpose will be permitted to the extent that at least 95% of the mulch in place on the slope shall be 6 inches or more in length. When mulches applied by the blowing method are cut, the loose depth in place shall be not less than 1 inch nor more than 2 inches. I• I• I• 1• 908-3.2 SECURING MULCH. The mulch shall be held in place by asphalt binder, or other adhesive material approved by the Engineer. Where mulches have been secured by either of the asphalt binder methods, it will not be permissible to walk on the slopes after the binder has been applied. The Contractor is warned that in the application of asphalt binder material he must take every precaution to guard against damaging or disfiguring structures or property on or adjacent to the areas worked and that he will be held responsible for any such damage resulting from his operations. 908-3.3 CARE AND REPAIR (a) The Contractor shall care for the mulched areas until final acceptance of the project. Such care shall consist of providing protection against traffic or other use by placing warning signs, as approved by the Engineer, and erecting any barricades that may be shown on the Plans before or immediately after mulching has been completed on the designated areas. (b) The Contractor shall be required to repair or replace any mulching that is defective or becomes damaged until the project is finally accepted. When, in the judgment of the Engineer, such defects or damages are the result of poor workmanship or failure to meet the requirements of the Specifications, the cost of the necessary repairs or replacement shall be borne by the Contractor. However, once the Contractor has completed the mulching of any area in accordance with the provisions of the Specifications, and to the satisfaction of the Engineer, no additional work at his expense will be required, but subsequent repairs and replacements deemed necessary by the Engineer shall be made by the Contractor and will be paid for as additional or extra work. (c) If the "Asphalt Spray" method is Used, all mulched surfaces shall be sprayed with asphalt binder material so that the surface has a uniform appearance. The binder shall be uniformly applied to the mulch at the rate of approximately 8.0 gallons per 1,000 square feet, or as directed by the Engineer, with a minimum of 6.0 gallons and a maximum of 10 gallons per 1,000 square feet depending on the type of mulch and the effectiveness of the binder securing it. Bituminous binder material may be sprayed on the mulched slope areas from either the top or the bottom of the slope. An approved spray nozzle shall be used. The nozzle shall be operated at a distance of not less than 4 feet from the surface of the mulch and uniform distribution of the bituminous material shall be required. A pump or an air compressor of FAA Standard Specifications - 68 1• ©[O MATED .mu.m. n.[ntnut adequate capacity shall be used to insure uniform distribution of the bituminous material. (d) If the "Asphalt Mix" method is used, the mulch shall be applied by blowing, and the asphalt binder material shall be sprayed into the mulch as it leaves the blower. The binder shall be uniformly applied to the mulch at the rate of approximately 8.0 gallons per 1,000 square feet or as directed by the Engineer, with a minimum of 6.0 gallons and a maximum of 10 gallons per 1,000 square feet depending on the type of mulch and the effectiveness of the binder securing it. METHOD OF MEASUREMENT 908-4.1 Mulching shall be considered as subsidiary to Bid Item 21 for Seeding. BASIS OF PAYMENT 908-5.1 Payment will be made under Bid Item 21, Seeding. This price shall be full compensation for furnishing all materials and for placing and anchoring the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. FAA Standard Specifications - 69 laL� ��+CO�+PaR ATED nu.uc. P.n nnnu L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS • DESCRIPTION 0 • • • • • 108-1.1 This item shall consist of replacing existing runway land taxiway lighting system cables where they are to cross underneath the proposed taxiway and placing them together in one of the raceways provided in the new 4 -way duct. New underground cables shall be furnished and installed in accordance with this Specification at the locations and in accordance with the design, dimensions, and details shown in the Plans. This item shall include the excavation and backfill of the trench and the installation of cable and counterpoise wire in duct. It shall include splicing, cable marking, and testing of the installation and all incidentals necessary to place the cables and wire in operating condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation of theduct. This work must be performed at night time, under "closed airport" conditions. EQUIPMENT AND MATERIALS 108-2.1 GENERAL. (a) Airport lighting equipment and materials covered by FAA specifications shall have the prior approval of the Federal Aviation Administration, Airports Service, Washington, D.C. 20591, and shall be listed in Advisory Circular 150/5345-1, Approved Airport Lighting Equipment. (b) All other equipment and materials covered by other referenced specifications shall be subject to acceptance. through manufacturer's certification of compliance with the applicable specification, when requested by the Engineer. 108-2.2 CABLE. Underground cable shall conform to the requirements of Type C manufactured in accordance with the requirements of IPCEA S-66-524. The cable shall be marked with the manufacturer's name or trademark, cable trade names or catalog number, conductor size, and voltage rating. The markings shall be spaced at least every two feet and should not affect the smoothness of the cable surface. Each underground cable shall be No. 8, AWG. The cable shall be a first -grade commercial product, free from defects in material and workmanship that may affect either life or performance. 108-2.3 BARE COPPER WIRE (Counterpoise). Bare copper wire for counterpoise installations shall be stranded wire conforming to ASTM Specifications B3 and B8, No. 6 AWG. FAA Standard Specifications - 70 U EkiRbRA1EO um..00. ..fftV L, • • • • • • • • • • 108-2.4 CABLE CONNECTIONS. In -line connections of underground primary cables shall be "cast splice". A cast splice, employing a plastic mold and using epoxy resin equal to that manufactured by Minnesota Mining and Manufacturing Company, "Scotchcast" Kit No. 82--A, or as manufactured by Hysol Corporation, "Hyseal Epoxy Splice" Kit No. E1135, for potting the splice is approved. 108-2.5 CONCRETE. Concrete for cable markers shall conform to Specification Item P-610, "Structural Portland Cement Concrete". CONSTRUCTION METHODS 108-3.1 GENERAL. The Contractor shall install the specified cable at the approximate locations indicated in the Plans. The Engineer shall approve specific locations. 108-3.2 INSTALLATION IN DUCT OR CONDUIT. This item includes the installation of the cable in duct as described below. •The maximum number and voltage ratings of cables installed in each single duct and the current -carrying capacity of each cable shall be in accordance with the latest National Electric Code, or the code of the local agency having jurisdiction. The Contractor shall make no connections or joints of any kind in cables installed in conduits or ducts. The duct or conduit shall be installed as a separate item in accordance with Item L-110, "Installation of Airport Underground Electrical Duct." The Contractor shall make sure that the duct is open, continuous, and clear of debris before installing cable. The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture -seal tape before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a duct under the same contract, all cable shall be pulled in •the duct at the same time. The pulling of a cable through ducts or conduits may be accomplished by handwinch or power winch with the use of cable grips or pulling eyes. Pulling tensions should be governed by recommended standard prattices for straight pulls or bends. A lubricant recommended for the type of cable being installed shall be used where pulling lubricant is required. Duct or conduit markers temporarily removed for excavations shall be replaced as required. 108-3.3 TRENCHING. Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Road patrols or graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Cable trenches shall be excavated to a minimum depth of 36 inches below finished grade. FAA Standard Specifications - 71 • WE INCORRATED yn\e .oc. ..VVEwLLt �• I• I• I• I• I• 1• I• The Contractor shall excavate all cable trenches to a width not less than 6 inches. The trench shall be widened where more than two cables are to be installed parallel in the same trench. Unless otherwise specified in the Plans, all cables in the same location and running in the same general direction shall be installed in the same trench. 108-3.4 INSTALLATION IN TRENCHES. The Contractor shall not use a cable plow for installing the cable. Mechanical cable -laying equipment may be used in conjunction with a trenching machine if specified on project Plans and Specifications; and it should provide for physical inspection of cable prior to backfilling. Sharp bends or kinks in the cable shall not be permitted. Not less than 1 foot of cable slack shall be left on each side of splices. The slack cable shall be placed in the trench in a series of S -curves. 108-3.5 BACKFILLING CABLE TRENCHES NOT UNDER PAVEMENT. After the cable has been installed, the trench shall e backfilled with a layer 3 inches deep, loose measurement, and the backfill shall be either earth or sand containing no mineral aggregate particles that would be retained on a 1/4 -inch sieve. This layer shall not be compacted. The second layer shall be 5 inches deep, loose measurement, and shall contain no particles that would be retained on a 1 -inch sieve. The remainder of the backfill shall be excavated or imported material and shall not contain stone or aggregate larger than 4 inches maximum diameter. The third and subsequent layers of the backfill shall not exceed 8 inches in maximum depth, loose measurement. The second, and subsequent layers shall be thoroughly tamped and compacted to at least the density of the adjacent undisturbed soil, and to the satisfaction of the Engineer. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. Cable trenches located under area to be paved shall be backfilled entirely with compacted SB-2 crushed stone aggregate per the Plans. 108-3.6 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction, and other work shall be restored to its original condition. The restoration shall include any necessary topsoiling, fertilizing and seeding, or sodding. All such work shall be performed in accordance with the FAA Standard Specifications, as revised for this Project. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. 108-3.7 CABLE MARKERS. The location of runway light circuits shall be marked by a concrete slab marker, 2 feet square and 4 inches thick, extending approximately 1 inch above the surface. Cable markers shall be installed immediately above the cable at the splices on each end of the proposed taxiway. The Contractor shall impress the words "CABLE" and "SPLICE" on each cable marking slab. The letters shall be FAA Standard Specifications - 72 1• L>IMCDPSAEED I • approximately 4 inches high and 3 inches wide, with width of stroke 1/2 inch and 1/4 inch deep stenciled in the concrete. 108-3.8 SPLICING. Connections shall be of the cast splice type. They shall be made by experienced personnel regularly engaged in this type of work. Splices shall be made by using crimp connectors for jointing conductors. Molds shall be assembled, and the compound shall be mixed and poured in accordance with manufacturer's instructions and to the satisfaction of the Engineer. 108-3.9 BARE COUNTERPOISE WIRE INSTALLATION. As shown in the Plans, a stranded bare copper wire, No. 6 AWG size, shall be installed for lightning protection of the underground cables. The bare counterpoise wire shall be installed in the same trench and duct for the entire length of the insulated cables it is designed to protect, and where practicable, shall be placed at a distance of approximately 4 inches from the insulated cable. • • • Splices of counterpoise wire shall be made with brass type compression connectors approved by the Engineer. 108-3.10 TESTING. The Contractor shall furnish all necessary equipment and appliances for testing the underground cable circuits after installation. The Contractor shall test and demonstrate to the satisfaction of the Engineer the following: (a) That all lighting power circuits are continuous and free from short circuits. (b) That all circuits are free from unspecified grounds. (c) That the insulation resistance to ground of all nongrounded series circuits is not less than 50 megohms. (d) That the insulation resistance to ground of all nongrounded conductors of multiple circuits is not less than 50 megohms. (e) That all circuits are properly connected. (f) That all circuits are operable. Tests shall be conducted that • include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. METHOD OF MEASUREMENT • 108-4.1 The quantity of trench to be paid for shall be the linear feet of trench, including the excavation, backfill, and reconditioning, completed, measured as excavated, and accepted as satisfactory. This work shall be paid • FAA Standard Specifications - 73 • ATED ny.DC. u.irtivllll I• for as a part of the payment for cable, and/or counterpoise wire; separate and direct payment for trenching will not be made. I• I• I• I• I• I• I• I* I. 108-4.2 The footage of cable or counterpoise wire installed in trench to be paid for shall be the number of linear feet of cable or counterpoise wire installed in trenches measured in place, completed, ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable or counterpoise wire installed in trench. 108-4.3 The footage of cable or counterpoise wire installed in duct or conduit to be paid for shall be the number of linear feet measured in place, completed, ready for operation, and accepted as satisfactory. Separate measurement shall be made for each underground electrical duct. BASIS OF PAYMENT 108-5.1 Payment will be made at the contract unit price for cable and bare counterpoise wire installed in trench or duct in place by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment for cable shall include trenching, backfill, and all other miscellaneous items associated with a complete installation. Payment will be made under: Bid Item No. 22 Underground Cable, installed in trench or duct, per linear foot. Bid Item No. 23 Bare Counterpoise Wire, installed in trench or duct, per linear foot. FAA Standard Specifications - 74 I. nJ.IX. LII ATEO I• L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT DESCRIPTION I• I• I• I• I• [7 I• 110-1.1 This item shall consist of constructing underground electrical ducts in accordance with this Specification at the locations and in accordance with the dimensions, designs, and details shown in the Plans. This item shall include the installation of all underground electrical ducts or underground conduits. It shall also include all trenching, backfilling, removal, concrete encasement, mandreling installation of steel drag wires and duct markers, capping, and the testing of the installation as a completed duct system ready for installation of cables, to the satisfaction of the Engineer. That portion of this work located within 200 feet of the runway edge must be performed at night time under "closed airport" conditions. EQUIPMENT AND MATERIALS 110-2.1 GENERAL. All equipment and materials covered by referenced Specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when so requested by the Engineer. 110-2.2 PLASTIC CONDUIT. Plastic conduit and fittings shall conform to the requirements of Fed. Spec. W -C-1094 and shall be Type I, suitable for underground use either directly in the earth or encased in concrete. CONSTRUCTION METHOD 110-3.1 GENERAL. The Contractor shall install underground ducts at the approximate locations indictated in the Plans. The Engineer shall approve specific locations as the work progresses. Ducts shall be of the size, material, and type indicated in the Plans or Specifications. All duct lines shall be laid so as to grade toward duct ends for drainage. Grades shall be at least 3 inches per 100 feet. On runs where it is not practicable to maintain the grade all one way, the duct lines shall be graded from the center in both directions toward duct ends. Pockets or traps where moisture may accumulate shall be avoided. The Contractor shall mandrel each duct. An iron -shod mandrel,•not more than 1/4 inch smaller than the bore of the duct shall be pushed through each duct by means of jointed conduit rods. The mandrel shall have a leather or rubber gasket slightly larger than the duct hole. All ducts installed shall be provided with a No. 10 gauge galvanized iron or steel drag wire for pulling the permanent wiring. Sufficient length shall be FAA Standard Specifications - 75 I• L�L�CO RATED u•v •¢. mmrou • • • • C i • • [. • left in manholes or handholes to bend the drag wire back to prevent it from slipping back into the duct. Where spare ducts are installed, as indicated on the Plans, the open ends shall be plugged with removable tapered plugs, designed by the duct manufacturers, or with handwood plugs conforming accurately to the shape of the duct and having the larger end of the plug at least 1/4 inch greater in diameter than the duct. All ducts shall be securely fastened in place during construction and progress of the work and shall be plugged to prevent seepage of grout, water, or dirt. Any duct section having a defective joint shall not be installed. All ducts, except PVC conduit, installed under the apron area shall be encased in a concrete envelope. PVC conduit under the apron area shall be backfilled with crushed aggregate, Item P-209. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for ducts may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of road patrols or graders shall not be used to excavate the trench. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. 110-3.2 DUCTS ENCASED IN CONCRETE. Unless otherwise shown in the Plans, concrete -encased ducts shall a installed so that the top of the concrete envelope is not less than 18 inches below the finished subgrade where installed under runways, taxiways, aprons, or other paved areas. Ducts under paved areas shall extend at least 3 feet beyond the edges of the pavement. Trenches for concrete -encased ducts shall be opened the complete length before concrete is laid so that if any obstructions are encountered, proper provisions can be made to avoid them. All ducts for concrete encasements shall be placed on a layer of concrete not less than 3 inches thick prior to its initial set. Where two or more ducts are encased in concrete, the Contractor shall space them not less than 1 1/2 inches apart (measured from outside wall to outside wall) using spacers applicable to the type of duct. As the duct laying progresses, concrete not less than 3 inches thick shall be placed around the sides and top of the duct bank. End bells or couplings shall be installed flush with the concrete encasement where required. When directed, the Contractor shall supply additional supports where the ground is soft and boggy. Concrete for backfill shall be proportioned not leaner than a 1-3-6 mix by volume and shall have a compressive strength of not less than 2,000 PSI. Approved clean aggregate shall be used to produce the concrete. 110-3.3 CONDUITS WITHOUT CONCRETE ENCASEMENT. Trenches for single -conduit lines shall be not less than 6 inches nor more than 12 inches wide, and the trench for 2 or more conduits installed at the same level shall be FAA Standard Specifications - 76 L�L�RnTED .mu.m. r..mrrwu • • I• I• I• F. I• I• I• I• I• proportionately wider. Trench bottoms for ducts without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the duct along its entire length. The bedding material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a 1/4 -inch sieve. The bedding material shall be tamped until firm. Unless otherwise shown in the Plans, conduit for direct burial shall be installed so that the tops of all ducts are at least 24 inches below the finished grade. When two or more conduits are installed in the same trench without concrete encasement, they shall be spaced not less than 2 inches apart (measured from outside wall to outside wall) in a horizontal direction. Trenches shall be opened the complete length before conduit is installed so that if any obstructions are encountered, proper provisions can be made to avoid them. 110-3.4 DUCT AND CONDUIT MARKERS. The location of the ends of all ducts and conduits shall be marked by a concrete slab marker 2 feet square and 4 inches thick extending approximately 1 inch above the surface. The markers shall be located above the ends of all ducts or duct banks, except where ducts terminate in a handhole, manhole, or building. The Contractor shall impress the work "DUCT" on each marker slab. He shall also impress on the slab the number and size of ducts beneath the marker. The letters shall be 4 inches high and 3 inches wide with width of stroke 1/2 -inch and 1/4 -inch deep or as large as the available space permits. 110-3.5 BACKFILLING. After concrete -encased ducts have been properly installed and the concrete has had time to set, the trench shall be backfilled in 8 -inch loose layers with SB-2, crushed stone aggregate compacted to the required density. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface: except that, when sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. For conduits without concrete envelope, backfill shall be performed entirely with SB-2 crushed stone aggregate, compacted to the required density. FAA Standard Specifications - 77 I• © CONHATED m u.oc. ...n+mut • • S • C7 • 110-3.6 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying and other work shall be restored to its original condition. The restoration shall include any necessary topspiling, fertilizing, liming, seeding, sprigging, or mulching. All such work shall be performed in accordance with the FAA Standard Turfing Specifications. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. METHOD OF MEASUREMENT 110-4.1 The quantity of underground duct and conduit to be paid for under this item shall be the number of linear feet of each installed, measured in place, completed, and accepted. Separate measurement shall be made for the various types and sizes. BASIS OF PAYMENT 110-5.1 Payment will be made at the contract unit price for each type and size of duct and conduit completed and accepted. This price shall be full compensation for furnishing all materials (except SB-2 backfill, which shall be paid for under Item P-209, crushed aggregate) and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Concrete for encasement, where required, shall be included in the bid price per linear foot of duct. Payment will be made under: Bid Item No. 24 2 -Way Underground Electrical Duct, per Linear Foot. Bid Item No. 25 4 -Way Underground Electrical Duct, per Linear Foot. Bid Item No. 26 1" Rigid Conduit, per Linear Foot. Bid Item No. 27 3" Rigid Conduit, per Linear Foot. Bid Item No. 28 Concrete Electrical Junction Box, per each. C • • FAA Standard Specifications - 78 • LIL R&EEO un4•%. urin W+ut S TEST 611 COMPACTION CONTROL TESTS C GENERAL 611-1.1 DESCRIPTION. This specification shall govern the determination of the maximum density, field density, and percent compaction of those materials for which a minimum percent compaction is specified. It covers the basic procedures to be followed in performing the test for maximum density, field density, and percent compaction. In all cases density shall be stated as the dry weight in pounds per cubic foot. • • • • • 0 • 611-2.1 MAXIMUM DENSITY. Maximum density is defined as the maximum dry weight in pounds per cubic foot obtained when a material is mixed with different percentages of water and compacted in a standard manner. The percentage of water at which maximum density is obtained is termed the optimum moisture content. - 611-2.2 LABORATORY COMPACTION TESTS. The maximum density shall be determined by the appropriate method shown below: (a) Where All of the Material Passes a No. 4 Sieve: Use AASHTO T 180, Method A (or B for areas designed for aircraft weighing 30,000 pounds or more, and AASHTO T 99, Method A (or B) for areas designed for aircraft weighing less than 30,000 pounds. (b) Where the Material Contains Particles Larger Than 3/4 Inch. Follow the replacement procedure given in the note under Method C of AASHTO T 99 or 1180. 611-3.1 FIELD DENSITY. Field density refers to the dry density expressed in pounds per cubic foot of a layer of compacted material in place at the site as determined by a sample representative of the compacted layer. The field density shall be determined in accordance with AASHTO T 147, AASHTO T 181, ASTM D 1556, ASTM D 2167, or other methods approved by the Engineer. 611-4.1 PERCENT COMPACTION. The percent compaction is defined as the density of the compacted layer expressed as a percentage of the maximum density of the material when tested in accordance with these Specifications. 611-4.2 COMPUTATION. The percentage of compaction is computed by the formula: Percent compaction = Field density X 100 Maximum density FAA Standard Specifications - 79 ®IY ATED .mu.ac. rnmuu.� I• TIE DOWN ANCHORS I• I• I• I• I• 1• I• I• DESCRIPTT0N This item shall consist of furnishing and installing all materials required for the construction of tie -down anchors for bituminous surfaced pavements in accordance with the detail shown on the Plans. MATERIALS The concrete utilized for construction of the tie -down anchors shall conform to the requirements of these Specifications listed under Item P-610, Structural Portland Cement Concrete. The steel anchors and eye -lets shall conform to the requirements shown in detail on the Plans. , STRUCTION METHODS The tie -down anchors shall be, located as shown by detail in the Plans, following the construction methods required under Item P-610, Structural Portland Cement Concrete. METHOD OF MEASUREMENT Tie -down anchors shall be measured by the unit. BASIS OF PAYMENT The accepted number of tie -down anchors will be paid for at the Contract unit price per each, complete and in place. This price shall be full compensation for furnishing all materials and for all preparation, excavation, and placing of the materials; furnishing and installation of specials as may be required to finish the work as shown on the Plans; and for all labor, equipment, tools, and incidentals necessary to complete the structure. Payment will be made under Bid Item No. 3, Tie -Down Anchors, per each. FAA Standard Specifications - 80 I* ®CO RATED .V.. .x. .... n.W\\F I• APPENDIX Subsurface Soil Investigation Soil Test- Pit Logs ® INCO RATED 4 fltI"or, IATE7F1np1 E,b, - • • • A Division of McClelland Consulting Engineers, Inc. I. C7 C: I• I• I• 1• CHEMICAL ANALYSIS, MATERIALS TESTING, ENVIRONMENTAL MONITORING AND CONSULTATION June 10, 1982 82-407 SUBSURFACE SOIL INVESTIGATION EASTSIDE TAXIWAY AND APRON IMPROVEMENTS DRAKE FIELD FAYETTEVILLE, ARKANSAS INTRODUCTION An investigation of subsurface soil conditions was conducted at the location of the proposed Taxiway and Apron at Drake Field in Fayetteville, Arkansas, to obtain data for pavement design. The data was determined from the following three phase program: (a) an investigation of the subsurface soil conditions and visual soil classification by the use of open test pits; (b) a laboratory testing program to determine the strength parameters and engineering properties of the soil strata; (c) an engineering analysis of the laboratory and field data for the pavement design recommendations. FIELD INVESTIGATION The soil conditions at the proposed site were test pits. The test pits were excavated to a depth pits locations are indicated on Plate 1. Descripti the soil strata encountered and the results of the are given on the logs, Plates 2 through 8. A key to on the boring logs is presented on Plate 9. investigated by seven open of about 8 feet. The test ons and classifications of field and laboratory tests the terms and symbols used The test pits were excavated using a backhoe. Soil samples were obtained from the test pits at the depths indicated on the logs. The field tests performed included visual soil classification, ground water observations, and Hand Penetrometer tests on undisturbed cohesive soil samples. The test pits did not encounter the ground water table. The Hand Penetrometer test results are indicated on the test pit by a small diamond -shaped symbol. A-1 I• 1810 N. COLLEGE AVE. P.G. BOX 1229 FAYETTEVILLE. ARKANSAS TELEPHONE 5501) 443.1271/443.2377 I. I. I. I. I. I. I. [7 I. LABORATORY TESTS Laboratory tests were performed on soil samples obtained from the test pits. The laboratory tests were directed at determining the engineering properties of the soil strata. The tests performed included moisture content, Atterberg Limits determinations, proctor curves and CBR values. The natural soil moisture content was determined for recovered soil samples to provide a moisture profile for each test pit. Liquid and plastic limits test were performed on four selected samples to aid in soil classification and to help evaluate the volume change characteristics of each soil stratum. The results of some of laboratory tests are plotted on the test pit logs according to the scales and symbols shown on the. legend in the upper right portion of each log. Proctor Curve and CBR Tests were performed on samples from a depth of 2 feet from Test Pits 2 and 5. The results of which are given below: Standard Proctor Sample Test Pit Max. Density Optimum Moisture CBR 2 2 98.2 pcf 23.7% 0 2 5 99.4 pcf 22.6% 0 GENERAL SOIL CONDITIONS The surface stratum encountered by test pits was an organic silt (topsoil) to a depth of approximately 10 to 12 inches. The remaining depth of the test pits encountered a clay to silty clay soil stratum of various coloration including red, gray tan and brown. This stratum as encountered by test pits 3, 4, .6, and 7 contained a small amount of sand and at lower elevations of each pit except No. 7 sandstone fragments were encountered. The clay stratum has a high Plasticity Index and high Liquid Limit indicating a high volumetric shrink -swell potential as moisture changes occur from a dry to a wet condition. The strength of the clay stratum is very low under wet conditions as indicated by the California Bearing Ratio (CBR) value of 0 for each sample tested. PAVEMENT DESIGN The use of the clay or silty clay stratum as subgrade material is not recommended due to the very low strength under the most adverse conditions. A-2 I. 1• Lime stabilization of the clay or silty clay stratum with hydrated lime at 4 to 5 percent by weight with the clay soil is recommended to provide a good subgrade material. The depth of line treatment may be as great as 12 inches depending on the design criteria for the taxiway and apron. The lime stabilization may not be economically feasible, therefore, the use of an off -site borrow material or an on -site borrow material, if available, is recommended. I• I• I• [7 III I• 1• The borrow material should be locally available chert, provided at least 45% of the material is retained other locally available material borrow material having 20, or less, and a Liquid Limit not greater than 45. should be of adequate depth to reduce to a very minimum t existing subgrade. red clay with broken on the No. 4 sieve or a Plasticity Index of The borrow material he applied loads on the The organic silt (topsoil) should be removed from all taxiway, apron, or • proposed building areas. Fill material should be compacted in maximum 6 -inch compacted lifts to a minimum density of 95% as determined by the Standard Compaction Test ASTM D 698-78. • Positive surface drainage should be provided for the site to facilitate surface runoff and minimize water percolation into the ground. 1• Sincerely, ESC0MLAAR//Division of McClelland Consulting Engineers, Inc. gI/y ayne nes, E. Soils En neer RWJ/paa Enclosure: Soil Test Pit Logs A-3 I• •' • C C W k W C N • i _.x_ —I _ L� Fence Line Extended ii tai_ ctI c, -I U i 0. � c PROPOSED AIRCRAFT ko 0 I PARKING APRON I H0 cl - - - PROPOSED TAXIWAY 200' 1k 470' 0 1 1 0 N 1 � 1�1 1 O 1 U, N I t\ ® McCLELLAND CONSULTING ENGINEERS, INC. little rock . fayettevllte A-4 SOIL TEST LOGS EAST SIDE TAXIWAY AND APRON IMPROVEMENTS DRAKE FIELD CITY OF FAYETTEVILLE June.10, 1982 JOB NO. 82-407 PLATE I L 1. I• 1s I1 • LOG OF BORING NO, TP-1 EAST SIDE TAXIWAY AND APRON IMPROVEMENTS DRAKE FIELD FAYETTEVILLE, ARKANSAS TYPE: Test Pit LOCATION: See Plate 1 W U. F a W J 0 m N y W a i DESCRIPTION OF MATERIAL ; 13 i SURF. EL: 1241.3 2 W 0. C0 OJ 0 H 3F >4 o�I ~m D = COHESION, TON/SO FT 0— 0.2 0.4 0.6 0.6 1.0 1.2 1.4 I I I I t Z > W PLASTIC WATER LIQUID LIMIT CONTENT,% LIMIT 10 20 30 40 s0 60 7o 1iI 11 lI'i' I;I II'11i� IIj1111;A' 411 11 I, j 1 Topsoil P E I Tan Silty Clay • •2 ' I Gray and Tan Clay Oil + - — -- __ • ---4- • 3 Brown Silty Clay Q - • 5 Brown and Gray Clay 111111111111 Red and Gray Clay End of test pit @ 8.0' --- --- - . ___ - • COMPLETION DEPTH: 8.0 ' DEPTH TO WATER DATE: 5-10-82 IN BORING: Dry DATE: ' MCCLELLAND ENGINEERS A-5 PLATE 2 i• 1• I• I• 1• I• 1• 1• LOG OF BORING NO. TP-2 EAST SIDE TAXIWAY AND APRON IMPROVEMENTS DRAKE FIELD FAYETTEVILLE, ARKANSAS TYPE: Test Pit LOCATION: See Plate 1 3 '� a DESCRIPTION OF MATERIAL SURF. EL: 1236.9 a l o m �_ ou H-1 Z� COHESION, TON/SO FT 0.2 0.4 0.6 0.8 1.0 1.2 1.4 F- = o W J w PLASTIC WATER LIQUID LIMIT ° CONTENTLIMIT '�- 1--'------- + 0 20 3o ao so 60 7o 1111 II III VIII II________________________________________________________ Topsoil • 1 Red, Tan and Gray Silty Clay, ______ ______ -- 2 3 Red and Gray Clay f 4 5 Tan and Gray Silty Clay 6 7 Red and Gray Silty Clay End of test pit @ 8.5' 8 9 COMPLETION DEPTH: 8.5' DEPTH TO WATER DATE: 5-10-82 IN BORING: Dry DATE: • ' • MCCLELLAND E N G I N EA ER5 PLATE 3 i. I• rI I• 1• 1• L I• 1• 1• 10 LOG OF BORING NO. TP-3 EAST SIDE TAXIWAY AND APRON IMPROVEMENTS DRAKE FIELD FAYETTEVILLE, ARKANSAS TYPE: Test Pit LOCATION: See Plate I IA -0 x a. a W m N w i y DESCRIPTION OF MATERIAL - SURF. EL: 1233.7 u rn 30 m F L ¢� �� zm COHESION, TON/SQ FT 0 0.2 0.4 0.6 0.6 1.0 1.2 1.4 I- p > tl1 PLASTIC WATER LIQUID LIMIT CONTENT,•/. LIMIT + -+ o 20 30 40 so 60 70 111111 111111 huh lit Topsoil • 1 I Red and Gray Silty Clay i • • 2 3 • 4 o- D . b Red, Gray and Tan Sandy Clay w/Sandstone Fragments • 5 Dr =d -'o. o-? v, : Red and Tank Sandy Clay w/Sandstone Fragments End of test pit @ 7.0' 6 7 COMPLETION DEPTH: 7.0' DEPTH TO WATER DATE: IN BORING: DATE: • 0 5- 10-82 MCCLELLAND (N G I N(( 5 A-7 PLATE 4 • LOG OF BORING NO.TP-4 EAST SIDE TAXIWAY AND APRON IMPROVEMENTS DRAKE FIELD FAYETTEVILLE, ARKANSAS TYPE: Test Pit LOCATION: See Plate 1 3 COHESION. TON/SQ FT • a LU W >4 0.2 0.4 0.6 0.8 1.0 1.2 1.4 O0 E F a DESCRIPTION OF MATERIAL . rn PLASTIC WATER LIQUID Ia y 30 zm LIMIT CONTENT,"/, LIMIT • m M + -------+ W SURF. EL: 1231.0 10 20 30 40 60 60 70 IIIII I IIII Topsoil I�II�� 1 I II, • Tan and Gray Silty Clay • U • 3 4 • • Gray, Red and Tan Sandy Clay • 5 e • • 6 ,;; •7 • i O a og Gray and Red Sandy Clay 8 w/Sandstone Fragments • End of test pit @ 8.0' • COMPLETION DEPTH: 8.O' DEPTH TO WATER DATE:5-10-32 IN BORING: Dry DATE: • MN GLNLECNDD A-8 PLATE 5 i• • 1• I•, I• I• I• I. 1• I. LOG OF BORING NO. TP-5 EAST SIDE TAXIWAY AND APRON IMPROVEMENTS. DRAKE FIELD FAYETTEVILLE, ARKANSAS TYPE: Test Pit LOCATION: See Plate 1 W w 0 J 0 m > fq (0 W a i L R w DESCRIPTION OF MATERIAL a - 0 SURF. EL: 1232.5 0 H ; >4 ou 2m ' COHESION, TON/SQ FT -�- 0.2 0.4 0.6 0.8 1.0 1.2 1.4 I- 0 a pj PLASTIC WATER LIQUID LIMIT CONTENT% LIMIT 10 20 30 40 50 60 70 nil II II111 "1114 Topsoil Tan and Gray Silty Clay -1 2 Gray and Red Clay + 3 S -- - -- 4 5 6 7- :n:::::n:::::- e • 3 Gray Clay End of test pit @ 9.0' 9 COMPLETION DEPTH: 9.0' DEPTH TO WATER DATE: 5_10-$2 IN BORING: DATE: Dry MCCLELLAND E NGIN EERG A-9 PLATE 6 • LOG OF BORING NO. TP-6 EAST SIDE TAXIWAY AND APRON IMPROVEMENTS DRAKE FIELD FAYETTEVILLE, ARKANSAS TYPE: Test Pit LOCATION: See Plate I - H COHESION,TON/SQ' FT U. a w LL 0.2 0.4 0.6 a 1.0 Lx La o e F m a DESCRIPTION OF MATERIAL a o3 a i PLASTIC WATER LIQUID w y N Hm LIMIT CONTENT,% - LIMIT W • O J J +_____________-- J •, SURF. EL: 1233.2 m 10 20 30 ao so 60 70 'J II III' Ilujli Illin Til Topsoil Tan and Red Silty Clay • • • 2 r ; .,' " o Q O Gray, Red and Tar Sandy Clay Sandstone Fragments Below 7.0' End of test pit @ 8.0' 3 4 _ __ 5 6 7 -'46\- • 8 . COMPLETION DEPTH: •0 DEPTH TO WATER DATE: 5_10_32 IN BORING: DATE:. flry • MCCLELLAND A_10 PLATE 7 E N GIN EENS I• I• r U 1• 1• 1• 1• LOG OF BORING NO. TP-7 EAST SIDE TAXIWAY AND APRON IMPROVEMENTS DRAKE FIELD FAYETTEVILLE, ARKANSAS TYPE: Test Pit - LOCATION: See Plate 1 I` = W OJ m w a G DESCRIPTION OF MATERIAL SURF. EL: 1230.5 w a 3 m 4 t_m z.}._____________ COHESION, TON/SQ FT 0.2 0.4 0.6 0.8 1.0 1.2 I.{ I- z m PLASTIC WATER LIQUID LIMIT CONTENT% LIMIT —.F. 10 20 30 40 50 60 70 IIIII illiiiI IIII Ii Topsoil Tan and. Gray Silty Clay 2 :___ r• Red, Tan and Gray Sandy Clay End of test pit@8.O' 8.0' 5 0 6 7 8 COMPLETION DEPTH:8,0' DEPTH TO WATER ; DATE: 5-10-82 IN BORING: Dry DATE: _r- • MCCLELLAND E NG1 NC E R5 A-11 PLATE 8 r I. . $ I. I. I. I. I. I. I. SYMBOLS AND TERMS USED ON BORING LOGS SOIL TYPES (SHOWN IN SYMBOL COLUMN) I. 00 Gravel Sand Silt Clay Predominant type shown heavy SAMPLER TYPES (SHOWN IN SAMPLES COLUMN) Jar Shelby Piston Split. No Sample Tube Spoon Recovery TERMS DESCRIBING CONSISTENCY OR CONDITION COARSE GRAINED SOILS (major portion retained on No. 200 sends, and (2) silty or clayey gravels and sands. Condition is determined by laboratory tests. DESCRIPTIVE TERM RELAT Loose r 0 Medium dense 40 Dense 70 sieve): Included (I) clean gravels and rated according to relative density, as VE DENSITY to 40%, to 70% to 100% FINE GRAINED SOILS (major portion passing No. 200-sleve): Includes (1) inorganic and organic silts and clays, (2) gravelly, sandy, or silty clays, and (3) clayey silts. Consistency is rated according to shearing strength.as indicated by penetrometer readings or by unconfined compression tests. UNCONFINED DESCRIPTIVE TERM COMPRESSIVE STRENGTH TON/SQ FT Very soft - less than 0.25 soft 0.25 to 0.50 Firm 0.50 to 1.00 Stiff 1.00 to 2.00 Very stiff 2.00 to 4.00 Hard 4.00 and higher Note: Slickuuided and fissured clays may have lower unconfined coinonssiva strengths than shown above, because of planes of weakness or cracks in the soil. The consistency ratings of such sons are based an penetrometer readings. TERMS CHARACTERIZING SOIL STRUCTURE Slickensided — having inclined planes of weakness that are slick and glossy In appearance. Fissured — containing shrinkage cracks, frequently filled with fine sand or silt; usually more or less vertical. Laminated - composed of thin layers of varying color and texture. Interbedded — composed of alternate layers of different soil types. Calcareous — containing appreciable quantities of calcium carbonate. Well graded — having wide range in grain sizes and substantial amounts of all intermediate particle sizes. Poorly graded - — predominantly of one grain size, or having a range of sizes with some intermediate size missing. Terms used in this noon for describing soils according to their thtun or grain site distribution an in accordance with the UNIFIED SOIL CLASSIFICATION SYSTEM, as described in Technical Menonndum No. 3-357, Waterways Experiment Station, MarchIf5S. I. MCCLELLAND ENGINEERS A-12 PLATE 9