Loading...
HomeMy WebLinkAbout18-87 RESOLUTIONRESOLUTION NO. 18-87 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK 10 EXECUTE A GRANT AGREEMENT WITH THE FEDERAL AVIATION ADMINISTRATION FOR A TAXIWAY OVERLAY PROJECT. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAyEITEVI .rs, ARKANSAS: That the Mayor and City Clerk are hereby authorized and directed to execute a grant agreement with the Federal Aviation Administration for a taxiway overlay project. A copy of the grant agreement authorized for execution hereby is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 17 day of_ March , 1987. / EST . •I @ice.. ..... APPROVED By :C7.0 c�ly.J L J�1 Llitt.�.B•,a.1 • Drake Field Fayetteville Project No. Amendment No. CERTIFICATE OF SPONSOR'S ATTORNEY: , Arkansas Location 3-05-0020-03 1 Page Airport of 2 Pages I, JIM McCORDacting as Attorney for City of Fayetteville ,Ark5 nsas (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 State of Arkancac - , 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 , thin2nd day of ar 1ch , 19-7 Title City Attorney PAL♦ FORM 5100.11 PC. 2 t1.72l UNITCO STATCS OF AMERICA MCNT OF TfA.NSPORTATION FEDERAL AVIATION AOMINISTRATION WASHINGTON. O. C. Contract No. Drake Field Fayetteville, Arkansas Location Page 1 of 2 Pages DOT FA 82 SW -8613 AMENDMENT NO L TO GRANT AGREEMENT FOR PROJECT NO. WHEREAS, the Federal Aviation Administration (hereinafter referred to as the it to be in the interest of the United States that the Grant Agreement between the behalf of the United States, and the City of Fayetteville,Arkansas referred to as the "Sponsor'), accepted by said Sponsor on the 26 day of be amended as hereinafter provided. NOW. THEREFORE, WITNESSETH: 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 maximum amount of the obligation of the United States as set forth in paragraph 1 of the• terms c.nd conditions on Page 2 of the grant agreement is hereby increased from 5154,247.00 to 169,525.44. Airport 3-05-0.20-03 "FAA") has determined FAA, acting for and on , (hereinafter ntember , 19 82. • IN WITNESS WHEREOF, the patcieS hereto have caused this Amendment to said Grant Agreement ch to be duly executed as of the day of. , 19 87 (SEAL) Attest: DE ?A IEN T C7 - _ -:h_ FC:. T ATie,II UNITED STATES OFl MERICA FEDE A IAT STATES ATiON By /,L2 C2 G.leC', Etil 5, Rouard, _:onager, Uk1ah ma City Airports Title District Office, :'AA, south••est +o__ City of Fayetteville A.rksns?.. (Name or Sponsor) By n)LtarFatAt Title or • O C 1 •:1 JJ � 1 1 /• 1 -1 .• O 1 0 1LI'LOSI IS'TI9)1 o 1co' 1 N ti LI 1- - •N 01 1- - M N O N N it• ) U z z a O 0 < U W < • • 4 _i00 4. .zm z � a Z o < • > I 1A W N W F• - ▪ 4- O _] W O. Z Y 0 0. O -7 Z 0. ` 5. 1 W `C M >al Z F CO E-0 x • - t -1. W X O U O to W W CC. CO Z < 0 oU 0.1CC W 0. 0 0 Z 14 d W < , CO �] <: > 0.1 U..1 W- u E --EU Z F E-- i co W O n F U cc.•1 < AMENDMENT NO. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION WASHINGTON, D. C. 20590 Page I of 4/'rfr/ 2 Pages MICROFILMEE/ - Contract No. DOT FA 82 SW -8612 Drake Field • Fayetteville, Arkansas Location Airport TO GRANT AGREEMENT FOR PROJECT NO3-05-0020-02 WHEREAS, the Federal Aviation Administration (hereinafter referred to as the "FAA") has deter- mined 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 (hereinafter referred to as the "Sponsor"), accepted by said Sponsor on the 28th day of September 19 82 be amended as hereinafter provided. NOW THEREFORE, WITNESSETH: 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 property map Exhibit "A" dated August, 1982, be deleted and revised property map Exhibit "A" dated March, 1984 attached, be substituted therefor. • IN WITNESS WHEREOF, the partie&hereto have caused this Amendment to said Grant Agreement to be duly executed as of the 4%/' day of „SEATe4 dee , 19 ey . DEPARTMENT OF TRANSPORTATION UNITED STATES OF AMERICA FEDERAL AVIATION ADMINISTRATION ( 7bG G. L� *^ r By Bob A. Smith,Manager, Oklahoma City District (SEA'L) Attes Title ty Clerk Tide Office, FAA, Southwest Region Cit of Fayetteville, Arkansas By / J/(Na eyffrns'4et Title Mayor • CERTIFICATE OF SPONSOR'S ATTORNEY, I Page 2 of 2 Pages acting as Attorney for the City of Fayettevi11e,Arkansas einafter 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 ut rized and is in all respects due and proper and in accordance with the laws of the State of / . , 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. 141 Dated at Faye tteville,Arkansas , this €725 day of A , 19LX FAA FORM 5100-14 P0. 2 14-721 AMENDMENT NO. 1 TO AGREEMENT FOR ENGINEERING SERVICES The AGREEMENT, made the 3rd day of November, 1982, by and between the CITY OF FAYETTEVILLE, ARKANSAS and McCLELLAND CONSULTING ENGINEERS, INC., Fayetteville, Arkansas, is amended as follows: WHEREAS, the Federal Aviation Administration is the primary funding source for referenced Project No. 3-05-0020-03, and WHEREAS, the Federal Aviation Administration has directed that the ENGINEER'S general statement regarding "Title VI Assurances" (page 9, second paragraph) be elaborated upon in detail in accordance with FAA AC 150/5100-14, WITNESSETH that the additional TITLE VI ASSURANCES are hereby agreed: TITLE VI ASSURANCES, During the performance of this Contract, the ENGINEER, his assignees and successors in interest agree as follows: 1. Compliance with Regulations. The ENGINEER shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they exist on the date of execution of this AMENDMENT. 2. Nondiscrimination. The ENGINEER, with regard to the work performed during the Contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The ENGINEER shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the Contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the ENGINEER for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the ENGINEER'S obligations under this Contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The ENGINEER shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of the ENGINEER is in the exclusive possession of another who fails or refuses to furnish this information, the ENGINEER shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the.. event of the ENGINEER'S noncompliance with the nondiscrimination provisions of this Contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to -- (a) withholding of payment to the ENGINEER under the contract until the ENGINEER complies, and/or (b) cancellation, termination, or suspension of the Contract, in whole or in part. 6. Incorporation of Provisions. The ENGINEER shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The ENGINEER shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event the ENGINEER becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direct, the ENGINEER may request the sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the ENGINEER may request the United States to enter into such litigation to protect the interests of the United States. (SEAL) -•0 44. la diawc 40- 440 ATTEST• B�Y Type Name Olivia Kel Title -4 SEAL')`. mr.g 'ATTEST: City Clerk Y JO` ABYJi u%' the . @L Q.. Ai g�tiside-xLL rirTypee 'NaMaurice A. McClelland Title Secy-Treas. OWNER: CIBy OY�v . Type Name Paul R. Noland Title Mayor OWNER: MCCLELLAND CONSULTING ENGINEER, INC. Name J. E. McClelland itle President - L CONTRACT STATE OF ARKANSAS CITY OF FAYETTEVILLE THIS AGREEMENT, made and entered into this day of 1987 by and between the City of Fayetteville, Party of the First Part, hereinafter called the OWNER and McClinton -Anchor ,, Division of APAC Arkansas, Inc. Party of the Second Part, hereinafter called the CONTRACTOR. WITNESSETH THAT: WHEREAS, the OWNER has called for bids for the construction of Airport Improvements, at Drake Field, as set out in the Specifications and Plans No. FY862106 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 runway overlay improvements, including site paving, grooving, topsoil, striping, seeding, and other tasks as designated in the project Plans and Specifications for the prices bid in the Proposal, based upon the estimated quantities in Schedule I for Phases I, II and III and the reduction in unit prices for combining all phases, the total being Six hundred twenty one thousand, two hundred twenty seven dollars and forty cents ($621,227.40) 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 75 working days. The OWNER agrees to pay the CONTRACTOR in current u 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: -1- LinttIOCKA J As soon as is practicable after the first of each calendar month, the OWNER will make partial payments to the CONTRACTOR for work performed during the preceding calendar month, based upon the Engineer's estimate of work completed, said estimate being certified by the CONTRACTOR and accepted by the OWNER. Except as otherwise provided by law, ten percent (10%) of each approved estimate shall be retained by the OWNER until 50 percent project completion at which time no additional retainage will be retained without reasonable justification by the OWNER orhis 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, asliquidated damages, the sum of three hundred dollars ($300.00) per day for each calendar day of delay in completion, said amounts being fixed and agreed upon by and between the parties hereto. Because•of the impracticability and extreme difficulty in fixing and ascertaining the actual damages the OWNER would in such event sustain, said amounts are to be presumed by the parties to this contract to be the amounts of damage the OWNER would sustain. Said amounts of liquidated damages shall be deductible from any amount due the CONTRACTOR under Final Estimate of said work, after the completion thereof, and CONTRACTOR shall be entitled only to the Final Estimate, less such amounts of liquidated damages. If the CONTRACTOR is delayed at any time in the progress of the work by any act or neglect of the OWNER or of his employees, or by any other CONTRACTOR employed by the OWNER, or by changes ordered in the work, or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties or 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 thedelay, 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 neglects or refuses to continue the work after ten (10) given the CONTRACTOR by the OWNER or by the ENGINEER, have the option of declaring this contract at an end, OWNER shall not be liable to the CONTRACTOR for any work -2- hereunder or fails, days written notice, then the OWNER shall in which event, the theretofore performed hereunder; or requiring the surety hereto, upon ten (10) days notice, to complete -and carry out the contract of the CONTRACTOR, and in that event, should the surety fail, neglect 'or refuse to carry out said contract, said OWNER may complete the contract at its own expense, and maintain an action against the CONTRACTOR and the surety hereto for the actual cost of same; together with any damages or other expense sustained or incurred by the OWNER in completing this contract less the total amount provided for hereunder to be paid the CONTRACTOR, upon the.. completion of this Contract. This Contract shall be bi successors, or assigns of the parti IN WITNESS WHEREOF, the OWNER and seals respectively. SEAL WITNESSES MtCUNTON-ANCHOR QiY]Aon 01 APA_C-Arkansas Inq ATTES 7 CitY Clerk) nding upon the heirs, representatives, es hereto, including the surety. and CONTRACTOR have hereto set their hands FIRM BY McClinton Anchor , Division df APAC Arkansas, Tjhc. A( /I F), (TITLE) City of Fayetteville Fayetteville, Arkansas BY: (%i )Gtr .tvt-L.g,.„/ h9 Maril Joh on (Mayor) -3- onto ROCk CORAIvED J g ;MICROFILMEIl CONSTRUCTION SitE_CI£FICATIO-NS� ta." ,• -sem `'_ FOR .TAXIWAY OVERLAY xµ - - AND - . ,�..- �A- SU=NW=A RY=OVERL • TO 4 Xi - f • • KE .FI - L L'E :- M UN I RPORt FAYETTEVILLE, ARKANSAS no- A AIPT PROJECT -N0` -3-05-0020-08 SEPTEMBER,198& PROJECT NQ..FY862106 n!dL.ELLFN E°c�Y."lo.NU iNCCFPOAoiEO 1 DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION OCT 2 1 1984 Honorable Paul Noland Mayor of Fayetteville P. 0. Drawer F Fayetteville, Arkansas 72701 Dear Mayor Noland: ' 41CROFIL"vIED Oklahoma City Airports District Office 204 FAA Building - Wiley Post Airport Bethany, Oklahoma 73008 Telephone 405-789-2905 RECEivED OCT 2 91984 CITY OF FAYE7TEVILLE We have enclosed the original and one copy of Amendment No. 1 to the grant for Project 3-05-0020-02, Drake Field Airport, Fayetteville, Arkansas. Please execute each, have your attorney complete the certificate as shown, and return the original to me. When accepted, this amendment will .substitute a revised property map Exhibit "A" into the grant to show the actual land area acquired under this project. Please note that this offer must be accepted on or before 60 days from issuance. Sincerely, BOB A. SMITH Manager Enclosures • • • FAYETTEVILLE, ARKANSAS AIRPORT DEPARTMENT P. O. DRAWER I, TO: CITY BOARD OF DIRECTORS FROM- DERYL BURCH, DIRECTOR OF PUBLIC WORKS DALE FREDERICK, AIRPORT MANAGER.'.Y SUBJECT: AMENDMENT #1 TO AIP GRANT #3-05-0020-03 DATE: MARCH 11, 1987 15011 521-4750 72702 Attached you will find Anendment #1 to Grant # 3-05-0020-03 (Site preperation for access road) . This project was crompleted in 1984. After completion of the annual audit, it was discovered that an additional $5,438.44 could be requested for reimbursement. In order to request this, the existing Grant would have to be . amended. Amendment #1 was requsted in 1985. FAA approval was received March 2, 1987. Approval of the attached Anehdnent will allow this additional payment. Staff rectixlnends approval of this Amendment • US. Department of Transportation Federal Aviation Administration Honorable Paul Noland 113 West Mountain Street Fayetteville, Arkansas 72701 Dear Mayor Noland: Oklahoma City Airports District Office 204 FAA Building - Wiley Post Airport Bethany, Oklahoma 73008 Telephone 405-789-2905 • MAR 0 2 1987 We have enclosed the original and one copy of Amendment No. 1 to the grant for Project 3-05-0020-03, at Drake Field airport, Fayetteville, Arkansas. Please execute each, have your attorney complete the certificate as shown, and return the original to me. When accepted, this amendment will increase the maximum amount of the grant from $164,247.00 to $169,685.44. Please note that this offer must be accepted on or before 60 issuance. Sincerely, Bill J. Howard Manager, Oklahoma City Airports Dtst.L1ct Office Enclosure cc: Arkansas Department of Aeronautics days from • L'A McCLELLAND CONSULTING ENGINEERS INC. LITTLE ROCK JAMES E. MCCLELLAND, P.E. . FRED NIELSEN, R.L.S. Environmental and Materials Testing Civil, Environmental and Chemical Engineering Consulting December .15, 1982 82-118 The Honorable Paul Noland Mayor, City of Fayetteville P.O. Drawer F Fayetteville, Arkansas 72702-F Re: Amendment to Contract for Engineering Services Project 3-05-0020-03 Dear Mayor Noland: Reference is made to the December 7, 1982., correspondence addressed to you from FAA's office in Oklahoma City. This correspondence requires that an amendment specifically out- lining the Title VI assurances be made to the referenced contract. Enclosed herewith you will find three originals of the re- quested amendment. Please execute as appropriate and forward with the enclosed letter of transmittal to Mr.. Bob Smith, FAA, Oklahoma City. Your cooperation in this matter is certainly appreciated. Sincerely, nny Q Project srdinator JQ/paa Enclosure cc: Don Grimes Ede Hogue 1810 N. COLLEGE AVE. P.O. BOX 1229 FAYETTEVILLE J.E. MCCLELLAND.P. E. VERNON D. ROWE. P.E. FAYETTEVILLE, ARKANSAS 72702-1229 TELEPHONES 1501) 443-4271/443-2377 )T1. 000 FAYETTEVILLE, ARKANSAS P. O. DRAWER F December 15, 1982 Mr. Bob A. Smith, Manager Federal Aviation Administration FAA Building, Room 204 Wiley Post Airport Bethany, Oklahoma 73008 72101 Re: Project No. 3-05-0020-03 Your Directive to Amend the Engineering Services Contract Dear Mr. Smith: (601(621-7700 Enclosed herewith are executed originals of the requested Amendment to the Contract for engineering services between the City of Fayetteville and McClelland Consulting Engineers, Inc. They are being forwarded for your review in accordance with your request dated December 7, 1982. I trust that this revision to the referenced Contract will allow you to approve the contract document for project 3-05-0020-03. Sincerely, Paul R. Noland, Mayor PN/paa . Enclosure: Amendemnt to Contract CC: Don Grimes Ede Hogue • • ADDENDUM NO. 1 CONSTRUCTION PLANS AND SPECIFICATIONS FOR TAXIWAY OVERLAY AND RUNWAY OVERLAY TO DRAKE FIELD FAYETTEVILLE MUNICIPAL AIRPORT AIP Proj. No. 3-05-0020-08 The original Plans and Specifications dated September, 1986, for the project are amended as noted in this Addendum. Receipt of this Addendum • shall be acknowledged on the Proposal. This Addendum consists of 24 pages. • { • The Specifications are amended as follows: Item No. 1 The time for receiving bids is hereby changed to 2:00 P.M. on November 6, 1986, in Room 111 of the City Administration Building. Item No. 2 Revise the second sentence of the the NOTICE TO CONTRACTORS to read goal for women is 0.25 percent.... fifth paragraph on page 2 of " ...is 0.25 percent and the Item No. 3 Delete Paragraph 16 on Page 5 of the INSTRUCTIONS TO BIDDERS. Item No. 4 The construction time for the combined Phases I, II, and III stated on Page 1 of the PROPOSAL shall be changed to 75 working days. Item No. 5 Delete Schedule I and III of Phase III on Pages 6 and 7 and Pages 8 and 9 of the PROPOSAL. Change Schedule II to Schedule I and change Schedule IV to Schedule II. Change 1f" Bituminous Surface Course of Schedule I to 1-3/4" Bituminous Surface Course and change quantity to read 7000 Tons. The revised 11 • pages of the Proposal are included in this Addendum. Item No. 6 Change the time for holding bids prior to award of Contract on Page 13 of the PROPOSAL and in Section 30-02 on Page 10 of the GENERAL PROVISIONS to (120) days. • Item No. 7 Pages 1 through 8 of the SPECIAL PROVISIONS are deleted and are replaced with Pages 1 through 8 included in this Addendum. Item No. 8 Delete the requirements for 1/2" max. aggregate from Tables 2 and 3 on Page 4 of Section 401 PLANT MIX BITUMINOUS PAVEMENTS. Replace with revised Page 4 included in this Addendum. • A1-1 • • • • • • • Item No. 9 Delete Section P-402 POROUS FRICTION COURSE pages 17 through 32 of the Specifications. Item No. 10 Delete Section P-620 RUNWAY AND TAXIWAY STRIPING and add the revised Section P-620 included in this Addendum. The Plans are amended as follows: Item No. 1 The Cover Sheet shall read, "AIP Project 3-05-0020-08" "Contract II". Item No. 2 Plan Sheet 3 shall be deleted and replaced with revised Sheet 3 for the revised Phase III Runway Rehabilitation details. Change 11" overlay to 1-3/4" overlay. Sheet 3 revision is included in this Addendum. Except as expressly amended herein or in previous addenda, the Plans shall remain in effect as originally released A1-2 • • L PROPOSAL TAXIWAY OVERLAY AND RUNWAY OVERLAY TO DRAKE FIELD FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS ATP Project No. 3-05-0020-08 Plans No. FY862106 Dated: September, 1986 City of Fayetteville Fayetteville, Arkansas Gentlemen: 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. The undersigned states that he has experience in and is qualified to perform the work herein specified,and that if he does not have craftsmen experienced and qualified in any phase of the work for which this Proposal is offered, he will sub -contract the work under said phase to a Contractor who does have the necessaryexperience and qualifications. 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 Phase I completed within 20 working days from the Notice to Proceed. The said work for the combined Phases I and II, if awarded, shall be completed within 40 working days from the Notice to Proceed. The said work for the combined Phases I, II, and III, if awarded, shall be completed within 75 working days from the Notice to Proceed. NP �CO�PTED Proposal - A-1 - 3 • • • PROPOSAL TAXIWAY REHABILITATION SOUTH OF TERMINAL APRON PHASE I SCHEDULE I, BASE BID ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: I-1 Lump Sum Topsoil for Sideslopes $ /LS Removal dollars/Lump Sum (Words) I-2 6000 SY Pavement Stabilization Fabric $ /SY dollars/Square Yard $ I-3 I-4 (Words) 555 Tons 1" Bituminous Leveling Course 1190 Gal • L /Tons dollars/Tons $ (Words) Bituminous Tack Coat $ /Gal. dollars/Gallons $ (Words) I-5 975 Tons 1 3/4" Bituminous Surface Course $ /Tons dollars/Tons $ (Words) I-6 Lump Sum Taxiway Striping $ /LS dollars/Lump Sum $ (Words) Nr - 4.117.4 0001 hITTIVE" Proposal - 2 A-1-4 • • BASE BID ITEMS ITEM APPROX. UNIT NO. QUANTLTY: ITEM: PRICE: EXTENDED: I-7 0.8 Ac. Seeding and Fertilizing $ /AC. dollars/Acre $ I-8 I -1A I -2A (Words) 2 Hr. Standby Time (Words) Phase I, Schedule I, Total Base Bid $ /Hr. dollars/Hour $ PHASE I SCHEDULE II, ALTERNATE BASE BID Lump Sum Topsoil for Sideslopes $ /LS dollars/Lump Sum (Words) 9840 SY 1" Asphalt Pavement Recycling $ /SY dollars/Square Yard $ (Words) I -3A 1480 Gal. Rejuvenating Oil • (Words) I -4A 1120 Tons 2" Bituminous Surface Course (Words) .,n.. SOCA LED $ /Gal. dollars/Gallon $ $ /Tons dollars/Tons $ Proposal A-1-5 J • BASE BID ITEMS ITEM APPROX. UNIT N0. QUANTITY: ITEM: PRICE: EXTENDED: I -5A Lump Sum Taxiway Striping $ /LS dollars/Lump Sum $ I -6A I -7A (Words) 0.8 AC Seeding and Fertilizing $ /AC. dollars/Acre $ (Words) 2 Hr.. Standby Time $ /Hr. dollars/Hour $ (Words) Phase I, Schedule II, Total Alternate Base Bid TAXIWAY REHABILITATION PHASE II SCHEDULE I, ADDITIONAL ALTERNATE BID I II -1 Lump Sum Topsoil for Sideslopes $ /LS dollars/Lump Sum (Words) II -2 2160 Gal. Bituminous Tack Coat $ /Gal. dollars/Gallons $ II -3 (Words) 1785 Tons 1-3/4" Bituminous Surface Course $ /Tons dollars/Tons • (Words) II -4 Lump Sum. Taxiway Striping. $ /LS dollars/Lump Sum • L (Words) NF Lmv .a. KOZEL?t Proposal - A-1 - 6 1 ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: II -5 1.6 Ac. Seeding and Fertilizing $ /AC dollars/Acre (Words) • II -6 2 Hr. Standby Time $ /Hr. dollars/Hour (Words) Phase II, Schedule I, Total Additive Alternate Bid I PHASE II SCHEDULE II, ADDITIVE ALTERNATE BID IA II -1A Lump Sum Topsoil for Sideslopes $ /LS dollars/Lump Sum (Words) EXTENDED: II -2A 17900 SY 3/4" Asphalt Pavement Recycling $ /SY dollars/Square Yard $ II -3A (Words) 2700 Gal. Rejuvenating Oil (Words) II -4A 1010 Tons 1" Bituminous Surface Course $ /Gal. dollars/Gallons $ /Tons dollars/Tons (Words) • II -5A Lump Sum Taxiway Striping $ /LS dollars/Lump Sum $ (Words) Proposal - 5 A-1-7. r ITEM . APPROX. UNIT NO. QUANTITY: ITEM: PRICE: II -6A 1.6 Ac. Seeding and Fertilizing $ /AC. II -7A (Words) 6.0 Hr. Standby Time (Words) Phase II, Schedule II, Additive. Alternate Bid, I -A •.. dollars/Acres $ RUNWAY REHABILITATION PHASE III $ /Hr. dollars/Hour $ SCHEDULE I, ADDITIVE ALTERNATE BID II ITEM APPROX. UNIT NO. QUANTITY: . ITEM: PRICE: III -1 Lump Sum Topsoil for Sideslopes $ /LS dollars/Lump Sum (Words) III -2 8430 Gals. Bituminous Tack Coat $ /Gals. dollars/Gallons $ • (Words) EXTENDED: EXTENDED: III -3 7000 Tons 1 3/4" Bituminous Surface Course $ /Tons dollars/Tons $ (Words) III -4 53390 SY Sawed Pavement Grooving $ /SY dollars/Square Yard $ (Words) INF urni NOG £dal,hEo ...T hitt( Proposal - A-1 - 8 1 ITEM APPROX. . NO. QUANTITY: ITEM: UNIT PRICE: III -5 Lump Sum Runway Striping $ /LS dollars/Lump Sum $ (Words) EXTENDED: • III -6 2.8 Ac. Seeding and Fertilizing $ /Ac. dollars/Acre $ • (Words) III -7 10 Hr. Standby Time $ /Hr. dollars/Hour (Words) Phase III, Schedule I, Total Additive Alternate Bid II $ SCHEDULE II ADDITIVE ALTERNATE BID II -A III -1A Lump Sum Topsoil for Sideslopes $ /LS dollars/Lump Sum (Words) III -2A 70220 SY 3/4" Pavement Recycling $ /SY dollars/Square Yard $ • III -3A (Words) 10550 Gal. Rejuvenating Oil (Words) $ /Gal. dollars/Gallons III -4A 4000 Tons 1" Bituminous Surface Course $ /Tons dollars/Tons $ (Words) IVIS tInLINOC. Proposal - 7 A-1-9 i • r ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: III -5A 53390 SY Sawed Pavement Grooving $ /SY dollars/Square Yard $ EXTENDED: (Words) • III -6A. Lump. Sum Runway Striping $ /LS dollars/Lump Sum $ (Words) III -7A 2.8 Ac. Seeding and Fertilizing $ /Ac. dollars/Acre $ (Words) III -8A 10 Hr. Standby Time ' $ /Hr. dollars/Hour $ (Words) Phase III, Schedule III, Total Additive Alternate Bid II -C $ urrt. Roca Proposal - 8 A-1 - 10 r L BID SUMMARY Phase II Schedule I, Base Bid $ Schedule II, Alternate Base Bid $ Phase II Schedule I, Additive Alternate Bid $ Schedule II, Additive Alternate Bid I -A $ Phase III Schedule I, Additive Alternate Bid II Schedule II, Additive Alternate Bid II -A The Contractor agrees to the following reduction in unit prices for the bid items, if Phase I and II are awarded: Bituminous Tack Coat, Reduction $ /Gal. Bituminous Surface Course, $ /Ton Pavement. Recycling $ /SY Rejuvenating Oil $ /Gal. Seeding $ /Acre The Contractor agrees to the following reduction in unit prices for the bid items, if Phase I, II, and III are awarded: Bituminous Tack Coat $ /Gal. Bituminous Surface Course $ /Ton Pavement Recycling $ /SY Rejuvenating Oil $ /Gal. Seeding $ /Acre fl 'LL Proposal - 9 A-1 - 11 The Bidder (Proposer) shall complete the following statement by checking the • appropriate boxes. 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 hasnot received the form, he may obtain it by writing to the following address: • h. Joint Reporting Committee 100 G Street Washington, D.C. 20506 NIP NI"�sc te8Teo Proposal - 10 A-1 - 12 Enclosed herewith is a bid bond for S 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 S. acceptance of this Proposal. The bidder hereby acknowledges receipt of the following Addenda prior to .submitting this Proposal: Addenda No. Dated • • U A I LI and such addenda are attached hereto and made a part hereof. Dated at Fayetteville,. Arkansas, this day of 1986. Respectfully submitted, (SEAL, I.F CORPORATION) Business Address by Title Arkansas License No. Subcontractors Type of Work Amount Proposal - 11 A-1 - 13 J • ©I D imu wc. •.....,„„I L4 LA SPECIAL PROVISIONS 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 pavement I•• rehabilitation, striping, and landscaping associated with the phased • rehabilitation of the taxiway system and the runway at Drake Field and with construction scheduled to begin in May, 1987. • Phase I shall consist of the rehabilitation and strengthening of the parallel and connecting taxiwayssouth of the Terminal Apron, approximately 2100 linear • feet of 40 foot wide taxiway. Phase II shall consist of the rehabilitation of the• remaining, west parallel taxiway, the northeast taxiway loop and the connecting taxiways, approximately 2650 linear feet of 40 foot wide taxiways. Phase III shall consist of the rehabilitation of the runway surface and the application of a sawed grooving friction surfacing. Pavement striping is included in each phase. • The total amount of work awarded will depend upon the final funding level received by the City from the FAA. The City has the funding for Phase I and and anticipates receiving funding for Phases II and III in January, 1987. The City of Fayetteville reserves the right to award a contract, for any combination of the three phases depending upon the final level of funding. 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" and "closed taxiway" time to the absolute minimum. The airport is to remain open during the time period of 6:00 A.M. to 12:30 P.M., and 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. The Contractor's equipment will not be operated closer than 250 feet of any runway centerline. Additional safety and construction requirements are listed hereinafter in these SPECIAL PROVISIONS under the sub -heading SAFETY REQUIREMENTS AND CONSTRUCTION PROCEDURES. 0 In addition, the Contractor and his Subcontractors must coordinate their activities so that one does not damage work previously completed by the other. SAFETY REQUIREMENTS AND CONSTRUCTION PROCEDURES. Listed hereafter are FAA "Safety Requirements on Airports During Agency Funded Construction Activity" Special Provisions - 1 A-1 - 14 J • © tED 4rtp KKa t.R.f1V.J r (Order SW 5200.5). These safety requirements shall govern the construction process. 6 Construction Activity and Aircraft Movements. (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. (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, closed airport or displaced threshold. (Ref. NOTAM requirements hereafter). L Special Provisions - 2 A-1 - 15 J Z[OP InTeO unu.. *4 Ap if r (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. S. Notam. •a The Airport Owner through the Airport Manager or his Authorized Representative, 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 Airport 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. L Special Provisions - 3 A-1 - 16 qN i TED r. (b) Inspections will be made frequently by both the Airport Manager and FAA personnel during critical phases of the work to insure that the Contractor is following the required safety procedures. Closed Runway/Airport. The runway shall be closed at night in order to complete the runway rehabilitation work and the taxiway rehabilitation work within 250' of the runway centerline. The schedule for the closed runway periods have been established to minimize the effect upon flight operations. • The Contractor shall begin the pavement rehabilitation on the first night the runway is closed. The runway shall remain closed each night as directed by the Engineer until the Contractor complete the runway rehabilitation and taxiway rehabilitation improvements within 250' of the runway centerline. (a) Closed Runway Markings. The Contractor shall provide two yellow • closed runway crosses as shown on the Plans. The crosses shall be placed at each end of the pavement at the start of each night's work. The runway lights, VASI, 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 12:30 A.M. and 6:00 A.M.. Flight operations during the normal night working hours may occur due to delayed • Metro Airlines, Air Midwest, Republic Express, or Atlantic Southeast flight delayed after 12:30 A.M. for. Sunday through Friday nights or after 9:30 P.M. on Saturday night. (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 11:45 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 (c) above, the conditions develop that work cannot begin at 12:30 A.M. The factors controlling standby time are as follows: (1) The Contractor's reporting to work at 12:00 midnight. (2) The Engineer's notification to the Contractor at or prior to • 12:00 midnight that work cannot begin at 12:30 A.M. (3) The Engineer's instruction to the Contractor to hold his personnel on standby because of the possibility of working after 12:30 A.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 Special Provisions - 4 A-1 - 17 ` • © 0tED LMU KK. F yfl•Tttitlf hour. The Contractor shall •not be required to hold his personnel on standby basis later than 2:00 A.M. If the Contractor so selects, he may hold his personnel later than midnight, but the time after 2:00 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. The Contractor will normally be placed on. standby time if the last • scheduled daily flight is delayed past 12:20 A.M. or if a charter` flight scheduled after 12:30 A.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 Bid Items for: Standby Time, Phases I, II, or III, per hour. (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. • Temporary Displaced Threshold. The Contractor shall construct and install a temporary displaced threshold at each end of the runway as needed to perform work on the end of the runway and the connecting taxiways to perform . the test sections but only during daylight hours. a. The Contractor shall make every effort to limit total threshold • displacement time. Installation of displaced threshold shall be • approved by the Engineer and the Owner. • b. The following items are an integral part of each displaced threshold. 1. Two 10' x 50' wooden frame outboard markers with a durable white material attached. The frames shall be placed on each side of the runway and secured to the ground and removed .on a daily basis while the displaced threshold is required. 2. Wire stake mounted red flags (18 inch square flags) shall be placed between the temporary displaced threshold lights (8 •. required). This requirement applies to 24 hours per day threshold displacements only. Flags will not be required for night only displacements. 3. Barricades to deny access to taxiways leading to displaced threshold areas. Barricades shall be as required below, under closed taxiway time. c. The Contractor shall supply and maintain the two 10 foot x 50 foot white outboard markers and red flags. Special Provisions - 5 A-1 - 18 ` • LIME ,.,nfvµf A r The Contractor will not be allowed to displace the threshold if the visibility at Drake Field is less than 3/4 of a mile. C No separate payment shall be made for the outboard markers or flags. Closed Taxiway Time. The parallel and the connecting taxiways shall be closed in segments during the work on an as needed basis. The Engineer shall review the Contractor's schedule with the Owner and make adjustments to minimize the effect of closed taxiway segments upon flight operations. The taxiway segments shall remain closed only during daily working hours unless construction activities require otherwise and so directed by the Engineer., The Contractors shall proceed with the above work in an expedient manner so as to hold the closed taxiway time •to a minimum. The Contractor shall provide barricades to close off the closed segments of the taxiways. The barricades shall be a maximum of 18 -inches high, shall be painted with reflective white and orange paint or striped with reflective white and orange striping, and shall have a minimum of one yellow light per barricade. The barricades shall be of such multiple length as to cover 50 • percent of the taxiway, and placed so as to allow for the passage of fire, and rescue vehicles. The barricades shall be placed a minimum of 75 feet from the runway or as directed by thefl Engineer. The barricades shall remain the property of the Contractor upon completion of the work. No payment shall be made for the barricades, installation, maintenance or removal. 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. Schedule of Work. The schedule of each day or night's work shall be as proposed by the Contractor shall be submitted to the Engineer no later than 11:45 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. 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 the 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 Special Provisions - 6 A-1 - 19 L • H © MtED - VR4.M. f.4nMlY • r remainder of the work day. The movement of equipment and materials shall be made through the designatedgate(s). The ate() 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 4 during non -working hours or at other locations approved by the Airport Manager and the Engineer. Work Requirements. The Contractor shall provide adequate portable lighting to Tight his work area during nighttime working hours to minimize • shadows within the work area. The minimum light level at any point on the • pavement surface shall be one foot-candle and the light shall be from a minimum of two directions during the recycling and/or overlay work on the runway or taxiway surface. The Contractor shall complete work on the full width of connecting taxiways or runway within thegiven night's work. The Contractor shall plan Y 9 and schedule his. nights work so as to complete the full width of pavement for a given distance each day, and the distance for first several days shall be of such length as to provide adequate time for cleanup and equipment removal prior to opening the runway for use. The Contractor shall have such extra laydown equipment, and/or other equipment available as necessary to finish work or provide overlay pavement transitions to the existing pavement. • The Contractor shall provide a longitudinal transition at the end of each days work. This transition shall be on a maximum slope of 1 -inch in 10 feet. The transition shall be removed at the beginning of the next days work so that a vertical joint is made in the pavement overlay. Should a breakdown occur where in the entire width is not completed, the Contractor shall transition • the longitudinal joint in a transverse direction in the manner described above. •The Contractor shall install the topsoil following the paving operation. The Contractor of more than 2 -inches along the edge of runway/airport condition. The vertical drop safety area shall also meet the above criteria. not opened to traffic until the sideslope are during the closed taxiway time. along the runway immediately shall not have a vertical drop the runway during the open �n a taxiway within the runway The vertical drop of taxiways completed may exceed 2 -inches Clearance for Use With FAA. At the end of each work phase of the taxiway 4 within the reconstruction area zone, the Engineer or the Owner's Representative shall determine that the section of taxiway is ready for return to services. They will inform the 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 representative and the En Engineer shall develop inspection is desired, theg Special Provisions - 7 A-1 - 20 L •• © �ATED unu wc. urtrtmu. 0 r a method of inspection that will produce the required information, and without • interference with the work., • Radio Control. The reconstruction of the taxiway requires that during certain periods of time the Contractor will cross active taxiways with equipment and materials. The contractor shall have personnel stationed at the active taxiway crossing to control construction traffic within the safety area of the active taxiway. This control shall be accomplished through the • communication with the Air Traffic Control Tower using two-way, portable radios. The Contractor shall furnish two multi -channel portable radios Terra Model TPX 720 complete with combination ear •phone and microphone headset, charger, 12 V. Charger and adapter, and carrying case, manufactured by Terra Corporation, Albuquerque, New Mexico or approval by the Engineer and Owner. 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 75 feet from . taxiway centerline. Equipment and personnel shall not be returned to the restricted work area until permission for such return is granted by air • traffic control tower. Upon completion of the contract the radios shall remain the property of the Owner. 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, 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 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 Special Provisions --8 A-1 - 21 - J ©d REED • u • n TABLE 2. MINIMUM PERCENT VOIDS IN MINERAL AGGREGATE Maximum Particle Size in. Minimum Voids in Mineral Aggregate percent Pavement Course 3/4 13 1}" Surface The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory screens, will conform to the gradation or • gradations specified in Table 3 when tested in accordance with AASHTO T-30. The percentage by weight for the bituminous material shall be within •the limits specified. • The gradations in Table 3 represent the limits which shall determine the • suitability of aggregate for use from the sources of supply. The aggregate, as finally selected, shall have a gradation within the limits designated in Table 3 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. Sieve Size 3/4 in. 1/2 in. 3/8 in. No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 Bitumen percent Stone or gravel TABLE 3. AGGREGATE - BITUMINOUS PAVEMENTS Percentage by Weight Passing Sieves Surface Course 3/4" Max. 100 82-100 69-90 50-79 39-69 29-59 20-49 14-38 5-25 3-10 4.5-7.0 Specifications - 4 A-1 - 22 qN J ©CO�TEU .mY pc. ...vR4t. • r P-620 RUNWAY AND TAXIWAY STRIPING DESCRIPTION 620-1.1 This item shall consist of the painting of a yellow taxiway centerline • strip and holding line on the surface of taxiways and the white striping and marking of the runway with one temporary and one final coat applied in accordance with these Specifications and at the locations shown on the Plans, or as directed by the Engineer. MATERIALS 620-2.1 PAINT. Paint shall meet the requirements of Federal Specification TT -P-85. 620-2.2 REFLECTIVE MEDIA. Glass spheres shall meet the requirements of Federal Specification TT -B-1325, Type III. CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the • surface is dry, 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. The runway marking shall be laid out immediately following the overlay process. Specifications - 36 A-1 - 23 © 6RrFEo LIMO .¢. .omma. • r 620-3.5 APPLICATION. Markings shall be applied at the location and to the dimensions and spacing shown oh the Plans. Paint shall not be applied until • the layout and condition of the surface have been approved by the Engineer. The temporary coat shall be applied the night after the overlay. The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement in two applications. The temporary application shall be made with a marking machine at a rate of 200 square feet per gallon. The • final application shall be made with a marking machine at a rate of 130-150 square feet per gallon. The addition of thinner will not be permitted. A minimum period of 30 days shall elapse between placement of a bituminous surface course and the final application of 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 shipmentof 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 taxiway markings and runway markings to be paid for shall be one the completed item in place performed in accordance with the Specifications and accepted by the Owner and Engineer. BASIS OF PAYMENT 620-5.1 Payment shall be made at the contract lump sum prices for taxiway striping and runway striping. 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 Items for: Taxiway Striping, Phase I (Lump Sum). Bid Items for: Taxiway Striping, Phase II (Lump Sum). Bid Items for: Runway Striping, Phase II1 (Lump Sum). Specifications - 37 A-1 - 24 J • ATED yrtp pO n Inryptf rr CONSTRUCTION SPECIFICATIONS FOR TAXIWAY OVERLAY AND RUNWAY OVERLAY TO DRAKE FIELD FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS AIP PROJECT NO. 3-45-0020-08 SEPTEMBER, 1986 PROJECT NO. FY862106 r TABLE OF CONTENTS • • n LA SECTION PAGE NO. NOTICE TO CONTRACTORS 1-4 INSTRUCTIONS TO BIDDERS 1-5 PROPOSAL 1-13 EQUAL OPPORTUNITY CERTIFICATION 1-3 CONTRACT 1-3 PERFORMANCE BOND 1-2 PAYMENT BOND 1-2 FEDERAL WAGE DECISION 1=3 STATE WAGE DECISION 1 WAGE, LABOR, EEO & SAFETY REQUIREMENTS 1-18 GENERAL PROVISIONS (FAA Standards, as Revised for This Project)) 1-49 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 26-33 Section 80: Prosecution and Progress 34-40 Section 90: Measurement and Payment 41-49 SPECIAL PROVISIONS 1-25 General 1 Description of the Project 1 Coordination of the Work 1 Safety Requirements and Construction Procedures 1-9 Identification of "Engineer" 9 Authority of the Engineer 9-10 Limitations of the Engineer's Responsibilities 10 Engineer's Visits to the Site 10-11 J r r TABLE OF CONTENTS (Continued) n SECTION PAGE NO. SPECIAL PROVISIONS (Continued) • Contractor's Examination 11 Arrangement of Specifications and Plans 11 Workmen 11-12 Horseplay, Fighting, and Roaming 12 Insurance 12-14 Subcontractors 14 • Contractor's Routine Access to Site 14 Parking for the Contractor's Work Force 14 Field Office for the Engineer 15 Owner -Furnished Materials 15 Use of Explosives 15 Partial Acceptance 15 • Progress Schedule 15 Quality of Plans 15-16 Contractor to Perform Construction Staking 16 Work Done Without Lines and Grades 16 Preservation of Monuments and Stakes 16-17 Other Contractors 17 • As -Built Drawings 17 Publicity 17 Modifications and Waivers 18 Standards 18 Testing 18 Payment for Stored Materials 19 • Cost of Plans and Specifications 19 Ownership of Engineering Data 19 Partial Sets of Plans and Specifications 19 for Subcontractors Damage to Existing Facilities 19 Reporting of Accidents 19 • Pre -Construction Conference 19-20 Waterways 20 Safety and Security 20 Functions of the Engineer and Relationship Between Engineer and Contractor 20-22 Contractor's Responsiblity Regarding • Special Application Materials and Products 22-23 Temporary Facilities 23-24 • Permits, Licenses, Laws, Ordinances, • Regulations and Taxes 24-25 Alternate Bid Items 25 • J • A ri U W TABLE OF CONTENTS (Continued) n ccrTTnni FAA STANDARD SPECIFICATIONS (As Revised for This Project) !, • P-401, Plant Mix Bituminous Pavements P-402, Porous Friction Course P-603, Bituminous Tack Coat P-620, Runway and Taxiway Striping P-630, Sawed Pavement Grooving T-901, Seeding • T-905, Topsoiling T-908, Mulching Soil Stabilization Fabric Pavement Stabilization Fabric Asphalt Pavement Recycling • • • 7 • PAGE NO. 1-62 1-16 17-32 33-35 36-37 38-41 42-45 46-48 49-51 52-53 54-56 57-62 J r Notice to Contractors J L g I�&b ATEo • r NOTICE TO CONTRACTORS 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 Room 326 of the City Administration Building, Fayetteville, Arkansas, until 2:00 P.M. , on the 30th day of October , 1986, for the • furnishing of all tools and labor, and the performance of work to be done in constructing taxiway and runway strenghtening and leveling rehabilitation to Drake Field, Fayetteville Municipal Airport. Work under this Contract shall include asphalt paving overlay, alternate asphalt pavement recycling and overlay, striping, topsoil, seeding, and other • tasks required for a complete job. The major items of work areas follows: Phase I Taxiway Rehabilitation - 6,000 .S.Y. asphalt stabilization fabric; 1,390 tons of asphalt surface course; alternately 9,840 S.Y. pavement recycling, 1,120 tons of asphalt surface course. • Phase Ii Taxiway Rehabilitation - 1,530 tons of surface course, alternately 17,900 S.Y. of pavement recycling, 1,010 tons of surface course. Phase Iii Runway Rehabilitation - 8,430 gallons tack coat, 4,000 tons surface course, 2,850 tons porous friction course, runway • striping, alternately 53,390 S.Y. pavement grooving, 70,220 S.Y. of pavement recycling, topsoil for shoulders, seeding, taxiway striping and etc. 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 Room 326 of the City Administration Building, Fayetteville, Arkansas at 2:00 P.M. local time, on the 30th day of October , 1986, and at such adjourned meetings thereafter as may be necessary. • All necessary work, materials, and every item of construction shall be in accordance with the Plans and Specifications as prepared by the Engineer. Copies of the documents may be obtained from the office of the Engineer upon the payment of the sum of thirty dollars ($30.00), 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. • L n U I MCCklland �,�0� Con u11 rig m� I Enginueers -L_.s InNvorated Fartravillk, Arkansas LA r 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. It is the policy of the Department of Transportation (DOT) that minority business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole • 1 or in part with Federal funds. All bidders and proposers assure they will make sufficient reasonable efforts to meet the Minority Business Enterprise goals as established for this prime contract. The MBE goal for minorities is 3.3 percent and the goal for women is 6.9 percent of the dollar value of this contract. • Notice is hereby given that the City of Fayetteville is an Equal Opportunity employer. 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. • 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. -2- ll • APED • r 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's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. • The goals and .timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate work force in each trade on all construction work in the covered area, are as follows: • Goals for female participation in each trade is 6.9% Goals for minority participation in each trade is 3.3% These goals are applicable to all the contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. • j The coverage area for female participation is nationwide. The coverage area I for minority participation. is Baxter, Benton, Boone, Carroll, Madison, Marion, Newton, Searcy and Washington counties in Arkansas and Adair and Delaware counties in Oklahoma. The contractor's compliance with the executive, order and the regulations in 41 • CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR Part 60-4.3(a), and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the • contract, and in each trade, and the women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals, shall be a violation of the contract, the executive order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. • The Bidder (proposer) must supply all the information required by the bid or proposal form. The attention of all bidders is called to the fact that they must be licensed under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature, as • amended. • -3- J EiA CS ATED fl r 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 • -4- • L�L� �CO If ATED :7 Instructions to Bidders rj rl U Y.fULL.bNp :iGZYp�a 5i' rvCLA nRa: ED S 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 a -s 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 iS 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 5 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, • -1- LI J LJi.� f0 bRATED l,_,IYI'. C7 r 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 7 _2_ J • ?A AlEC mU.t.. • n entered into and the required bonds furnished within the required time; in the event of the award of a contract. 8. WITHDRAWAL OF BIDS. Permission will not be granted to withdraw or modify any bid after it has been filed. Requests for non -consideration of bids must be made in writing, addressed to the governing body of the Owner and filed with the representative of the Owner designated to receive the bids before the expiration of the time limit for opening bids. After other bids are opened • and read, the bid for which withdrawal is requested will be returned unopened. 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. '• -3- K • Lk!A�a ATED • 11. RIGHT TO REJECT BIDS. The bids. All bids are subject to • itself the right to decide which consideration will be given to and equipment of the bidder. Owner reserves the right to reject any and all this reservation, and the Owner reserves to bid shall be deemed the lowest and best. Due the reputation, financial ability, experience No bids received in the office of the official as set out in the • Contractors" after the time for filing, as advertised, will be However, bids mailed from a post office other than that of the arriving in the Owner's post office before the time for receiving I actually delivered to the office designated to receive the bids, hour for opening of bids, shall be judged to have been received filing and shall be considered. � Also, See Section 30 of the GENERAL -PROVISIONS. "Notice to considered. Owner and of bids and before the in time for 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 i these instruction 'shall be considered as acceptance of this provision. • U. C 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 -4- LO Pa TED • opening bids, said length of time to be stated in the Proposal. The awarding of a contract upon a successful bid shall give the bidder no right of action • or claim against the Owner upon such contract until the same shall have been reduced to writing and duly signed by the contracting parties. The lettering of a contract shall not be complete until the contract is duly executed and the necessary bonds approved. 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 • I additional information, the Bidder is referred to Arkansas Statutes Sections 14 - 614.2 through 14 - 614.6. • [7 • • -5- i E0 pn�♦v,. un .. P.11 �* r Proposal LI J E,_L?,.o i?,�;iJV qp}E0 r J • PROPOSAL. TAXIWAY OVERLAY AND RUNWAY OVERLAY TO DRAKE FIELD FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS AIP Project No. 3-05-0020-08 Plans No. FY862106 Dated: September, 1986 City of Fayetteville • Fayetteville, Arkansas Gentlemen: MacLiNroN-ANCHoe co, Phhlon of APAQ&Mn a !n6 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. The • undersigned states that he has experience in and is qualified to perform the work herein specified, and that if he does not have craftsmen experienced and qualified in any phase of the work for which this Proposal is offered, he will sub -contract the work under said phase to a Contractor who does have the necessary experience and qualifications. 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 Phase I completed within 20 working days from the Notice to Proceed. The said work for the combined Phases I and II, if awarded, shall be completed within 40 working days from the Notice to Proceed. The said work for the combined Phases I, II, and III, if awarded, shall be completed within 75 working days from the Notice • to Proceed. J Proposal - 1 A-1 - 3 J • '• ITEM NO. I-1 I-2 I-3 • I-4 • I-5 • I-6 • I• L PROPOSAL TAXIWAY REHABILITATION SOUTH OF TERMINAL APRON PHASE I SCHEDULE I, BASE BID APPROX. UNIT QUANTITY: ITEM: PRICE: EXTENDED: Lump Sum Topsoil for Sideslopes $ ado%LS Removal Y YNau son o r4,a o Nwxo app dollars/Lump Sum $ 6 200.!76 (Words) No c. yf 6000 SY Pavement Stabilization Fabric $ .Sc /SY OA10 dollars/Square Yard $ 9,300.oa (Words) / ptV-civ;a€srs 555 Tons 1" Bituminous Leveling $ L .Dd /Tons Course J IIV Y —7Nfu dollars/Tons $a3 865. Oo (Words) No G4N71 1190 Gal Bituminous Tack Coat $ j,5.S-/Gal. ONE dollars/Gallons $%$VV5 (Words.) F,f>y_fuG GcNr� 975 Tons 1 3/4" Bituminous Surface Course $_93.00/Tons Fo2YV-T7-12e6 dollars/Tons $ 4,/ 99ZC0o (Words) No GEivfj Lump Sum Taxiway Striping $/6i8 /LS O V. Yfld"GtnnD S'/.r /Vu,vpedodollars/Lump Sum $ itWD, (Words) Na C wrJ Proposal - 2 A-1 - 4 J © SEED 1 mll 'cc. f..TPP11f .'7 BASE BID ITEMS ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: I-7 0.8 Ac. Seeding and Fertilizing $00 /AC. Two rNou.9s+No f/lI&Ar au3 dollars/Acre $2a '/O.OO (Words) Na cZurj 0 I-8 2 Hr. Standby Time Me≤t M pyycp dollars/Hour $ 760.00 (wo ras) No egNri Phase I, Schedule I, Total Base Bid $ 83 739'.5'0 PHASE I SCHEDULE II, ALTERNATE BASE BID I • I -1A Lump Sum Topsoil for Sideslopes _______/LS SIX 7NoL.4s7}N % D 1%4,NV2Ea dollars/Lump Sum $ (Words) /yo GC i I -2A 9840 SY 1" Asphalt Pavement • Recycling $ a.Sil /SY 7Z00 dollars/Square Yard $o2 y,600.Oa (Words) g,� �f GOrvs I -3A• 1480 Gal. Rejuvenating Oil $ 1.75 /Gal. QJNE dollars/Gallon $02,,$-90,00 (Words) $EVGHry--Fic ,a I -4A 1120 Tons 2" Bituminous Surface Course $ 33 /Tons '• 7r#llzfj(.72IZ5.6 dollars/Tons (Words) p/c' C6Mfl r. .7 Proposal - 3 A-1 - 5 / r © F ih≥BJRPWIATEO I mu .oa u. mu, 4 Y • r BASE BID ITEMS • ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: .o I -5A Lump Sum Taxiway Striping $/LS ONE 7/•1az4sWj p $ x n/O/Z& dollars/Lump Sum $ /� 6©Q • (Words) f(6 Ciyfs f I -6A 0.8 AC Seeding and Fertilizing $ /AC. 7L,06 T ji O ii /f tC%ctwcoe o dollars/Acre • •(Words) . N o C6ngf • I -7A 2 Hr. Standby'.Time $750 /Hr, SEUEh/ HtM,000E4 6ei r' — dollars/Hour $ 1, .x"00.00 (Words) A/e CINTJ 0 • '• Si Phase I, Schedule II, Total Alternate Base Bid $ x Pn�ic oxlcq &pplt'icvmQuskad TAXIWAY REHABILITATION V ho''L ' Phctt&Cfl PHASE II SCHEDULE I, ADDITIONAL ALTERNATE BID I ,� II -1 Lump Sum Topsoil for Sideslopes $ 0 DD /LS ITCN PO&CSANO ONF 1#,D4 ? dollars/Lump Sum $/0 /00.00 (Words) NO C&vti II -2 2160 Gal. Bituminous Tack Coat $ 1.50 /Gal. ON.E dollars/Gallons $�ol6/0.00 • (Words) Irirly CFAY7f II -3 1785 Tons 1-3/4" Bituminous Surface Course $ a2.5d/Tons • 14o71 —Zoo dollars/Tons s7.2QSO (Words) yy CEivtc II -4 Lump Sum Taxiway Striping $.3. /QO /LS 7I'/ ' iHo ccAwa ONt dollars/Lump Sum $3 /� ag.00 (Words) lye, CbNvj Proposal - 4 A-1 - 6 J © SEED I TUM' I.VIrl tt\f ff 1 r ITEM APPROX. NO. QUANTITY: ITEM: • II -5 1.6 Ac. Seeding and Fertilizing • 7&o Wo • (Words) Fy/ti 1'!o II -6 2 Hr. Standby Time (Words) No c finis UNIT PRICE: EXTENDED: 60 $2,,. 800 /AC dollars/Acre $'/986.06 gO $37S/Hr. dollars/Hour $ 7,S'ol CO Phase II, Schedule I, Total Additive Alternate Bid I $ Q7 5 3 ,Z.S PHASE II SCHEDULE II, ADDITIVE ALTERNATE BID IA II -1A Lump Sum Topsoil •for Sideslopes sigiOo /LS • Ttiy %yauSpnp ew≤ /lswv!eco dollars/Lump Sum• (Words) No Gcw71 II -2A 17900 SY 3/4" Asphalt Pavement Recycling $ Z.S o /SY two &44d cL tLA&t dollars/Square Yard $ 44,'15o.00 (Words) II -3A 2700 Gal. e RejuvenatingOil $L'lc /Gal. (fincwuQ -Uk a.atc dollars/Gallons $ 4,12 0O (Words II -4A 1010 Tons 1" Bituminous Surface Course $ 33.00 /Tons ThiAi4kecitey� no ce vtt dollars/Tons $ 331330.00 ( or• ds`} cc II -5A Lump Sum Taxiway Striping sj,1 0 /LS • 1W13 E 7WOW."0 0 //t4v0'�dollars/Lump Sum $x3/00.0d (Words) No cg,.. -p' [7 Proposal - 5 A-1-7 • EE ©LTED unY loci I.YTIM II C : r ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: cc. • II -6A 1.6 Ac. Seeding and Fertilizing s2t&D jAC. • TWO 7µo&is4No fjp/ / vAaJo dollars/Acres $ t/Y$OPO (Words) 1/0 CF-eN• v II -7A 6.0 Hr. Standby Time $2_/Hr. • 2ET/EA7 fl/INAnEO dollars/Hour $��QO,00 • (Words) /1/O cg-, Phase II, Schedule II, Additive Alternate Bid, I -A . $ f'O�k gjC.oc) 'PUG &ppltte tf aa-cvmplhsb,c( witk Vho t kphaR.ai13=- RUNWAY REHABILITATION • PHASE III SCHEDULE I, ADDITIVE ALTERNATE BID II ITEM APPROX. UNIT • NO. QUANTITY: ITEM: PRICE: EXTENDED: Oct III -1 Lump Sum Topsoil for Sideslopes $c,3 04 /LS Ttv,�tiit/-w)V/01AM" y/t)WE/ r,nRcrAolIars/Lump Sum $ 300.Od • (Words) No c;EN;1 • III -2 8430 Gals. Bituminous Tack Coat $_8/Gals. OME dollars/Gallons (Words) y/'4y—'2P can •111-3 7000 Tons 1 3/4" Bituminous Surface Course $ .OO /Tons a. 0r , ��4ltr 00 - A dollars/tons $33610.00 (Words) Alo cEwrs III -4 53390 SY Sawed Pavement Grooving $ , 2j6 /SY • >4/c' dollars/Square Yard (Words) Ninayy-s,,-CSqc • Proposal - 6 A-1 - 8 ©TE" 0"LF Pock .MTMILI 4 •.-...r.-. -- • r 1 ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: • III -5 Lump Sum Runway Striping $ Sq00 ills 7 CT1EIV %Noksgvp Al/Mt //H-vrro dollars/Lump Sum $/S9?0000 (Words) A/. c&,yrs 00 • III -6 . 2.8 Ac. Seeding and Fertilizing $ 00 /Ac. e r9u2 721az&c19r//J dollars/Acre $//,aOO. ao • (Words) /p o c1.,yr- G • III -7 10 Hr. Standby Time $.3__ /Hr. • 7N0r frtu,v02.6o inY-,6'4 dollars/Hour' $ 31 yre. 0U (Words) ,1/a GEMS • Phase III, Schedule I, Total Additive Alternate Bid II $ 4'$. D 79'71 q D SCHEDULE II ADDITIVE ALTERNATE BID II -A • • III-lA Lump Sum Topsoil for Sideslopes $4 340 /LS lwgwoy-Iwo 7,f0W,*Vv 11,EE olol) 300 /'�oaJso dollars/Lump Sum $ (Words) JY0 c,c"w7r • III -2A 70220 SY 3rr/4" Pavement Recycling $ Z:Go /SY Two &,tAd ttop, u tt. dollars/Square Yard $ I1IG,GSo.po (Wads) • III -3A 10550 Gal. RejuvenatingOil y $ 1.15 /Gal. (9nc G 5A U#wt4 i( vJ-e ctsk dollars/Gallons $ 18;44ttGo (Words)) III -4A 4000 Tons 1" Bituminous Surface Course $ 35.bo /Tons fk v(z( no dollars/Tons $ 13Z,6po.oa (Words) Proposal - 7 A-1 - 9 WI • © € ATED • Hr ITEM APPROX. UNIT • NO. QUANTITY: ITEM: PRICE: EXTENDED: III -5A 53390 SY Sawed Pavement Grooving $ ; /SY No dollars/Square Yard $ s'1,acy.10 (Words) ///uE77-fiy CIw7J III -6A• Lump Sum Runway Striping $15 GOd /LS Piprc.&d 7/gow ,ao N/A/4 4sce(n dollars/Lump Sum $ 15', 7040 00 (Words) GU • III -7A. 2.8 Ac. Seeding and Fertilizing $ 000 77�c. �utt2 '(Nat4Snro/o --dollars/Acre $14�QQ,Gd (Worlds) ZJo e6.sys III -8A 10 Hr. Standby Time $ SD e='Hr. • S'E//h✓dollars/Hour $7 r6i0 ( ords) Na carr Phase III, Schedule III, • Total Additive Alternate Bid II -C $ �3�,l(efcfQo z ant e t nrtM & 4plttc 1F a tccngLiktt • I• V . I• ' l � • Proposal - 8 A-1 - 10 •. © flED I lfpfM 9 Y11n1"Lf 1 • i r 1 McCLINT0N-ANCHOR ta. BID SUMMARY lion Of A?AC-Arkansas (ie, Phasee-ti Schedule I, Base Bid $ 7,731/.5O x Schedule II, Alternate Base Bid $ iSy 610. 00" "�d b -Jon, As nameblow Phase II Schedule I, Additive Alternate Bid $ G 7� 5 3 a.570 A As notr4 En Schedule II, Additive Alternate Bid I -A $ 104 14$C.0& XxPsnotul haloes Phase III L Schedule I, Additive Alternate Bid II $ x As noted &h A l'tb Schedule II, AdditiveS Alternate Bid II -A. $ 4341llo(n•g0 axpsnoYua btlaw st-w '2riit, iiit.lu.clta awOnrtu14fl1 d4Ctn. plLeau.4,uiLtk rmaIvt;uil6W fccutaft p -4o1 htth iYrigl,P.e no wa,rr&,4t a uwnsngpu-�acrm4.$w4tlrnpW- w�ntttt1 The Contractor agrees to the following reduction in unit prices for he bid items, if Phase I and II are awarded: • Bituminous Tack Coat, Reduction $ O.IS /Gal. Bituminous Surface Course, $ 3.oro /Ton Pavement Recycling $ _o— ' — . - i/SY-+ • Rejuvenating Oil $.' = O - /Gal. Seeding $ '(ooroo /Acre • The Contractor agrees to the following reduction in unit prices for the bid items, if Phase I, II, and III are awarded: Bituminous Tack Coat $ OrIS /Gal. Bituminous Surface Course $ 1.5O /Ton • Pavement Recycling $ -O- /SY 'Rejuvenating Oil $ - o - /Gal. Seeding i 1 , $ . 5o0.00 /Acre Proposal - 9 A-1 - 11 L © ncEL ,mu ro[a n.rrnwu The Bidder (Proposer) shall complete the following statement by checking the appropriate boxes. 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 Ll • Proposal - 10 A-1 - 12 L �I E i CO }((((,jjjjATEO ITy .ac. YOfMu. Enclosed herewith is a bid bond for • 5 % SIPAMouMT �p dollars ($ 1 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 ADDENDUM "la I OCTOBER 37, 19t6 • and such addenda are attached hereto and made a part hereof. Dated at Fayetteville, Arkansas, this rN day of • NaVFMBffZ , 1986. Respectfully submitted, McCuNTON-ANCHOR Qi Aivisis of • APAC=Artati€ I� •P. d a pc7 Mvetrtuiae A2 727oa µ r Bus in s ress' by ( ✓VICE-PRESiPENT G b t J ' Arkansas License No. gb — I I O Subcontractors Type of Work Amount • 7EBRA /STRIPING Cn @BE) PAINT STRIPING PAVEM;tat S'PECIALISYSZIUC FAVEMFNY GflOCVIN[& Proposal - 11 A-1 - 13 • REED JA4 KK. t. .TQV,t II R i , A.I.A. Document No. A-310 (February 1970 Ed.)# W,4, .1a II1ES - ®e' r■ira�S' FREDSJAMES&CO,OFARKANSAS,INC. 900 S Shackleford Rd Suite 400 �tl:Sy P.O. Box 511 Little Rock, Arkansas 72203-0511 BID BOND El KNOW ALL MEN BY THESE PRESENTS, that we, McCLINTON-ANCHOR. COMPANY, DIVISION OF as Principal, hereinafter called the Principal, and INSURANCENCOM13AINC.F NORTH AMERICA • 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_- a.----- Fayetteville,...Arkansas_. 72701 City Administration Building Room 111 as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT (5%) • 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 TAXIWAY OVERLAY AND RUNWAY OVERLAY — DRAKE;c:EIELD FAYETTEVILLE;MUNICIPAL AIRPORT • AIP PROJECT NO. 3-05-0020-08 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 mateial 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 contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. _' Signed and. sealedthis _ 6th. -s,_ r ,M ,,,v _-day.of.....November-,rte-.T•->_--_. • McCLINTON-ANCHOR CC APAC>a1{ANSAS, INC. (Print (Witness) f4Zq ^ , (TI INSURANCE COMPANY 4 r �(Su (Wit` ess) { A.D.,f9e.86 DIVISION OF (Seal) 7 )VICE .`PRES`hDENT _ OF= --NORTH AMERICA ty) .- y (Seal) F.- K M1 PATh Attorney in fact • ` Jukdy Franks FSJ-1316-A - J I ../\ \ f/' /'• r/V, ••'/' \II. a rn 1 NO Ir.1 J'I0 I\'.\. I' '/r V \ Y '•' / •. •P e/,r \�• ,I'\.' .i ✓ r', . \1I'r '1/0.1.% n i n , 1' \ r ,. %" . V \ 0%' r r •%r 1.1 n\1,/•\I,�.\,I000.0%•i1' ,I "/ •Ir'%^., /Ir.1 •. rl V/.\ I. , \II 'r\J.�i POMIERIOF • >;'� ,/ \�i.i / L1\, •.• • \f'y, a /Y' /. /I 1// / \/ r /\ j\1.100\u.i./I/„� /.Ir:5 i:l••\r•. ^ • 'ON ^r• 'wl•r•OL 1/. \` '/,\\/. `.'.I,\I 1..//r • .I''\ ::ATTORNEY'. I' \ 1, / ,, :IIr c IJnr.Y I.I •ti, ON f 1 <I /` 100, ,.,. \ .► . \ , ,.�\ _ i1i n . . / •r,I' , u \•. ' . '••. /rI\\ v.%• . I\ 1 ,. //`• Y "i • ii.. '',y .\ //' \ i //1\,, 'I//1,. L'."./ i`•J'i/n /f(\ I, \'1,'1.I:\.'11i Ii\./,. /\},/.P',I/\ 1r,/ J.r\\./I .0,;.%., .. ''1 �. 00'.#, 'S i/1\\r•/ .,,,/\�. /I \ey / • P 1 I /\•q "i/ •'1\., 1i/,\ V •1 11 /r\Y I.\ i "i,I•%\u' • 1. /, . •1i .r. y •I r \ r / y / r. \ r 0 I. NO I 1, #'% I1. I • i.II \ / I :/• 1 \' / . \i / n r \\ �'\\. \/%.\• /''�/.i\•;eP nl e''O r /n1%r ,rl I'IIH IV i..\,,/1 �I'/,.\��ir\'•�/1'�10Y\. •�\iI\\r \ / •. %/\ /r \I%i�r'j� ,.\ C>, I'�\y,�;•\•Know,\all\men by these f presents:",". INSUFIANCF COMPANY'OF C " 1` ' • y I O 'NONTN AMrftl a '•%��/. '•i..l.bl•"' : ..,...../.la.'I:q.' n. 1'O :: I'1 L. • .•I .1 ...11''4• .:I�. '.I .. .I a .111:1. 41 4 I.., 1'... .A0 F ' :I• � ',LI„,/1\•1/11 In''• 0i\•0, 0. ', •Ir\,' 'r \/'.1\/.. 1'./. •.I 1 /I. '1 'u .u• a .,fl1• i...............�.411.. Id..11• •.1":'•'•rl l�l^.\. A iI 00 / \r :\. r '/f •VI'i''''!''I,0'00•'001'4, •. . \i Ir \iL \\00%!..4 \�••i1 '.e i1�\ /Y.•./';. ,, /r ••\/ L\ I', / \ rr•\,..I'\/. 0.. ".0 1% ..1./n\ • 1. /r.\ 5. \''I, .•%n1 ,o •\\'/. r..• �, / r... ., .,r/\/ •\., 1 .I/\\'/L\. r'.I „ '1 •. 1•. -•' • . •1, •V/ •1•.••.•• • • ••• is •q •. 'I .. •.q •• •i ..• •/,,\•.., /\I.'•. • .,\ ,•. ..•• • •.p. •y %..\\\i,••'.%.,,,%%/0t%%%•6 \\X 11\40' ,I �. II\\"I' 1/, .\\/I • ,',/ ,I •1p 1.,.\ /. I / / \/ 1,% /i \'//. ✓ �� \', .NOON'/•I\ eIII `ddo y /'i \, . .1. .\ ri\ 0 1 \J, n\ • \\ • • ' / 1\0"01 ••. . p. •n•Yf.i • :••'.' •..'1'.1 •... •' a y. 1f ••.e •• •• 1• .•f a .• i•• //• /1,'\n r0"\\/P\'. p..\... 'y.( .. •. ,. •• .•i . . . . . . . ..1 • .. i•....'. ... .1.' .. , . .. ..I ..u... e. : • % \1iiI I.\ V':'. : •. I a I. P .'•' • . .. 0 .. • • .. . 1 .. '0, .. ..'f 1'of 1.. P 1 •.. .. ., I,\\i r'i•P I// '! •' f''Y f MV L. n.ln V•.... I. i•,• 1. 1 f • ' • 1 • • • • • • •• I P. . • . f 1' ... • • "•I I'I , I\, '\ u� i'//i\�.'/P,\ /, .; i,I\ / e\',. /• "Iir\1• i \\I/i \\ii 1r/ \\I,i `I 1144' i%,.. ,% . . ' /1.I . I. ,'• . .' • .11 • .1i •. .. n• '.1• .111 a .1 . . ....p . . . . ... , . 1'4/11 f,. ,1\,,'''0'%'.\iI :\/a\: ''000. I/1' p \/,'\1\,/ 1¼J0 •"' //• ./If`•/I.\.%• '0 'I rr 1ri i1 •\'i'/\ /•\:' \': • •e • 1• . .•1, . e'0" I ' . 1 •I . • f •.•• •• 1 1 ••. • • • •. •1 '• a1 • r 1 • •a •/rI� n�/./N•' '• . •' • .e._ 1111 'I I• ..• �•.f •.• • • 10,.\ . •....• Nn 1'a• • •.V•••.a a V a•• W 1•q•1:•V Mil ii1• V' Vy.• / \rr / // \,I" \/'. y,\\'0 \1j /\lrn•\///,\\.NO 1`1'01 ,'\\\,N/'„\f. \\i/ ✓/ r ..YY. Y; M•• •, %, M1 .a •1M ; • I/\\ 1 00'•1//\ 000 ,\'I • 1/'.\IIr\%,r; 01%% n\II.\, /\;I i1 • ' . ,/ 'I • /1 'n i 1,100/. 'I 1, ',\: ;u •. •.+• a0" . •�. .. •. • 1 • • . i1• Iu . 1.• . ,/O\;,0 NOI\VIII 1%I I..1,% 0•\1/, :. /0'I' 100'1 •• , \' i. • v.0/\1I/I\11rr/u\'\I'� .�,1•','/.\\ 00 %. a 1'n• y :• I 1 ..11 • Oh a.1: i1...•I• •.'J •.1•f •..1 •.1'��••. �• ,. \•1•••. '•.: !. ....I •• .• .1/ •rf\\/rI \ n 11''O",•/•\/'I/i• //.1\\ ,.1J• n\a/. Ir.Ii 1100.\\ r it\.//I\i'r r_1.0 i.'/ �.. •II .r. /•\ Ii/ /i`. �,' \\/I i1 /'Ii•, �'•\ .h .//q\\/" i '0011 % '\I f •1 i•, .1' \`Ii 1'/r� ii •i'/ . 1111,• \\r li. 14 I..•. \.0. .. , 0.� I... r \/. i. iI \ %\ 0 \ #%'...o°\f' :%1 0.1,0' r•1.IP%. r'.". 1'100 / \ Ii\1 ` r 1011ON .. \. \aI \ / .f ,••, 1 I .'•i ..If l\. ' / •0¼\##001 0ON No I`\\.r i'/\\/„1\../i \ / . 1, 1 i I0 i0iN, .r 1' \'I • 1111 ..\ ,' , I,\ /r 1 1I\' 00 I/. \ .111\// 1 r1 .I I I ./�, /' 00''\.r. \i ,i V \ q '\ . i / •r \I 1 ,. 1 , . 1 / I r 1\ e i r \ .,,%% r ' I H \ / r I•/ I1, I . i „ 1 \ I , I . /.' / ` I II' 1r. '/ 1 ' 1 '. 1 . :,1111 . \ /rn\!in, /\ ✓' .• 1\ ..�• 1 100/ 1 /., .• : %' 1001, n\r "u %I.. \ r y •01 \ n \l' \ \ r 0, / I . •;/ •! \0000\\. rn\\/ •\ Ir/•\\. \' r\ \ /\� r. ` •.;r.... \,,. p. ,f. `. ff .,1 0011 . IN \ 0 _, /\ 0000.• .\b. / 0..l. ••••••••••••••••••••••••••••••••••••••••••••••••••••o •i,. 1. .,^ .I r. �r/lilt\ir/1 ,ia it •n\ I 'No In ,Iy1 , iI• Ir'/, ii. .'11041•' ,`\b00'11.%/fl e.., \. JI 'I '0100 / \u lil r'i�... • V n\ \ • 'ri 00 •i. I' ,:i"' •\"/ \ lili/\1 \• %f\f /nl\ I/• , . \'I ,.\ I\rl i \• .. i\ 40/ 41 •.i/.'/I .iNO I I, ' I,i I\ 00'11/•,I r '00' 1'1 %. \i//i•11/ O' I\ ..:.��I�i _ '�,'1.. �\/ •\ f�\ '.1 /.�'- • 1 I.., r,'\,'/\ r•/',1I 1111. rr 1,00 •1 rr \i. —,0I%'\ •f 'i\'/\1 ri \I., �'%\ • i% rr .i n • \ n\•I 1 \ ,•i . Vi, ,� •# ••/;,; I,/, \r. II /�:\ r ..r r \' \ ,1 ,\ \.•r, r ' •,, 14 / •\. 001,!.,'.I/• \•./• .\' .\.' /"• 'I1, '0,'' 1 .;•I i\• ;;i,i '..1 a,r1 •. 00'' .••� . '•\ •'/ /I'•n•.•I \/i la i'\`i '\IAI f,. r„ 1'I;•, Ir ' it •\..^\ 6. '1111 'r i•\ ,' r ' I/ •.•I/ : r /.' •\ . . 0 \\ I I . ` \ ... r/ / 1•I \/ I\` •.., NOI I ..0.,,., 0 11 I'1 0 . . . 11 00% I n •\ 10 I. #0 0 r „i, 000. 4 ' \•'I\'/n\ • 1.1 1 .. 'Al: h . '.1, ;. 0 1. r r'/./'\\I, \i 1\ \I /\\'/'Ii1,\/I`\i',,/r"\r 00'1•'1�I: `1',//'\�' \•n\00%II%./I.1.NIiI'f.,,%IV.Ir`•//\f/1%\\.10�1`Nri\%\f%I` 01I'i%:.r. \ I\IiI V/ 1\ lit r, ,/ IL. / No \I /' 'I / • \ \ I II 1\• . 1 . I Ir\ rr I I • •1/, 1' •• IhSI:RANCE C ry11Aa.Y,0r NOl' I.1 AMF.41 .. \.',o°.\i0/'\\ r: \ 0011\\• 0 \ ,'001 •, Mir 1'.'i.\' rr I /' I .r ., .I1100 .I'r \.IL , 1. is . r / '/' I•00, i\ r • o \ Ir / • iI. . I . . , . ` \I \. No I „ .OI% 1. I • \'I,.\e ,\�/// 1/ I .0 ,.O •.• 'r\ ,I,`;.i',/i .\ j\., I .•,1 / \\rf'� ,•0 I } / 0 •„ 0 y�', INS(1 hAh(.1 (:(.MP.1h Y, 1f' hO17TF 1.MF '7111 l': f;. / �I � \ n , . I ✓i, `y • ry 01 Ni"'r ,N, r .i 1'100, ,' 0 ' .000 .i • /; ,1\.; r . \ . I '' I r / I \ , / ,° \ ' ' %,,l 1 '00 V f 1 \ . / r . I'' / „ •i //,I . I••%/I' iof 0 0 +' I �..I / '\iI' I r \• ,i1 .'r 1001./ \I/r\ 0000\1, 0 / 410' • ff /. \.I•.� "I •.\ r r .1I 0011 N, • /� r r �. r \\.•, /\` r r •\ii , / \•I r'\\I',,f it\\'I r'\ r•• •I/,' 0 '1100\\/.'1\ r 1 0 II'1 I \ r , \ / .r. .I \I•./1' r 1 Ir r r 1 \I I' r. \� 1 .�„I .' \\ /1• \„\\/1 f, f, . • 1I 1111 .. .I. . .,\./I Ir `,I I. /,�\\/ ./ ,\ I al!• :•' . •,•• ,h. A/ '/„' /. I... '. it �I \/r Ir V/ N, yr ♦ h \ J' ' / d / /� 14'01.' .I. / \Ir ,r r.'1' \. ..I /\r • Irr I•' \"I'\ 010 1, ',, J � ,.In i.\ Y rr// I r . I r I '••1 1 I.''.'•1100.. • 0 . I./ ./ .\ I .! . \'.% r \,. n 111 Of \ 0 • •N. 11'00• .00 I.\i .0\./.•%!0/,1\'r.. /•\\r/'lilt•••. \1/,\' S'1�1• 1111"•.•�1 1 .. • '1 I \i. I, \I Ili.. ' \ it lil \0.0 :1 r i ,n\\• / 00, 0% o''\ . Ii./ NO `\ I'.\ I/I/.\\.r 1.•.0# \\ Ii .•. . . . = `i /, „ •11 C rl.• n. I. II.0 ,• • I% \\ 'fa\J"`\%, \. .I;'f I. L/.n\\I/I r I •'400'1' 't •' 00. .\ii ie'eIp'If 100.00, /\ 0:#.•N%,0:00 0 of 1. .. I:A1 . li1• .• • ' I..1i, .II 1 11 . . F. . • i . . i .1. ari. .• 11VSLaliA \(,:: .'/I001.1 r'\ 0001'0 \ ii, 00%.ir '.1100 f1 .r..\i 0 ON 0 •n,0 .n.e I I 1 .( I. \\ , ..,'i\V .\Vr •/' 'r +AN V d)1 NCR FM AMI RIC A' 1 1 1. •.. A '', ,.. , • . \, A• • •.,I \' \ f n , ,%r, ,l IiI\'n,r\"rl / • I1le 0 / \. '0011 I. \\ r1 1'100 . 1001 ',I •'/ 0\//. 1001 ,.I\I'1 NO I% ' 1 .' y •' I•I .'n „r/\ i 0' /II IN% / 0 '%,0 . 11• .i I . \ I ,r n• ,N'°°°01, JI' . I I r \ \/.0. , / ` , /. .rr I•1'I, i •/'\"'.ate •%0 \'0I' 001'1\1 /f\`40 :' •\/'i .\4011\,/ r. •• \/0.\li/�\,I',,, '\ 0011` i1. ..I,"11'41.'4 n . . .1r. • n •. .lu '4001 , • .....I ..,•"//I I \\ •r,\. .�\\\• i'�• I`+ \,• I. •,' \�/I /\I 0001'\r N' .i\f ...`\r .:. /^I /\ \1rr'\;%\ %/I '�•.\ /%i I.'•ni f,f li• •,•. `•+�' • .111. • . J.• o:. 1 .I1. ,,.\.r . \ •\ •. .I• r'``1 JI100,I• II.I III\ 1 ,� '• 1 1'401 II r •' f\N, /'1\'/ \": `�./' .1 ,• O .1 //\\N°� / ! ,, 1001 /I� ^/f I ;.)'. /r I,, ,\� • •y /,I"i I. \001 i \�' :fie 1 i •'Y .• N 1 I .1 I / \I /\I if:`y•h\' 0' I1.I �'I I \'. , .\ ,I r rl /I,'\ .. I/ AI4_ ,\. /,�I a 1100 ./.� \'• r\ y\. f�\'liI/,1\ I. .I, .'•�� y�\. i �I \'I. .\Ia \. / ,.\ ,;1 \�fo i vlr. rI �i •'•" f'\IIy %'Li � `\ • 1 i. M• \ i. ,L%'1111 •, 'I\r:\"q. •� •4,. •/I•\ /. I/'\r • \'f'\.".n 0 /\. V/• �•'\//i ` '\I /Ii' \I \ Ix ,e4 \ uI 1410:\r .,I/\ If\'\I, 1'140"1111 , 1.:00 / 1• f.1ri • r '100'1 r\/I 0 O 0 ",./1. a:. •1. • 0,•I 1001I. N. i� r\..'II ,I 'I .I' / \. II I . \ r' '0 ., ., '\ r\ I/iii/Or y;I .�\ rl/} 1•)\ 'r 1111/ . r.\i/, .0,\ \ ,\ I\` \.I IIi\10,..J'.\\J ,'I\"0004 LIn\\/r1 %iliil //\'0,r,'la lr\•. 4 ; '•v I, \ ', al� �iJ' 4•' :1i INSl1R 1NCl COMPANY or NORTH AMF IIICA''•' +:1 ::a ' •• ^ I•• II.'I I � ' 11 •' ..%I 1 '! r,.\.r ,I I. . \ 1 0n11'0011,\/r. 1001\.'iI\ IN 'Co \ .\u' 1001\ 00.\11%\I I,. Iii \, IIi 11000 /00 0000.,' i //`�"" • i''1: •1 '1 I P ,•. • •r 1 • i'i• • ',• lu..• 1 .•q •P' n \, IiI1\/I•\1' 0 t,�.`'�� 1111 \\,r' \\O00 'N. /• • '. I.1 ./, I' II 4011' n\'1 /\.; N. \; r. ., a1,\14 \/r. "/. •.I•.\\' \ F. \'` 1'100` r /'\i/ri ,i1 I/ IN I A'i'nµ :11.1 .• II Ir •'1 •11'• :• •. 11 .1'. '., 1, ,1 ,1,'. II ,q ., .,. „1 .•,.•u.. ',. i.,l /;n 01 ' 0',i \'1 o°"',' 1 I•• . .'V 004' ,. ii, ., • • . \i .0 •.. .0 ..,0i ./r.. i .. • i. Il\ i y. • • 1• r I I/. 1 r. /i . 'f, 0 1r \ I. ./ \�i P4 \ \I .\\•I'\ I ,\ ., (( \\,. �..r;J \/•' \ 0 I.., \1 4••'10000 .i 'i/In\ . / \/ \I,'1 I' r\ , \ �r'/ \ '/' I \ 1 0 . \\, I , ,H .•/ 10'11 I' I'\ 'I' i/ . .\ .\, \ '• , :�'.' °'' '° �•/ r\ •0'14\0/ �` 0 • I, 0 \i 0.0\ I \ .'i I. . r0" . . iI i1 r/i•a/ \ 1'�'1 / r'' 1'�I %•` r f L;.'1 '/�\'., / '1111 ,IO 'I I. r ''\ \',u• ' I./V\' 1'100/ 14,0',4 J,1 .1 •. • i. Ii' O�O •'1 ifI %N•I 0 /'ul I II•'11 •1. :'I 1I ,. • \1, \\ \L'J, .1 ,/..1 1100/1i .1r"I `'/L. i0f\1/`•iii',/ ,0 ,. I 0 r I ' I.\I i II' \'r. `\ 0Iu. 100 i i • !1},,, 0i 1, 0 1i I.0 '!"%, 10.''0 '. 0I\\ �'I,i/,.\. \f /,'\',\,., ri n `, '. itI ', "\'I.' • ". ..I'\ ' 0 %•,0o iI ,, •004.4 :', 11✓ \'.\' . i,l. .r0011' •'## '.0 ,, 1. M1•\ 0011' I , I. 1 f 0 • 0r l /'00%J \ /01% IJ \. ,i '/ I ! '1' 0 11 I . n, l . .' 1, L\ If 11\•' I I. •:rI I '\ ` ! ,I ,,00, ,I \ 'r .1 r i\• /\ 1 / i4n i/ r' •. • 001N, 0000"1 Ii 0141 f i I,•\\✓4.'/,� r" ,J,r 1 r`:0 ,' i �. iJ I1' q. I \.i . \.'0',� .r \ 11\ .\'rlil•\•j,\ ,i i/;\ \\/%I 1 Ir \ei,. 0. 00 n\'. '\ 11 „ u/. I. \ .fl . \ I'. .I.. 'rlr.\'� \ ..\ .\ /' •,', I,1I I r \ /, r 1100' \ \.1: /. .,\ r .I,. ,., , 0 \, II\101 1 • /'I r I 0 .1 10 I'\'NOON\ 0000 \ (, / Ir,\V/\.I \I \.r, 100''•1., `a\ /' ,/1 ✓ � 0"i' 0 q, r/r\.0000\ N 'i'.,V0,''.il , oil i, 1I\ .I .f \ 'r \ , i,r'.JII•V i,. I r .'I r,. / .r,r\.i, .'.I I 'i I, i'0 Ir\\ i'/I 0"1 . IIi,i1 ,1 '11'41000. 1.010 . /,I.I,1\ `•10 .I,n \ "/r\`r1 \\ \ \ 0001 0111 ., \, /. I\,'I•, r \ 0I \ I . .' / ''0 . \ . . I \ • \ 'I n\ I.\ No 1 . 4..' /�\ 0/ r . '''°1'N' ., ilu•,\i. / Y 1 . 1r' \. /' \ 1 1 I'\' 0 1. 'i •\\. 111 0011. \' p1 r0 \'//I. , ./\'. . \ \. I '0\'. \ f\'1 /1'//.\ /i II1 / ,,I 1 '.f �.•,I,' . I r.\\, .0 1 1/ •i " \ ,I �'\/0 10'0\4 \'0 ri \r00'01 1110' '\ II I /.• .I, \. r \ ILI ;. • .0000 ., i\\i�I. I '' ''ii:' 1.0"`%\i 1.1•'04 I.1, !I .'In %� 1, i'`1/ '':,% / .I !, `.,�;1 \.I 'r \/^'\ II\`'/,i�Ii, 1, '\..r r' I,\�/'�:1'/^ 1ONI'n\%^..'I`I?•'rI\,., f/i\\!f%\l ill `i r, LA Equal Opportunity Certification LI S. rL • 4 r • • • CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY BIDDERS NAME ADDRESS P. 0, 13c,r 13 G,7 GENERAL r'AYGTT9Vu.c, / ARKA.vSAC 7276 a INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NUMBER 5:- 14 I4 G 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 • -1- 1 • ?)40 14 I <iE k • r equal opportunity clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. • CERTIFICATION OF NONSEGREGATED FACILITIES: The federally assisted construction contractor certifies that he • does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certifies further that"he will not maintain or provide for his employees any segregated facilities at • any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the equal opportunity clause in this contract: As used in this certification, the term "segregated facilities" means • any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, relicion, 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 OF • NONSEGREGATED FACILITIES: A Certification of Nonsegregated Facilities must be submitted prior to the award of a contract or subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. • • -2- •_ 1 TRASNNp l.Y� Co RATED IRII .IY. I.,I".lycl r • G • • • • [7 • Certification - The information above is true and complete to the best of my knowledge and belief. Ru(3EN LINER Sn VIGE I�RESI.D AIIft Nam and T1t7 of Signer (Please type) ivy. .v l�ousMt3�2 Gr /.98to.:'�' .. == r nature Date r `^.;.-.. �✓may ���. NOTE: NOTE: The penalty for making false statements in offers is prescribe flri 18 U.S.C. 1001. -3- J L.faLINCO Lio5A TEo r.'�J ,l,'_.,l,'_.. 'I r1".P 111 I. r 10 C '7 Contract .J ._➢.L_..:caa6naa rEo L 1 f• l • A • - L CONTRACT • STATE OF ARKANSAS • • CITY OF FAYETTEVILLE THIS AGREEMENT, made and entered into this 24th day of April 1987 by and between the City of Fayetteville, Party of the First Part, hereinafter called the OWNER and McClinton -Anchor., Division of APAC Arkansas, Inc. Party of the Second Part, hereinafter called the CONTRACTOR. WITNESSETH THAT: WHEREAS, the OWNER has called for bids for the construction of Airport Improvements, at Drake Field, as set out in the Specifications and Plans No. FY862106 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 runway overlay improvements, including site paving, grooving, topsoil, striping, seeding, and other tasks as designated in the project Plans and Specifications for the prices bid in the Proposal, based upon the estimated quantities in Schedule I for Phases I, II and III and the reduction in unit prices for combining all phases, the total being Six hundred twenty one thousand, two hundred twenty • seven dollars and forty cents ($621,227.40) 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 75 working 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: L -1- Si J TED urtu eoc. s.r.nPouf r As soon as is practicable after the first of each calendar month, the OWNER will make partial payments to the CONTRACTOR for work performed during • the preceding calendar month, based upon the Engineer's estimate of work completed, said estimate being certified by the CONTRACTOR and accepted by the OWNER. Except as otherwise provided by law, ten percent (10%) of each approved estimate shall be retained by the OWNER until 50 percent project completion at which time no additional retainage will be retained 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 three hundred dollars ($300.00) per day for each calendar day of delay in completion, said amounts being fixed and •agreed upon by and between the parties hereto. Because of the impracticability and extreme difficulty in fixing and• ascertaining the actual damages the OWNER would in such event sustain, said amounts are to be presumed by the parties to this contract to be the amounts of damage the OWNER would sustain. Said amounts of liquidated damages shall be deductible from.. any amount due the CONTRACTOR under Final Estimate of said work, after the completion thereof, and CONTRACTOR shall be entitled only to the Final, Estimate, less -such amounts of liquidated damages. • If the CONTRACTOR is delayed at any time in the progress of the work by any act or neglect of the OWNER or of his employees, or by any other CONTRACTOR employed by the OWNER, or by changes ordered. in the work, or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties or 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 L -2- 1 J MED LITTLE ROC. s.vfnfnuf ci • hereunder; or requiring the surety hereto, upon ten (10) -days notice, to complete and carry out the contract of the CONTRACTOR, and in that event, • should the surety fail, neglect or refuse to carry out said contract, said OWNER may complete the contract at its own expense, and maintain an action against the CONTRACTOR and the surety hereto for the actual cost of same; together with any damages or other expense sustained or incurred by the OWNER in completing this contract less the total amount provided for hereunder to be paid the CONTRACTOR, upon the completion of this Contract. This Contract shallbe 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. • SEAL 'iCl.4nton Anchor Division FIRM NA APAC Ar ngas, In BY: 1 ` ITLE) Y • y ,r`s ' '\ WITNESSES::'` • MtCUNION--/A�NC♦HOR D Iojl YJ 9PAC•Arkafls 3 106 • • City of Fayetteville Fayetteville, Arkansas. BY: lyii John (Mayor •- .- "AiTESj-2tA �.r • ty Cler'k7 • -3- L ® £d ATED 'flit iota LrRt[Vlll. �n Ia1 rallo.l liate Eltr Till'' R hr I \III 'I,l■ NAME AND ADDRESS OF AGENCY COMPANY COMPANIES AFFORDING COVERAGES United Service Agency, Inc. LETTER Post Office Box 11765 A Insurance Company of North America 0 Lexington, Kentucky 40577 B INA of Texas C INA Insurance Company of Illinois NAME AND ADDRESS OF INSURED McCLINTON—ANCHOR D Atlantic Employers Insurance Company A DIVISION OF APAC-ARKANSAS, INC. E %P.O. Box 1367 240 NORTH BLOCK F Fayetteville, AR 72702 G This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. COMPANY POLICY Limits of Liability in Thousands (000) LETTER TYPE OF INSURANCE POLICY NUMBER EXPIRATION DATE POLICY OCCEACh URRENCE AGGREGATE GENERAL LIABILITY PERSONAL INJURY j INCLUDING $ $ A ® COMPREHENSIVE FORM LAB 26605 12.1-89 ` BODILY INJURY) PREMISES -OPERATIONS PROPERTY DAMAGE $ $ EXPLOSION AND COLLAPSE L^J HAZARD X1 UNDERGROUND HAZARD ® PRODUCTS/COMPLETED OPERATIONS HAZARD PERSONAL INJURY, CONTRACTUAL INSURANCE BODILY INJURY AND BROAD FORM PROPERTY PROPERTY DAMAGE $ 1,000 $ 1,000 DAMAGE - COMBINED INDEPENDENT CONTRACTORS PERSONAL INJURY 0 AUTOMOBILE LIABILITY BODILY INJURY $ $ I EACH PERSONI A ® COMPREHENSIVE FORM LAB 26605 12-1-89 BODILY INJURY $ $ (EACH OCCURRENCE) OWNED PROPERTY DAMAGE $ $ HIRED BODILY INJURY AND ® NON -OWNED PROPERTY DAMAGE $ 1,000 $ 1,000 COMBINED 0 EXCESS LIABILITY BODILY INJURY AND ❑ UMBRELLA FORM PROPERTY DAMAGE $ $ ❑ OTHER THAN UMBRELLA COMBINED FORM t e. A RSCC18151625 O B WORKERS' COMPENSATION RSCC18135929 STATUTORY - n C and EMPLOYERS'LIABILITY RSCC18135930 12-1-87 D RSCC18135942 $ 1'000 (EACH ACCIDENT) I i� V Y.Y•.c..+�,r;:.^.'.�e�ylN+�."''P,w'�'E'�"eb.R'Sb'�Q�i'4u�;.4,19a$1s6�e?�i;^fih'�I+ASK'1�,.K'.�v59i7F.Pm��3§�3P;$1�.�t� X'^S,'1i`:-."a--''.�".�'S�TG..r1'�'}'^-4X,�SQllc'aT,°'Jyr"T'+x.e$�i:�2YB� 'DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES Taxiway Overlay and Runway Overlay City of Fayetteville Fayetteville, Arkansas Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will endeavor to mail •3s UU days written notice to the below named certificate holder, but failure to mail such notice O shall impose no obligation or liability of any kind upon the company. (NAME AND ADDRESS OF CERTIFICATE HOLDER: April 23, 1987 City of Fayetteville DATE ISSUED : P City Administration Building Room 111 ��\"( 3 ��� Fayetteville, Arkansas 72701 AUTHORIZED REPRESENTATIVE A I 99343 (09/86) INSURANCE COMPANY OF NORTH AMERICA, PHILADELPHIA, PENNSYLVANIA l GENERAL 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 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 bond, 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 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 damagemeans the collapse of or structural• injury to any building or structure due to (1) grading of land, excavating, borrowing, tilling, 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 if 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, (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 (3) 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 furtherservice 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 existenceof tools, uninstalled equipment or abandoned or unused mate• rials, or r Cc) 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; i LD-9F97a Ptd. in U.S.A. Page 1 r C C • DEFINITIONS CONTINUED "explosion m iS" 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 cony 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; moMle 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 (3) designed for use principally off public roads, or (4) 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 vehicle), but "Named Insured's products" shall not include a vending machine or any property other than such container, rented to or 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: (1) the United States of America, its territories or possessions, or Canada, or (2) 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- tion 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 arising 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 (2) loss of use of tangible property which has not been physically injured or destroyed provided such loss of use is caused by an eceer- rance during the policy period; "uedergroend property damage kanrd" includes underground property damage as defined herein and property 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 therewith, 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, filling, back -filling or pile driving. The underground property damage hazard does not include property dam- age (1) arising out of operations performed for the Named Insured by independent contractors, or (2) included within the completed operations hazard, or (3) for which liability is assumed by the Insured under an incidental contract. u Page 2 `1 -.i.___ .rn.uror.vr.a,—til Ilnlflwar!NI Ill•Wl IU7PII1Ii e!'IIIIIIIU CONDITIONS CONTINUED 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 actual trial or by written agreement of the Insured, the claimant 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 to 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 thefInsured 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 contingent 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 loss 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, whether 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: and do whatever else is necessary to secure such rights. The Insured shall do nothing after loss to prejudice such rights. r, 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 estop the Company from 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. l - Q 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 (1) 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;properrtemporary custody thereof; as Insured, but only until the appointment and qualification of the legal representative. 10. Three Year Policy / Y If 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 I1. (a) Contribution by Equal Shares. If all of such other valid and collectiblet. insurance provides for contribution by equal shares, the Company shall not —r be liable for a greater proportion of such loss than would be.payable if each insurer contributes an equal share until the share of each insurer equals the lowest applicable limit of liability under any one policy 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-ofliability under this policy for such loss bears to the total applicable limit -of -liability of all valid and collectible insurance against such loss. - ""—__.... —x-12.Declarations By acceptance of this policy, the Named Insured agrees that the statements in !el Subrogation R the declarations are his agreements and representations, that this policy is In the event of any payment under this policy, the Company shall be subro- issued in reliance upon the truth of such representations and that this policy gated to all the Insured's rights of recovery therefor against any person or embodies all agreements existing between himself and the Company or any organization and the Insured shall execute and deliver instruments and papers of its agents relating to this insurance. cancellation r r '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; stating 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 of cancellation 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. /If the Named Insured cancels, earned premium shall be computed in accord- ance with the customary short rate table and procedure. Ii the Company cancels, earned premium shall be computed pro rata. Premium adjustment may be made either at the time' cancellation is effected or as soon as prac- ticable after cancellation becomes effective, but payment or tender of un- earned premium is not a condition of cancellation. 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. HURRY f. YT. Secrc4n y WILSON H. TAYLOR. President Page 4 gE�rrr____________________Ittltt111t11 r11�IW1�l'I nen, r II 11E 11 u, rl,&,.-+i 1 Lllir\ IJ1r6Yll.IL•al 1iAlrf. J. .m,Miu.AL .U. I. 1. I. G I. I. 1. 1 . `J 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. 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 Insurance Association of Canada, or would be an Insured under any such policy but for its termination upon exhaustion of its limit of liability; or 12) 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 amendatory 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, if: (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 possessed, 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 territories or possessions, or Canada, this exclusion (3) ap- plies only to property damage to such nuclear facility and any property thereat; 1. Premium d. As used in this Exclusion: (1) "Hazardous properties" include radioactive, toxic or explosive prop- erties; (21 "Nuclear material" means source material, special nuclear material or by-product material; (3) "Source material", "special nuclear material" and "by-product 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 li- quid, which has been used or exposed to radiation in a nuclear reac- tor; (5) "Waste" means any waste material la) containing by-product material other than tailings or wastes produced by the extraction or concentration of uranium or thorium from any ore processed primarily for its source material content, and Ili) resulting from the operation by any person or organization of any nuclear facility in- cluded under the first two paragraphs of the definition of nuclear facility. (6) "Nuclear facility" means: (a) any nuclear reactor; (b) any equipment or device designed or used for (i) separating the isotopes of uranium or plutonium, (ii) processing or utilizing spent fuel, or l 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; (dl any structure, basin, excavation, premises or place prepared or used for the storage or disposal of waste; and (el in- cludes the site on which any of the foregoing is located, all opera- tions conducted on such site, and all premises used for such opera- tions; (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; IS) "Property damage" includes all forms of radioactive contamination of property. CONDITIONS All premiums for this policy shall be computed in accordance with the Company'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 premium 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 less 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 necessary 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 In- sured's property and operations at any time. Neither the Company's right to make inspections nor the making thereof nor any report thereon shall constitute an undertaking, on behalf of or for the benefit of the Named In- sured 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 records 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. 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 for 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 sufficient to identify the Insured and also reasonably obtainable in- formation 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. (b) It 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 Com- pany'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 obligation or incur any expense other than for first aid to others at the time of accident. Page 3 INK INSURANCE COMPANY OF NORTH AMERICA, PHILADELPHIA, PENNSYLVANIA GENERAL LIABILITY POLICY DECLARATIONS S GLP G0 66 33 35 3 Named City of Fayetteville - & McClelland Consulting Engineers, Inc. Insured P. 0. Drawer F P. 0. Box 1229 Fayetteville, AR 72702 Fayettevi l l e, AR 72702 The Named Insured is: • Address ❑ Individual ❑ Partnership ❑ Corporation L ❑ Joint Venture p (Other) Policy 12:01 A.M., standard time at'the address Period: From April 20, 1987 to See Endorsement of the Named Insured as stated herein. Occupation: N o . 2 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 E. 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 ( Each Annual ❑ Manufacturers' and Contractors' Liability Insurance Period) ❑ Independent Contractors ❑ Completed Operations and Products Liability Insurance ❑ Contractual LiabilityInsurance cx Owners' Protective Liability 1,000,000 1,000,000 1,000,000 1,000,000 ❑ Insurance Personal Liability Personal Medical Payments ❑ Comprehensive Personal Insurance each occurrence each person each accident ❑ 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 0 Personal Injury Liability Insurance general aggregate Endorsements attached to policy at inception: GL -109 (OCP), Endorsement Nos. 1, 2 and 3 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 ► $ AS AGRFFJ It the Policy Period is more than one-year and the premium is to be paid in installments, premium is payable on: Effective Date $ 1St Anniversary $ �q�� l�/A% U��n� �� 2nd Anniversary $ Countersigned �� 1'� b�I/� Authorized A nt 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. LD-2E02 Ptd. in U.S.A. INA Named Insured City of Fayetteville and Endorsement Number McC1el1 nd Consulting Eng'neera, Tnr._ 1 • Policy Symbol Policy Number Policy Period Effective Date of Endorsement GLP 60 66 33 35 3 See Endorsement #2 4-20-87. Issued By (Name of Insurance Company) Insurance Company of North America Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. AMENDMENT TO CANCELLATION CONDITION 1 The second sentence of Condition No. 11 is amended to read as follows: "This policy may be cancelled by the Company by mailing to the Named Insured and the Contractor at the respective addresses shown in this policy, written notice stating when not less than SIXTY days thereafter such cancellation shall be effective." 9 i fl nkm 4-20-871 ' CC.IE1S Ptd. In U.S.A. Auth Agent INA OWNERS' AND CONTRACTORS' PROTECTIVE LIABILITY INSURANCE COVERAGE PART • ADDITIONAL DECLARATIONS Policy No. GLP GO 66 33 35 3 Designation of Contractor McClinton -Anchor Division APAC-Arkansas, Inc. MailingAddress P. 0. Box 1367, Fayetteville, AR 72702 Location of Covered Operations Taxiway and Runway Overlay to Drake Field, Fayetteville Municipal Airport ❑ 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, if any, which may become payable under the terms of this policy. SCHEDULE COVERAGE FOR OPERATIONS OF DESIGNATED CONTRACTOR Code Description of Operations Premium Bases Rates Advance Premiums No. _ B.I. P.D. - Bodily Injury Property Damage Cost Per $100 of Cost 3 = 15292 -Construction Operations Owner .$621,227 (not railroads) -Excluding Operations - on Board ShipsI. Minimum Premium(s) TOTALS $ $ TOTAL ADVANCE PREMIUM $. AS AGREED When used as a premium basis, the word "cost" means the total cost to the Named Insured with respect to operations performed for the Named Insured during the policy period by independent contractors of all work let or sub -let in connection with each specific project, including the cost of all labor, materials and equipment furnished, used or delivered for use in the execution of such work, whether furnished by the owner, contractor or subcontractor, including all fees, allowances, bonuses or commissions made. paid or due. (Over) GL -109 (OCP) Printed in U.S.A. I. COVERAGE A --BODILY INJURY LIABILITY COVERAGE B --PROPERTY DAMAGE LIABILITY The Company will pay on behalf of the Insured all sums which the Insured shall become legally obligated to pay as damages because of A. bodily injury or B. property damage to which this policy applies, caused by an occurrence and arising out of (1) opera- tions performed for the Named Insured by the contractor designated in the declarations at the location designated therein or (2) acts or omissions of the Named Insured in connection with his general supervision of such operations, and the Company shall have the right and duty to defend any suit against the Insured seeking damages on account of such bodily injury or property damage, even if any of the allegations of the suit are groundless, false or fraudulent, and may make such investigation and settlement of any claim or suit as it deems expedient, but the Company shall not be obligated to pay any claim or judgment or to defend any suit after the applicable limit of the Company's liability has been exhausted by pay- ment of judgments or settlements. Es I i Cason$ 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 (b) to bodily injury or property damage occurring after member thereof but only with respect to his liability as such; (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 Ill. 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 Idl to any obligation for which the Insured or any carrier as his insurer may be 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 dam- e) 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 employment by the Insured or to any obligation of the Insured to indem- more persons as the result of any one occurrence shall not exceed the limit of nify another because of damages arising out of such injury; but this exclusion 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 (O to property damage to property damage sustained by one or more persons or organizations as the result (1) property owned or occupied by or rented to the Insured, of any one occurrence shall not exceed the limit of property damage liability stated in the declarations as applicable to "each occurrence." 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 (1) 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 flamed 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. II. PERSONS INSURED Each of the following is an Insured under this policy to the extent set forth below: (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; (g) 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; IN 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 ad 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): "wick" 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. INK Named Insured City of Fayetteville and Endorsement Number McClelland Consultinq Engineers. Inc. 2 Policy Symbol Policy Number Policy Period - Effective Date of Endorsement • GLP I GO 66 33 35 3 See Below 4-20-87 Issued By (Name of Insurance Company) Insurance Company of North America insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. 10 POLICY PERIOD It is hereby understood and agreed that the Policy Period is extended to expire on the latest of the following dates: (1) at project completion (2) at date required on job contract 1 (3) at date of acceptance of job contract by the Named Insured nkm 4-20-87 CC -1E15 Ptd. In U.S.A. INK Named Insured City of Fayetteville and Endorsement Number MrCle11 nd Cnnculting Engneere, inc 3 Policy Symbol Policy Number 1 Policy Period Effective Date of Endorsement GLP GO 66 33 35 3 I See Endorsement #2 4-20-87 Issued By (Name of Insurance Company) Insurance Company of North America Insert the policy number. The remainder of the information is to becompleted only when this endorsement is issued subsequent to the preparation of the policy. EXCLUSION (Engineers, Architects or Surveyors Professional Liability) '_ It is agreed that the insurance does not apply to bodily injury or property damage arising out of the rendering of or the failure to render any professional services by or for the Named Insured, including (1) the preparation or approval of maps, plans, opinions, reports, designs or specification and (2) supervisory, inspection or engineering services. P nkm 4-20-87 ' CC-IE15 Ptd. In U.S.A. OMd Authorl2ad gent r. Th Performance Bond :. IllC3i ORiTEO PERFORMANCE BOND sf. KNOW ALL MEN BY THESE PRESENTS: •That we McClinton-Aq�hd<r, ':`c}Di 2n O.p� of APAC-Arkansas Inc. a Corporation I• called "Principal" and INSURANCE COMPANY OF NORTH1 of PHILADELPHIA , State of PENNSYLVANIA hereinafter called "Surety", are held and firmly bound unto the City of • Fayetteville, hereinafter called "Owner",&in the penal sum of Six hundred twenty one thousand, two hundred twenty seven dollars and forty cents 621 227.40 in lawful money of the United States, for the payment of �$ )P Y • 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 24th day of April , 1987, 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 shallreimburse 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. -1- © CO X128TED tint, mock FAf M6 I. PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim j 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. Ilb IN WITNESS HEREOF, this instrument is executed in six (6) counterparts each one of which shall be deemed an original, this the 24th day of April , 1987. ATTEST: • Address ATTEST: •. (SEA ( urety) McClinton -Anchor Division of APAC Ark as, Inc. Princi al Title MLCUMON-ANCHOR P. 0. Box 1367 yCttc�"!'.C, Tr' zasaE 9b. Address - 1a7 r. u. Sox 1367 FAyetteviiie, i; ,,,�L• "S 72701 INSURAN c� o • Witness as Surety Box 511. Little Rock, Ar 72203 Address 1 By: -2- L 7/770 F NO Jack East,.)!P. Attorney -in -ad • ® TED L17LF ROCK 4uFTFyIIF J • S 0 0 • 1• POWER OF Irs:.rarce Company of Nohn America I ATTORNEY •' ` •\ •__ ......... 1 r: ' ' Know all men by those presents: Thr!r INSURANCE COMPANY OF NORTH AMERICA.' (:4r:•':;cwai It RI.11 •.'1.'In!r .i'1.' :. Id•� Ili a 11 1 ii! I•.1 1.111.1.% 111 y "i I'I' 11311 i:r 11 IIII• II..,... I. ` fI yir. .1 9 JI.II•fI �.. 1.!1 J'It •11$ : by :111 H 1.x11 :` r ' 1 "1! n1:.3 ::.1r•Ci1:1r • ftl.: "•^C'I•"1• III41 M: / e YO f .;A...., •r tl •O '..eo 'v'^n•R wOe O •n• •4 u••. !:• . •... ,..,..:.'. n•n O^n ••Ye „p•.••.o r•e eel, O• so• Irf I n\ 9 _s.__.l I 1 •\'! f1 L eu e• f•• ma •re ne.1 e• f • r.r PrffIOMNMry;#ferffelR YavRYsrEfrllrMalry'AMOIMfteardic1+MT heCWi M[Mb?M DeMI!bl Me'CamplOy.anTfna-e1PDo11nd\ 1 "e e. n:e w 11; re•..e r•e -- 54 :•'•w ':f mlM/glryY,lMraa1; t116 Nett10-W fIM1f!fE-IrllinfeogffrY OY[MLNpolte 9/ereleM#'eT'Y.AffiftenLCerDorete'$eeKdw:6fen0. •IRON • •••e, r•.,e •e`.1M e••rfY:••• f fflQMtg1M'S uti NV.vPtHMenG`uY'Ylc of Utu MLOwtw, onbflfnl 4¢aP[NWam meY eoppnl'eiq euNRRSLil11^O11tiI�nMlbr: e.el a,: rO.yll el• 'Y '•.Y e•• e•• •r• . ye 'fNl gfo`elee11t1 Rr f.' tD IM#efmm0e W audisYCD 4rt11nyf M twordi l ttte COTDeny eM 16,4111% the"Fei1\el Dle eomDefor 1RNelei' '.' r 1v 4.1 • . .eel • • O r •s' • a !oe : .fl )'.Wbe;if MMmodoon'IM 4IXI1Ds* i .ny ciOPee tnnogKspned dyl" PreeNent end e1Hst"10Alrhle`CoipIXOta'$enetnl'.t r 1 TMLpeebre dlM PreMtbM: a 1N$M..,V ce'Pn .a.nt or r oc. Grasp.abo..w Ms,i11M YW PrnidsnIantFMe eeel o/1MCIompenyrney b. srnddby lsC 'mrle w. eygoei pl .110w.,: 1 \`prenleE ooreoelh'b,IM neeclWgn;.fndlMVpnen?. ots .n 1Y1Dy:oMicr &,O inhi aC1YMCltTdlnY meYM .ti edG,•taoe1m110:b,flly,cMlfluN Of efry16dc1i 0o'.M', ind enys cWpowero/ tinmce/w bnsno eucn IecHmA. slPlfovs eM-e'serened W reYO end de1IX^o aR iM'GompeoY ;✓.. v // `/f/,`,\ (�e��///'�\\$ucn o1Rw 011Kere GZ tMNcdomeard �11o%ttMnOYe'�fieolMnRdNe-eulneidY1lo caTry:0• n Yehry coloss'M:1M1 BaeoN11M:;[tte St te4e o1 th.CgtOIfr AndmM enlderi a ir<IXtl olf the //�..'�\V/�+!•IcmGMy MCYewblle MKIWW WtMI drtW �/\\ \'0 /�`�/i�`/ ,\rq. i.• /l `,4\\I' ;"•NON I�/≥\ ,M DeefdD� d din' �f NIp50oe0;nM(Mte elry 6e I. N. eIXYpNnbJ dr Bleelu[MnO prlMBaerd•M DHMOD'edddtt00q JungV. B6J:'MeYQ&/18i5•e1W Marcn'11�t8]'! fJ� {1 �1\V//\\"•'.\\r/ \. /.�.\2,t' .. J/!\'!� \ .\/ ..Q \" ♦ i \..//n \` F1\/d0es,t eteby,:ndm!naIe;conititute,and 5PP•o'i .7F1(X%EAST,-,n3R..;»DCSI�ILD R.:;HENDEI?,C*M wide,JUDY;>F•RRffi Sfd",all,:% 11 . y\\of' itYe -.Rock costa .. ......• V2/- - —= - - --A:, 0 • /� \I r `O \\ t^.\.... n\�L.. f' / '.:i/..\\r/C :v i\\.,'J •,• 0 __ -\ ' . r r �.— —_ •_ ___ 0•' r • • ' 1' 0 ' ••... •. •'•. ri .. I • •.—... • / 0 . Vi1 111 • .. .I':'11•J:1 .'11 •.I .141x. : '.1•'a.. :1`w'.i I"i': d, .. ',.I Irr' :' •. 1 ' .• 1'' • 71'• •.• "• 1:'•! :. .:^ . :l" X •:' I. •I- J .. / •:, `•, -• r • .., .. ..y all i. : 111.,.. w •.. '•,.'::• Kit 'u1:"I• .1': d•I. :1 .; . .• 1 :'I!'. :: '•.i • I 11•'1;'. Y 1 I . . I .r,. ..11 I'. 1.' 14.^L' '1 1 J, 11"w ,`1:.11"' uY uI•I I, 1 1 1, u:. ',,:. • //vA/jAAA �/\.✓//v A/ A�/A�/4VA`• Jew /� :Vv�/./ Ate•//. �,/ V'//^N,/jA,/%,N%/ IN re 'ES here$�WHEBEOF{the/saldiJChn,6 vFitzgerald//Jr vY/.ice Pres!dent'has unto/subscribed hle I J ';'.,r.- <,t 'L - Nh�✓//..Yi,�A vVr 'vr /v `r// 22rid vrJwA,. /v vwr v" Is I tl s ''a INSURANCE COYPANY OF -NORTH AMFRI(A ht$ • r �'1 1•.a.. 1 I •.., •, /n •/ ,INSURANCE COMPANY./OF:NORTH>AMk •14:.t •` 4. �%\sir\\if\\'�/�V P\+b�'. / ♦!N 1. _ /" / l ' Vf4.. / �iA'/�'\v�^ v w/^vJ/VAV ♦ / v� /^\�. r✓n / q v/ A vU/ AI a. +\ M�• .•nr.' I ENNS'ILVANIA"' ` O iNN ' \.♦ . 1j/// Iv ' yr\ I . .1 1. 0 II/\\ . y ':22IId \\/ / ' `/,l C$ol .. 1:.'. :: :. ! T( MIl 1. ....r re .: ,i'_; the Commcfnhiel- • 1 .r••...., 1 1 .1. •:1 1:1.11• ! ^I : • 1 tNSdR.t4Ck 3 . ¼-_'%COMPANYOFNCRTH AMI IIICA "'•rI .'.•• •r 1 / . I •' • • .• •: • •' • N • 1:'• . I . •• •.• I. 1 .iwl. , ..• y.: J .I B. r Ole ..r I I• { II. a I:P•• I - ' •0 'n 1.'i/' nu.., . 1': x,11111 nlli.•..IY...•1,'I'IF is I. ..Ill' I... 1 i 1,.1. 1. 11•:: r,. .d.i••.:'.1'• . . .:I. • •1• .n.•r:'i'•. d11i'I' 1i (1' 00 .11:'.•11 •:C . ry+I �IIr`1I 1 .. I :P141"1 rO a 11 Y1 ui'/11•1 '1. 1'1 p 1 I : •' 1 u •. , /11,' , 1 N 1••t' •1: I1,' / .•I' • /; 1 I .�•Ik1 , Saldi.('.b!tlPafiy'rrefer\d/f,0.1/1;![le-.I1[e •. 'I 'tsJOMY/f�YOfCC ✓Ji ��1 OF.Yhave e• reuntaset myhandPartQ,aff!zed my-aif!Cla eaf;•Hf]h-.• •. a . 1;"% r ::al , •Year f lrSGa OYBI I•-�t. :>t �/ / '\\/. \ s U '\ SQtM T .C,t:EV RDh7 r d:I1 \` 4..I-- 4_w'�Y \rw.,kdd• !/,. �` vA�/ vvI/ A 'J r / r .• .• .111�A (EA '1,,,,. '`�• �.... { Jr .. / r`•J V u• 1 • ..1 I•COMPANY OF NORTH AME•RICAN ^^ I ' , ly 41 //`' 2O � ` '4 1 0 � ��'• "• T�.Ip l pxd�� I . INSURANCh CR I n•!' : ` 1 •y •:^IrI ^11` 1111; r,,' ;:�.I - 1,:f• 1111 0 Oil U. I I l,!. 1,1 1 1 r: 14. 1: : .. •:•`t•I •.11114. 1{, 1•. It, i (` it:l� •P:11:fir• , u•'i,..911 • 1:1•Y11 .:IL1!I:r•^ `I!lor,,fi•.n1.. Ii I • •{1 ilk RON. •d•ul'. ilI' il.y 1.'.rl: 11.41•. I r 1.. !.e L.u'/. •.I. ii. • •1. { n 1 I. .u. nl : -------------, I' .. • ,ya ... • . I •' \ . 1 q r/. \' 'Ii \ 1 0 J 1 • ..• \ .• . • •I I . . r 1' I' I, . . — I. • ..... Yom/ I I I• /' 'II ' . ; ,1.r rll' Y.' :Iyr •• I 0 `'^ I 0, .. •I. •r r.r ,'I i• • it • •1\' a. \i \ J 1 . iI'•1./' ',n ;. \'r, 11# • 'r •I n 011\1• r rI\.r e. rl.0 • / \/. • I •,.ON\ / ,I. • '/ 1�1 •r t I/ •./ pi I •/ 1 1 1 rNO• 0 • '. I b '0 i. r . \e / i\ r r 0 r '/1 . . I 1 0 / 'I' a le /.1 \ '1 • • I :'• 0 • . / u• .• ' 1. / • / .1 0 \r .•' 'I • •1 \.' 1 'u /0,5 /\ I,'.'\' nl\. ,0 i, •'%,• 1 \.. 0'r .I I II 0 • •I I 1• •y • iI ii. I• 51/\1/nY// .i •IA• r\I r IY \•1J/1\r'I'• ,• ,ri ..1\u •d •'1J r. . r0 I 0 h ,•o r :•../• / I rs'', rl. 1y/ nI/iii?' 5 \.I \i r ••/• I ,i 0 i/0, I.r 'i'/:1//• ,'/,. 1• 11'5. 1\. • 'II J 1\ . r'1 .. 0, 0 I, .. / ' //'1' •./rid' 1\ ,'\/'� 0 11'0 I //1I 5r n r Th j Payment Bond M • "REL FnQ U Z.iLoSm GJa�7:o� c0 1 PAYMENT BOND KNOW ALL MEN.BY THESE PRESENTS: That we of APAC-Arkansas Inc. a Corporation � B79P9 F9,, F� , C McClinttn.''.Ancho4PC� Cu'ision C1 9 ivra?ftI filled • "Principal" and INSURANCE COMPANY OF NORTH AMERIC 014'ty tto of PHILADELPHIA , State of PENNSYLVANIA hereinafter called "Surety", are held and firmly bound unto the City of • Fayetteville, hereinafter called "Owner", in the penal sum of Six Hundred Twenty One Thousand, Two Hundred Twenty Seven Dollars and Forty Cents ($ 621,227.40 ) 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 24th day • of April 1987, 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. 0 -1- ®Z TED LT LI.Ma s .vFi7FVpJ fl fl :7 • _ • Y 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 24th day of April , 1987. ATTEST: (Pri Witn€st as Address • ATTEST: (SEAL) Witness to McClinton A APAC Arkap≤ Princip By: 11�t M6 CUNTON-ANCHOR Address QQ _ - APAC-"E nw nc pa 94 P. 0. Box 1967 Faye";e:w st ui4; &S 72701 a! Box 511, Little Rock, AR 72203 Address INS By:/ ior Division of , Inc. WtCUNTON-ANCHOR ,Division Dl APAc-Mansas i - P. 0. Box 1381 Fcyriicvliic, Aihmiaaa 72701 urejy Jack East, JR. Attorney -in -Fa ThVL"os s 1 ® 66kTEo uniuoca ..rmevan I\ y . I, • r/ '''0 ,r ". •,.. r .r r r rr .. /r1\\. • '/l a//.r 1 1 'JAI I' /..Ir ,. ,l/r rIH. /,/h L\Ir ,IIrL b I' /I\ •/ '. /i .\. y\r/%.\/.. .rl • rI ' ' eI /r r. rI• .rl //.''•//1, 1!\'I.I\.I/V/II'/i.,., ;P\ / , ,II•r/' \,III\/'1\/�'•./r •\'Vr/., I•Ir1 r I.%. ri r• .I .�I r/ 'ir r„ • •I. II"\ .'I' \ r . 'Ir\ /.\0 / • I'NI'• \r/ \ •I� J� I/ Is/ I\�/y�, `sf % 0 ' •\'/, 'i...� J.r li',•1 i I./I, r /, •/ I' r I y•• rr,/i.l \.'�'.•I r 1i/.\, I./^'ii. r0 %NO0 / POWER.O., n % i.i s� er<:oe,pa YI /Fhf.l r'ATir a /\• ;\11' •rN.\.I r `r rI "/.'ON. i, r/I',./o, NoO I n Iq rl 'n •1• nn I r I \,,. ,ATTORNEY ./ .r/ . ... r 1 , /, .: I ..\ ./I\, f' nl\II II. n. "', ••.. V' / I,r ,./,v/Y✓•Ir Vr% r/'/I'/j.' ..1 •.\�%I �.I\'/I/. '�4.rI' • /..,/' •'/' ZI.1\'r/. ,'//\\. '• r.l /\''%1 `r \i'/L,./L\,,/,1/// •�/. •,• I.\.I.\\,11\, i \ •\%.\ .I'. •/' u'/ r, r \I /„ •'• I. '�,r'\ I1P i\\ I `// 001 rll, ..I\\F/ \•, i'.`I ILI I''' /'r 'IP \. •\`\ .I',,I /' •% p. '''\`^i"IoKnow all •menlb 4heso4 resents: • INSURANCE '• COMPANY' \ I /'I'n`• •'/.': 00s,..1 1"`''�I' 'IN ;r 5, •l'., , r, i. ,''Ir111 YI r ,,,P • II•I, ;; rI,,. ,.. /OF,NOri1N AMklil<:A .. I•,', . •„^ No 0Ili'1: •Ir..'I I. .i11:...,., • \' 11'• .• •11 'nn , ... .1. r. 1.• ..n •i ./ In \.r l�• .. L•'I. 11. q1 .,'I 1 1 I'1"1 ,•ia '•Li, 61 ..'lli.:'1'•Iq.l:..l 1 L.I•'' I'A •1 ' II1'•I .Ir .//. r rJ.I , , I.• ` / II' ''•r .l II 1, .'1 r 1 0 ,1 J. •J.r ,I ' %\ ,/ 1: is1 1 IP ..I,. 1. r. 111.. ,. r: ,11 r.l• III• . 11. ....Ip. .q •... 1..1 �1e.//o rl •rI. 'I r /" I II. Jrn • •1 O'I. ', /'iil/r . r... . 0 ,/' •1.1 1 �1• ' ul II I.. / 1./. 'r0 •�.' 0 '. . .111/ \rr„1.1// II,, •',! I\ /1. // .n .r0 \A.•II L,I\, L\• 'dl' Iri1.I /n ,I,,I`I. ./ Il r rnl. l\ % I,r/ rl.. .' ./'.•I. ,r /; I. I ..r/\'I: I:///•..�� \ I I . . '•.. . • •• .. II. .. I! .o• • . 1, y• • r '!fl•I .. • ! • PI• f. • 1 J or I. • ! f 0rl 0111, a r•✓Ir1\/.. II / •\,. .\. 1 I //// \.. .I' 'r .I., /I••/%,, ,n•. 1 I/1 ,.• I'r , 1 .1 r/I. . III•1I 000 I.6 .r /\ //, /I '1\ \.' n` „i\. \r li\'1. .• •u . '.! Y.. •!• V. •... q ... u.\. .n.. • \. . . -I.l I ' •: :Y IIn r . I. , NON oil 0% n •olio .1.c • u I.1• ••.. no III• • • • \f•. f. •I fl • /...,•1! • •f' I • • •' u•• •r ;'I\. r'1 a ' , •\. 4 . /, I r•\ r \\ I .. ,•'. r. 1\//i• r'! .I' •' o II •.'•• • f I. 4./r1. �1 /•. p11010 .r 'I , Ir • \S#''l/ I' ,. .•.I n• •• ,r I. do.• 001 \II . I. I \ '.f• ! ;• Y1�'. n. •/• ... • .•• i .• ! 0 ' . ! •Yi' / . /'•., .. I 1. •�'... •. • .. .in y VI i •%',V./I\'r.\ 0 I `I.I 11q' I\ .\/i /. /. \Ir .I/ \�`\I/ \/In .. // . . • / I o / I Y . I . .1 . • .1 I • .• • • .• . I • . . P .#\00'!,.1%,,p f /• i Mile ' '• • •l r rl• / , Ar; 0I. \Y ,1✓/.\ 0'I ,.'I'.•!'/'. \.r rr', \.', ,'.'s .I /I. r \.IL`/ .. I, I,I/ ..•.1 • •. Y .Iy r.1.\... 1. . .. -\/ r. . I . '. ! ... I. ' ` •.. '\ �'• •,I lgrl •/noI I/\. '11. ./ • •. r.1 /n '.00o 0'' I n\ I \ ..� • ••. J .:�... fl''' n . 1 ..1"1...I/, I• •/ •J./{I / .•' W, n . •. II i•.. .� .'' f I. 'r.1 1• • •\. ... .I•'r. I. .. r •I• 0,•%,• /;'rL /'\i \I '\/�• .' 'I/. . \,,/II,I/Ili•• II 'I.\'r/\'/ • /r/ -I ./i'. .//\,# \II/,I''./\I/r. __ _ _ •./\b%. ,' .rI..I ,.,. .II ,1 ., Ifl{11 :I. 0 � i .'.0 �..`/. 1 .\ 0 I i 01 " - i " ..I / 1 q\\l/ ;,'.\.I'/•,li'I I` r\\/I %o, I\ / 'r •ON r.'\.' • / r. 1 0 .I 1 /, IN 1 / •NO r YI 1'%/'I//1III•�/I I.Y / 0` r I I% \ .'/ /...•I . 11• 'rr �I • /\r rl. \I/ .�. '.1 \\. H./''p. 'l./Ir .I/.I .fi/ i....n01.1• \ 0"I\.` \Ir ./ / ..I.. I';1.\'•I/'\.. './/.I.1\';\\./\ •\/,I ,� YLI\. ,. I'\ '/I I. \... I/IVI 1 .,\ I". •r1,.',/..P\ri.Ir\/1/,....%''• • `r, .�I\. .I,I.I,r\.Iy'1 0' .//'\\r../\\.r/'/ ,/, .= 'r'\•'1'r'n \. Ir/' '`',/\'n • %/✓Ir'\.I� I.l ii.,•i,_'.I /`,III'1 ', ,`.I'r1r— 1"'•III, .'.\L1/,, __Oi/�.• /�\rois NOi'r:, 1 • . • I \ I \\ /' I\/'/ /.1.' '1 . , r ,\ . rrr . . . •I• .. ,I. 1 ul•• . • .A• . . •1 ..1. 11 ,• . •.' r .l. '.• .. •'I� .1 . n. Jr' . '..b,\n 1•r • \I. \Ill, er/I.\. 'I,.'In•...0 .I.\\� .nII •.I 1 ..I N ,I i \ I..I III Ar , r .. I• • rrlllr .I 1 , "r \ ' 1 1 ' III' 1,0 . \ , I,' II • . , I I. I ,11. •I I • A 11. . • r L.1. I r \r/ "%/. %Tool'/1\\//I.,.!,I I, 1.'Ir ' ,\ •q'\ /II,.I / \/�,'./I'r. .. I 1/1\,./I/'\r...ilr. r \I"I: \,'.I ,',,, I,n%� I a / .\. r. rr \ /Ir1 . / 'n ,' \.'r n. / ••\II '/.\\r.,l I/,\. ,/ rrr / 1'II1' ./. \I y, ,\\r '.1.1 •'•'i..• •/..• 11, 1•.i`'I. . ., 1 .III'/%,. .1 '.r. .r•r'' '' I. r. rl./r• • 1•'Ir ,I .rI Ir\J1',•\\ 'I ' 1 INSURANCE .COMPANY,OF N<R11•.1MFPIC6 .'.' //,' \2' V'�" i `/// \1 '.I, .I'r l i,r Iu , Ir l.% / / . r/lr, 1L'.I/\�,. r\r, r1 'I I•.•.I•/, .•.I /'rr\\/.O• o' 1ro.\ \r• rs% . r I. I'\I.;r e.I \y1. .. 1' .r'I 1' I .1. pJII I ,\r"ilI%' I \•`/,rIhS1I:NCE frWANY r ! • !///('1/ r /\ • r orN11R111 AMf.i l\.A .r. Ir I\'r 0 O\'i. \rIl/1/I.//'Ir°'\\!I/1 / ,L\I,I/\\yl\li#/n'�'r\1 { y\\i1ILI/ I.I II// /%r\.I ,y\l',I\I0I',/./ n. // r.r1.I. '/. \Ir.\1 /. II�I/,.r . ••.i rII/,/I'\I///Ir•/II/;r/\r/.r1 ../ ,. , M,I.//Ir.r,/. I..\I 0Ij1 'f•I111 . . •I.•I. I, .,' ./' • 1 %\\/.I\Io ./ \./. /'•i./ �I •.1`1. • •I:, ./ /'\L\. \ I` II ,' UI ,r.r/% /.II•I \/.0,,l 1,'rIl •/ I, . /\, .I'r r , , .,'IV41'I. II.. n/.I. I. Ii rI• \'%0 r\••/i!,'Ll ,i.\'V%r•\.Ir, ..r\�%.'\\II\'rr b/••.iI".1`I\/11,.,::I,I\i i!: .'`I•.II.• .I•\I•I!. r �;ra lr/I /I.\.. rI\r ..', / I\\•I'o ,, o',\%,rr .IIII 'Tel I1•r11•: ...I ... I .''. • '• 1 .y.. .• . 1. •• 1 I . I' III.• .I1. 1ih• HASL" YCl/I.\ II I rIIn 1 /.n I I. 1 'I . r Ir.\NOPII'AMIIiiCi.' .'L : N •'/•1AI• IIn,/:1rIII .1 rl.\'/. ru//\/ 1. ,;/I\'rr \I ,.:,\II rN %r,\. ....• .I/ `I• d . lI• n .1 ..n I I.II" •I ..1� • 11 . I. 11. I. \. .r �` I.I.II/, .\/.,1' II. •.'/I I •I\I I .1I.i,•.1 ... .Ir• 11' .,',\\�,/// //\ .IIr,..I//I .II .n11.. I .'.. .I1'i• .. .. .1 1/I.. rIII0 :I'. I•II. .,•..• III 1 r'�!i •/' 1\/I\5 .', e.'I'. ..IIi1/,'I • . I.. Iq••• 11 J1 Il . /. \ I /,1 ' I.\\/ , , /II' 'I .. r a I `//. ...1n ' r1/I ,n\\ I \I1,. •6 • ' I ./.,\/. I%`.II,/"I,\'.I. .11 I.. I .I,..::r III • I •' I.\I• 1•• %I/\'/.\'1 .' I/ e . r/\I'"•P"I1II/1\r1\i(\^/(I\ •I /.Ir I/l •1/',0 /g/I.II! //`".,I /.i, r♦l 1I, 1I\'.1 ti 1•Y 1. I7 \ \si , , 1 1 1 1 I .r, r.\r.., • •,\�S,/ �It 0 Il r\V%.Ir�•'/I�r•III/1•,\.i,,'JI•',\�!,I .u/III�,\!�1`r�11,..; \• ,./.\ / , I'/Ir 1. • •�' . 1/.n ` \ 11 ,�. 'I//I.I 1I'`II ./rr I ,', ✓Yvl ..iI"/Ii'\ .1\IP\'nn ./I. %I. .l iI. •/: r''n\II`'rl0 •`I. 1 'I..\✓"/.'\'I I.I N \ /I r00. ' r' .' ./.ilI I.5 r, IQINSIRAh<.E COMPANYOF.NORTN AMERi(,A. !'•I:'1, ":•'I I•u1 Ijr :•I ;I I\''I 41 1 ,.\ .' I1 I, ./ I • I,r/ 1I/\.lI 11 I :L'1 .1 1 1 • ,1No11.II '.`.II r.'ri�I \'/\`.1. \1 '\ I\ I .'. • ,I 1 r.I•'I11 . / 1/ /I I/r",/II wl'I• •I r ' I.••,1.•r ;I.. \.I1.1.IY.1 ...pi 1 ..I•1.'1 'I ll I i.•'. 1 1 .I I. .I11`r . .'n1l'rl.\I Ir r\I0 .Try .I... .. \I r/n.1I J' /1./r . 'r/`'0. '\I' ,I.• yrI I/I./,`rel . .I•' ',I,.I , ', \'I/u .. ../, V ,I /'I"I/1•/I. o r., •\ 0 r 'I '/n` .\ r I ,./II ,\ I 1,'I, ', I • \ J1'/.i 0 I\i.' Iir• : In. \I•• .r \ • 1 rl`• , in I \ .. Ir '' / I \r\ I • • \ 'I 1I\ .r I. C,.•.y/. .. /•r / .\ r.. '\ e//I.\IN' . '' 1II .ln• /I/ .4F ./. II,• . ./ I I '\ /I'. I" 1 I \r,Nu /•IIr •n Ir•\I,,I,'!,,,//..'1' .Ir.,i ; In\ I,/,I1 •Ix / 1 I/. . .. .TIli '•� r`'iI I,.I.I- nIr , 11 r'II.. �,'.1II'\II.' II\'II, InI/r,,rI1%\.,.II/II`, ./..•:•II111 .I. .I "I/ \ I 1 r. .\�/ , q\. \'1,.I•L,0 1,.I .r'•.,I1 .III 'I/ 'i0 \ /, I i' /.I/ ', './n. I.I'r . .'"I r 1 I / I\y1 IIr 'I'\,r1. , IJI o,I 1' . 1 .,r .„\.. • . I., I, =II,1 1 II II I 1., /III .Irr1 I 'L/ J. i• IrI. .�.I`.,i..I 'rI\.III. :Ir,r .0 I Ir iI /1/ . I. `/ I' \ n % /I y 1 I.O/. ,•II , '/ \JI sir"/ 1 •'I. •S'\,I. \•.r'\/\r I./.,I/. .r1\o0 .,Ir . n' 'I 1n1Ir I I . .I .'/.I /. r .' I •/1 1 h. II 1\r .'\ . IIr 1 . ,./ , `.I I/...II. r' ,N%I•'II I II\• \/o\. •0 I 1Y•\ �/ ,J 1i I 'I 'I 11, \�.\I I.,. /• , ./ J•'1' r.' . I 1./. '• IS,, f. ... /I".0#,% .I:, y1. •I, 1 0 '�, .../I\1/.%. I,I...Ir ,I, r,. \. •%r, r %/'•LI..\,rO II/ II/ \rn II •1 O�' \ r '1.,' /'• , , / I. . . r , / \ I .\/. r ^ \ . ;nI i ' /r ' NI /• I \ . I\. I %.1 r ' .//Ir„/' /I '\ rI ♦I II. \ ' I/. .1 1 /�I .... '. •I 11,/ . r.'\r 1 IL. • IN• \\IY'a .../Ir ,./..\. N� I..,. III I ,I . r J Federal Wage Decision v-r•Eppllp •14P��JPL,Ep • GENERAL DECISION NO. AR86-7 ` Supersedes General Wage Decision No. AR84-4053 State: ARKANSAS County(les): Statewide Construction Type: Water, Sewer Lines, Streets, Runways & Highway • Construction Description: Construction, alteration, and/or repair of streets, highways, runways and water & sewer utilities, (but does not include structures on highway rest areas). Modification Record: No. Publication Date Page No.(s). .1 Feb. 7, 1986 22 2 May 23, 1986 21 3 June 6, 1386 21 • • • 20 I• AR86-7 r • BRICKLAYERS CARPENTERS CONCRETE FINISHERS ELECTRICIANS IRONWORKERS: Structural Reinforcing LABORERS: Air Tool Operator Asphalt heater operator Asphalt raker Carpenter Helper Chain saw Operator Checker grace C:ncrete finisher helper Concrete joint sealer Concrete saw operator Formsetter Laborer Pipelayer Powderman Vibratorman PAINTER PILE DRIVER LEADMAN POWER EQUIPMENT OPERATORS; Aggregate spreader oper. Asphalt plant fireman Asphalt plantdrler oper. Batch plant oper. Bulldozer Operators: Finish Rough Bull float operator Concrete curing machine operator Concrete mixer. operator: Less than 5 sacks. 5 sacks and over Backhoe op. - rubber tired -(1 yard or less) Cherry picker operator Concrete paver operator Concrete spreader oper. Crane, derrick, dragline, shovel. backhoe, opers.: 1-1/2 yards or less over 1-1/2 yards Crusher Operator Distributor operator Drill Operator wagon or truck) Elevating grader oper. Euclid or like equipment operator 21 (June 6, 1986) Basic Fringe Hourly Benefits Rates 7.00 7.00 7.00 8.50 6.10 5.30 5.00 5.00 5.70 5.00 5.00 5.30 5.00 5.00 •5.00 5.30 3.80 5.30 6.20 5.00 6.00 6.00 5.60 4.70 4.70 5.60 6.70 5.50 5.50 5.50 5.00 6.00- 5.30 5.90 6.50 6.50 6.50 7.00 5.50 5.50 5.50 _.6,50 � 1iKOO- I • (bottom or end cump) 5.10 Finishing machine oper. 5.90 Forklift operator 4.90 Form grader operator 4.90 Front end loader oper.: Finish 6.50 Rough 5.50 Hydro seecer operator S.CO Mechanic 6.70 Mechanic Helper 5.10 Motor patrol operator: • Finish 6.70 Rough 5.50 Mulching machine oper. 5.00 Oiler and greaser 5.30 Pile driver operator 6.00 Pug Mill Operator 5.00 Roller operator (self propelled) - 5.10 • Scraper ocerator: Finish - 6.70 Rough - 5.50 Sod slicing machine op. 4.80 Stabilizer mixing machine operator 5.50 Tractor ccerator (crawler type) 5.00 '• Tractor ocerator (farm and wheel) 5.00 Tractor operator wheel type (with attachments I yd, or under) 5.40 Trenching machine oper. 5.40 STONEMASONS 7.00 TRUCK DRIVERS• : Distributor truck driver 5.30 Semi -trailer 5.30 Lowboy driver 5.50 Transit mix truck driver - - 5.30 -• Truck driver (heavy -maximum pay load in excess of 3.000 lbs.) 5.00 Truck driver (lignt-maximum pay load 3;OC0 lbs.) 4.70 • Weil drillers 6.70 WELDERS: Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided 1n the labor standards contract clauses (29 CFR, 5.5 (a) (1) 22 (Feb. 7, 1986) I. r 1. 1. I. LI Ll n State Wage Decision n lJ i1CUa Safl TED ..r...�.yo .urr.b..'v OCT 1 J 1.36 S BILL CLINTON Governor DEWEY D. STILES Director • STATE OF ARKANSAS ARKANSAS DEPARTMENT OF LABOR 1022 HIGH STREET LITTLE ROCK 72202 (501) 375-8442 October 9, 1986 McClelland Consulting Engineers, Incorporated P. 0. Box 1229 Fayetteville, Arkansas 72702 RE: Taxiway and Runway Overlay Fayetteville, Arkansas • Washington County Gentlemen: Enclosed is Arkansas Prevailing Wage Determination 86-47 establishing the wages to be paid on the referenced project. These rates are adopted pursuant to Section 9(1) of Act 74 of 1969 as amended by Act 275 of 1969, and to Section 5(d) of the Rules Pertaining to the Administration of the Arkansas Prevailing Wage Law. Ia compliance with Section 5 of the law, this scale of wages must be posted in a "prom- inent and easily accessible place at the site of the work." Once the contract is awarded, please complete the enclosed information card and return it to this office at your earliest convenience. If you have any questions or we can be of further assistance, please contact Becky Bryant at 375-8442, Extension 404. Sincerely, � ,p r• Dewey D. Stiles Director DDS:lc Enclosures Page 1 of 2 ARKANSAS DEPARTMENT OF LABOR 0198E PREVAILING WAGE DETERMINATION —HEAVY RATE • r' DATE: October 9, 1986 DETERMINATION / 86-47 PROJECT: Taxiway and Runway Overlay COUNTY Statewide Fayetteville, Arkansas EXPIRATION DATE: 4-9-87 BASIC HOURLY FRINGE RATE BENEFITS • Bricklayers 7.00 Carpenters 7.00 Concrete finishers 7.00 Electricians 8.50 IRONWORKERS: i Structural 6.10 4? Reinforcing 5.30 LABORERS: Air tool operator 5.00 Asphalt heater operator 5.00 Asphalt raker 5.70 Carpenter helper 5.00 • Chain saw operator 5.00 • Checker grade 5.30 Concrete finisher helper 5.00 Concrete joint sealer 5.00 Coucrete saw operator 5.00 Formsetter 5.30 Laborer 3.80 • Pipelayer 5.30 Powdermau 6.20 Vibratorman 5.00. Painter 6.00 Pile driver leadman 6.00 POWER EQUIPMENT OPERATORS: Aggregate spreader operator 5.60 Asphalt plant fireman 4.70 Asphalt drier operator 4.70 Batch plant operator. 5.60 •� G BULLDOZER OPERATORS: • Finish 6.70 Rough 5.50 • Bull float operator 5.50 Concrete curing machine operator 5.50 CONCRETE MIXER OPERATOR: • Less than 5 sacks 5.00 5 sacks or over 6.00 Backhoe operator—rubbertired (1 yard or less) 5.90 Cherry picker operator 5.90 Concrete paver operator 6.50 • Concrete spreader operator 6.50 CRANES, DERRICK, DRAGLINE, SHOVEL, BACKHOE OPERATORS: 1-1/2 yard or less 6.50 Over 1 1/2 yard 7.00 Crusher operator 5.50 • Distributor operator 5.50 PREVAILING WAGE DETERMINATION —HEAVY RATE � r DATE: October 9, 1986 PROJECT: Taxiway and Runway Overlay Fayetteville, Arkansas U DETERMINATION # 86-47 COUNTY Statewide EXPIRATION DATE: 4-9-87 BASIC HOURLY FRINGE RATE BENEFITS Drill operator (wagon or truck) 5.50 • Elevating grader operator 6.50 Euclid or like equipment operator (bottom or end dump) 5.10 Finishing machine operator 5.90 Forklift operator 4.90 Form grader operator -- -- 4.90 FRONT END LOADER OPERATOR: Finish 6.50 Rough 5.50 Hydro seeder operator 5.00 Mechanic 6.70 Mechanic helper 5.10 MOTOR PATROL OPERATOR: Finish 6.70 Rough 5.50 Mulching machine operator 5.00 Oiler and greaser 5.30 Pile Driver Operator 6.00 • Pug Mill Operator 5.00 Roller operator (self—propelled) 5.10 SCRAPER OPERATORS: Finish 6.70 Rough 5.500 Sod slicing machine operator 4.80 • Stabilizer mixing machine 5.50 TRACTOR OPERATORS: Crawler type 5.00 Farm and wheel 5.00 Wheel type (with attachment 1 yard • or under) 5.40 Trenching machine operator 5.40 STONEMASONS 7.00 TRUCK DRIVERS: DIstrIbutorS truck driver 5.30 lil0 Semi —trailer 5.30 Lowboy driver 5.50 Transit mix truck driver 5.30 Truck driver (heavy —maximum pay load in excess of 3000 lbs.) 5.00 Truck driver (light —maximum pay load 3000 lbs.) 4.70 • WELL DRILLERS 6.70 WELDERS --receive rate prescribed for craft performing operator to which welding is incidental. ERTIItD Aransas Department of Labor Date • r • • lu C; Ic • • • l Wage, Labor, EEO, & Safety Requirements J • Ca.. .1+coa6Da TED .�rv1 T',. to Orlmp C r WAGE, LABOR, EEO AND SAFETY REQUIREMENTS • SECTION A (FEDERAL AVIATION ADMINISTRATION REQUIREMENTS) A-1. Airport Improvement Program. The work in this Contract is included in Airport Improvement Program Number 3-05-0020-08, which is being undertaken • and accomplished by the City of Fayetteville in accordance with the terms and conditions of a grant agreement between the City of Fayetteville and the United States, under the Airport and Airway Development Act of 1982 (PL 97-248) 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. i A-2. Consent to Assignment. The Contractor shall obtain the prior written consent of the City of Fayetteville 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 veterans of the Vietnam era and disabled veterans as defined in Section 515 (c)(1) and (2) of the Act. However, this preference shall apply only where the individuals are available and 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 are withheld or suspended by the FAA, the City of Fayetteville 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 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. • J )RAT(D r 1 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 B (SECRETARY OF LABOR REQUIREMENTS) B-1. 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 I 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 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 -2- 1 U LIED • r 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 Iamount 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 Improvement Program Number 3-05-0020-08 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 lil• 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 • -3- J • nit,.,Y. .....a. ., r costs anticipated or the actual costs incurred in providing such benefits (29 CFR 5.5 (a)(3)(i)). • (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, Employment and Training 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 or a representative of the Wage Hour Division of the U. S. Department of Labor 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 -4- J • a TED v,11 .O•. uIl^ry.11 r apprentices on less than the • the applicable S the contract work. The wage rate paid apprentices shall be not appropriate percentage of the journeymen's rates contained in wage determination (29 CFR 5.5 (a)(4)(i)). (b) Trainees. Except as provided in 29 CFR 5.15 trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training. The ratio of trainees to journeymen shall not be greater than permitted under the plan approved by the Bureau of Apprenticeship and Training. Every trainee must be paid at not less than the rate specified int he approved program for his level of progress. Any employee listed on the payroll at a trainee rate, not registered and participating in a training plan approved by the Bureau of Apprenticeship and Training, shall be paid no less than 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 the (insert sponsor's name) City of Fayetteville or a representative of the Wage -Hour Division of the U.S. Department of Labor written evidence of the certification of his program, the registration of the trainees, and the ratios and wage rates prescribed in that program. In the event the Bureau of Apprenticeship and Training withdraws approval of a training program, the contractor will no longer be. permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved (29 CFR 5.5(a)(4)(ii)). • (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 S 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)). -5- • L�ia �COF RATED ,n.nF.. „.,, J • r (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 i 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)). • 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)). • B-8. Withholding for Unpaid Wages and Liquidated Damages, and Priority of Payment. (a) The FAA may withhold or cause to be withheld, from any monies N. payable on account of work performed by the Contractor or subcontractor, such • sums as may be administratively determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in paragraph B-7 of this provision (29 CFR 5.5 (c)(3))• 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. [7 QOT • kMer., C[I ��[[•!pp © MtnHATED • r B-10. Subcontracts. The Contractor will insert in each of his subcontracts the clauses 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 clause B-1, B-2, • B-3, B-4, B-5, or B-10 may be grounds for termination of the Contract, and for debarment as provided in paragraph 5.6 of the Regulations of the Secretary of Labor as codified in 29 CFR 5.6 (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 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 collective bargaining agreement or other contract or understanding, a notice to be provided, advising the said labor union or workers' representatives of the Contractor;s commitments under this section, and shall post copies of the notice in conspicuous places available to • employees and applicants for employment. C-4. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor. 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. -7- 1 � � ,� T GcglL5fy LEIry'ryNE OPAL E a, r. 11 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-i 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. SECTION D (HEALTH AND SAFETY REQUIREMENTS) • D-1. 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 151836 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 150/5370-10 entitled Item P-156, Temporary Air and Water Pollution, Soil Erosion and Siltation Control. Copies of this Advisory Circular can be obtained free of charge from • -8- i L C(1 PAT ED IYT. • r 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. • SECTION F (STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (Executive Order 11246, as amended)) F-1. As used in these Specifications: • (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; N (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 • -9- � • GI �, Al ED ED .,`r Lnr. •..P•r V..:r C: r (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. • 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. • -10- J I.OLaH ATED S r - 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 organizationsresponses. • (c) Maintain a current file of the names, addresses, and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source, or community organization and. of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred • back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the Contractor may have taken. (d) Provide • union or unions agreement has not by the Contractor, referral process obligations. immediate written notification to the Director when the with which the Contractor has a collective bargaining referred to the Contractor a minority person or woman sent or when the Contractor has other information that the union has impeded the Contractor;s efforts to meets its (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 p policy to unions and training programs and assisting the Contractor in meeting its EEO any policy manual and collective bargaining the company newspaper, annual report, etc,; • with all management personnel and with all -11- olicy by providing notice of the requesting their cooperation in obligations; by including it in agreement; by publicizing it in by specific review of the policy minority and female employees at pp �F TED unr nn.. r..r.nmm S J n least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each locatioh 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 constructionwork 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, describing the openings,. screening procedures, and tests to be used in the selection process. (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. (k) Validate all tests and other selection requirements where there is an obligation to do sounder 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. -12- • l.aL� 1CO RATED '•k1 .4!. Y..II."111 S r (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 • I 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. 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 1 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, • -13- -I • L�nTED Cr.rc. .virgv,, it • r 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. La •i 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. 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). SECTION G (MINORITY BUSINESS ENTERPRISE CONTRACT PROVISIONS) G-i Policy. It is the policy of the Department of Transportation (DOT) that minority business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the MBE requirements of 49 CFR Part 23 apply to this Agreement. • '• G-2 MBE Obligation. The contractor agrees to ensure that minority business enterprises is defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that minority business enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of DOT -assisted contracts. -14- J • IaYJ� CO O niED • G-3 Compliance. All bidders, potential contractors, or subcontractors for this DOT assisted contract are hereby notified that failure to carry out • the DOT policy and the MBE obligation, as set forth above shall constitute a breach of contract which may result in termination of the contract or such other remedy as deemed appropriate by the Owner. G-4 Subcontract Clauses. All bidders and potential contractors hereby assure that they will include the above clauses in all subcontracts which • offers further subcontracting opportunities. G-5 It is Further Understood and Agreed. (a) The award selection procedure for this solicitation will include the • j selection criteria of 49 CFR Part 23.45 (1) to ensure that prime contracts are awarded to competitors that meet Minority Business Enterprise (MBE) goals. (b) Notification is hereby given that MBE contract goals are established F for this prime contract. The goal for firms owned and controlled by minorities is .25 percent of the dollar value of this contract. • Likewise, the subcontracting goal for firms owned and controlled by women is .25 percent of the dollar value of this contract. (c) After opening of bids, the apparent successful bidder will be required to submit the names and addresses of MBE firms that will participate in the contract along with a description of the work and • dollar amount for each firm. If the responses do not clearly show MBE participation will meet the goals above, the apparent successful bidder must clearly demonstrate, to the satisfaction of the airport sponsor, that a good faith effort has in fact been made and that meeting said goals is•not reasonably possible. If any apparent low bidder cannot do so, the contract may, at the option of the airport • t sponsor, be awarded to the next low bidder able to meet these requirements. Agreements between bidder/proposer and an MBE in which the MBE'promises not to provide sub -contracting quotations to other bidder/proposers are • prohibited. All bidders and proposers shall make a good faith effort to replace an MBE sub -contractor that is unable to perform successfully with another MBE sub -contractor. The bidder shall establish and maintain records and submit regular reports, as required, which will identify and assess progress inachievingMBE • sub -contract goals and other MBE affirmative action efforts. • -15- L S SECTION H (MONTHLY EMPLOYMENT UTILIZATION REPORT (Standard Form 257 - Aug. 1976) Authorized By Section 204 Of Executive Order 11246 and 41 CFR 60-1.4(5)) • The contractor will file with the Area Director, U. S. Dept. of Labor, CFCCP, P. 0. Box 1296, Little Rock, Arkansas 72203, to reach that office by the fifth of each month, beginning with the effective date of the contract for the duration of the contract, Monthly Employment Utilization Reports (Standard Form 257 following page), in accordance with the instructions contained on the • form. Members of the Associated General Contractors Highway Heavy Affirmative Action Plan are not required to submit Form CC -257 unless requested. • • • • • • -16- ¼.. • •!n 11 nIY• �. �• p.,ll • JO> <2V °o_ D Z L, W < n. W LL LL i • • L L r r. .J r. LA `: IS. ' J 0 0 U r 2 ~ W W U ¢ O 2 J Q ^L U w = a= W .- •. V Q oa O 2.9 Q W C a x S Z W O - ` C ,- w —jet -D H cc Z J U D H - m 2D gE °L p m C . -c 'gE e m C LL�y C N m w U e t c rnC p.' r LL c - ^ m J Q — ^ o O- mtr mvia Q - O m e 9 ._j.— C Q� ^ o W e 0 O a w W m w ` m o m o . Ctrs Jv me m Q.. .E 'cot. tr EicC- �W +t1� F.r HZ�W �� I r •� � �� I 1 ' �� W O LL ryay • Er. y>: '.S} +ti KZ" i. W .'a... Ji.. a �i. 5:4 n. W .. - JGz y..G • W <. W W ^ N O W LL LL .rJ,ti: v S LC_ t Q 2 2a.- U 8 V GAY m GZ Yy lm r` OV W LL I bat. _r'- W LLi �Y� r.. -_ r r S W E-" Z3 , v LLi •: r..., �.. I i 1 JW W LL I - WD Y U! J j' Y- U J - G J x V J. J Z. W F- w 3 F- w ≥;r w S Z w• w - u W Z O u. W 2_ p d W _ u W _ m W 2 F Q e - r Qi 0 • 6- < 9 ` , < o I y' Q' 0 �' 1' Q 0 N' Z O C' J O: O. Q� J p 1 2 - rD -,• <I I- y -,; < H <: f- N w N Y w n C. y: + • a Z � U U C % F LL O • W 2 U W Z W Z< p CC D c-< O Z > p J J J Z O << < < U Q • Co O C m • INSTRUCTIONS FOR FILING MONTHLY EMPLOYMENT UTILIZATION REPORT (CC -257) The Monthly Utilization Report is'io.6e completed by each sli6ject' contractor (both prime and sub) and signed by a • responsible official of the company. The reports are to be filed by the 5th day of each month during the term of the contract, and they shall include the total work•hours for each employee classification in each trade in the covered area for the monthly reporting period. The prime contractor shall submit a report for its aggregate work force and collect and submit reports for each subcontractor's aggregate work force to the Federal compliance agency that has Executive Order 11246 responsibility. (Additional copies of this form may be obtained from the U.S. Department of Labor, Employment Standards Administration, OFCCP's regional office for your area.) Compliance Agency .................................U.S. Government agency assigned responsibility for equal employ. ment opportunity. (Secure this information from the contracting officer.) Federal Funding Agency ......._ ...................US. Government agency funding projecr (in'wholeor in part). If more than one agency, list all. Contractor .....................................Any contractor who has a construction contra with the US. Gov- emment or a contract funded in whole or in part with Federal funds. Minority-...'....................................Incltdes Blacks. Hispania, American Indians, Alaskan Natives, end Awn and Pacific lskendem—both men and women. - ' 1. Covered Area ..................................Geographic area identified in Notice required under 41 CFR 60-4.2. 2. Employer's Identification Number ....................Federal Social Security Number uses on Employer's Quarterly Fed- eral Tax Return (U.S. Treasury Department Form 941). 3. Current Goals (Minority & Female] ...................See contract Notifiation. 4. Reporting Period ................................Monthly, or as directed by the compliance agency.' beginning with 0 the effective date of the contract. 5. Construction Trade ..............................Only those construction crafts which contractor employs in the covered area. 6. Work -Hours of Employment (ael .....................a. The total number of male hours and the total number of female hours worked by employees in each classification. • b.e. The total number of male hours and the total number of female hours worked by each specified group of minority employees .. - in each classification, Classification ..................................The level of accomplishment or status of the worker in the trade (Journey Worker, Apprentice, Traineel 7. Minority Percentage ..............................The percentage of total minority work.hours of ail work -hours trot sum of columns 6b. Sc, 6d, and 6e divided by column 6a; just one figure for each construction trade). 8. FemalePercentage ...........:.............:......For each trade the number reportedin 6a. F divdedby the.wm of the numbers reported in 6a. M and F. 9. Total Number of Employees ........................Total number of male and total number of female employees work- ing in each classification of each trade in the Contractor's aggregate work fora during reporting period. 16. Total Number at Minority Employees .................Total number of male minority enaloyaes and total number of female minority employees working in each claaifiation in each trade in the contractor's aggregate work fora during reporting period. fl J El • I • General Provisions (FAA Standards, As. Revised for This Project) Th .e-��6�g��'F E LJ�s }ICORPLRa TEO • r DIVISION I • GENERAL PROVISIONS SECTION 10 DEFINITION OF. TERMS • 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: 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 AIP. The Airport Improvement 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 maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to • its associated runway, taxiway, or apron. 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. • -1- J • laLa CO AlEO 'fl, ../. ... • r -Th 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 Plans, 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 N. 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 fcr 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 •. -2- • G' p CO ATED .Ia. n.. ...r.y.ci • 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. De:artment of Transportation. When used to designate a person, FAA shall mean the Administrator or his duly authorized representative. 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, and • supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. They may be obtained from the Specifications Activity, Printed Materials Supply Division, Building 197, Naval Weapons Plant, Washington, D.C. 20407. 10-23 INSPECTOR/CONSTRUCTION OBSERVER. An authorized representative of the • Engineer assigned to make all necessary observations 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 maybe designated by the Engineer. 10-26 LIGHTING. A system_ of fixtures providing or controlling the light sources used on or near theme 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. • -3- J • SEE" i• 1 W 10-29 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual Contract work on a previously agreed to date. If applicable, the • Notice to Proceed shall state the date on which the Contract time begins. 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 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. N • 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 • -4- J • Eo • r aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. J 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. • V 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 scheduled phases of work of the contract working day. 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. • n u • -5- • RN`s; EED • r. SECTION 20 • PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (Notice to Bidders). For AIP 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 •u 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 prequal.ified 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 • 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 • 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 Plans, Specifications, and other documents designated 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 • -6- • Ll !)EE" u rll uR. F •'9 r. Wl LI • r 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 -7- -I . M Drn%TED i• !I Owner's design and estimating purposes only. Such available for the convenience of all bidders. It • agreed that each bidder is solely responsible for al or conclusions which he may make or obtain from his logs and other records of subsurface investigat furnished by the Owner. information has been made is further understood and 1 assumptions, deductions, examination of the boring ions and tests that are 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 AIP 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. • • r 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. 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. -9- 'S. • r SECTION 30 • AWARD AND EXECUTION OF CONTRACT 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 • d the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the owner reserves the right to reject any or all proposals; waive technicalities, if such waiver is in the best interest of the owner and is in conformance with applicable State and local laws or regulations pertaining to the letting of construction • contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the owner's best 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 be returned immediately after the owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon -10- i ATED unu .0:. .. •!c•L r as the owner receives the contract bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of the section. 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 car.cellation of the • award and forfeiture of the proposal quaranty, not as a penalty, but as liquidation of damages to the owner. ri -11- GI LEA({[ p CO U LIED .,. • r N 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 S 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. • -12- • Lj a ATEt r -' 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. 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 (chance 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 -13- J cccc11 LLEE EE ,NCOOTED S r 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. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The contractor shall furnish, erect, and maintain barricades, warning signs, flagmen, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the contractor will not be required to furnish snow removal for such existing road, street or highway. The contractor shall make his estimate of all labor, materials, equipment, and • incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. 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 contract items. Should the contractor encounter an existing structure (above or below ground) in the workN 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, -14- J • ®A EED uIlL nM. .l...WI\P gravel, slao, 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. S. 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. 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. • -15- Ek!A MATED 11.1..n .. ........:,� L r SECTION 50 46 7 '• [llAk to limb ^IiltlII 50-01 AUTHORITY OF THE ENGINEER. The engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. He shall decide all questions which may arise as to the interpretation of the specifications or plans relating to the work, the fulfillment of the contract on the part of the contractor, and the rights of different contractors on the project. The engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for under the contract. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans, or:specifications. If the engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the owner, he will advise the owner of his determination that the affected work be accepted and remain in place. In this event, the engineer will document his determination and recommend to the owner a basis of acceptance which will provide for an adjustment in the contract price for the affected portion of the work. The engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the engineer finds the materials product are not in reasonably Specifications and have resulted affected work or materials shall corrected by and at the expense engineer's written orders. furnished, work performed, or the finished close conformity with the Plans and n an unacceptable finished product, the be removed and replaced or otherwise f the contractor in accordance with the For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the engineer's right to insist on strict compliance with the requirements of the contract, plans, and specifications during the contractor's prosecution of the work, when, in the engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. I• -16- L S r For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the engineer with the authority to use good t! 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 cive 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. • -17- 1 • ,� [[µ Gr(�I EIELn[Tugl E L�14CD PRATED u nu uF.. I..r nrv.w C] r 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 a materials being used so • contractors within the with that of the others sequence to that of the rrange his work and shall place and dispose of the as not to interfere with the operations of the other limits of the same project. He shall join his work in an acceptable manner and shall perform it in proper 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 CONSTRUCTION OBSERVERS. Observers employed by the owner shall be authorized to inspect all work done and all material furnished. Such observation may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Observors are not authorized to revoke, alter, or waive any provision of the contract. Observors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the contractor. Observors 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 OBSERVATION OF THE WORK. All materials and each part or detail of the work shall be subject to observation by the Engineer. The engineer shall be allowed access to all parts of the work and shall be furnished with such -18- IN 1 MED S r information and assistance by the Contractor as is required to make a complete and detailed observation. 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, theuncovering, 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 observation 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 observe 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 i 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 observation 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. 4P 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. • F 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 the contractor to comply forthwith with any order •of 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. • -19- J • EEo n u r 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 P 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 the engineer's notification, the Nto 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 rrcy request the 0 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. -20- J • L�L� ZcA E 11 Ero S IN 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 • i 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. LA u -21- J • ATED I " y ' '1,V\II 0 r 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. i 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. 0 t 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. C u -22- -J r TAI H1\• LII "IVpII n r 1 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 I 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. -23- • rryh nTEO .mu n*.. • r (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 the 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. • -24- i • n n.I so'. .... .. • r - 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. • '• • rj -25- J • r SECTION 70 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 70-01 LAWS TO BE OBSERVED. The contractor shall keep fully informed of all Federal and State laws, all local laws, ordinances, 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. -• • -26- i • • j ` EEO S r - 70-05 FEDERAL AID PARTICIPATION. For AIP 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. • -27- • Ada vTED ,,O:..:$. tt Y:11 r For vehicular and pedestrian traffic, the contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices • in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office). When the work requires closing an air operations area of the airport or portion of such area, the contractor shall furnish, erect, and maintain •. temporary markings and associated lighting conforming to the requirements of FAA Advisory Circular 150/5340-1D, Marking of Paved Areas on Airports. The contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and his parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to FAA Advisory Circular 150/5370-2A, Safety on Airports During Construction Activity. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to FAA Advisory Circular 150/5370-2A. ri 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 and ordinances, and all such storage places shall be local laws or ordinances apply, storage shall be pro engineer and, in general, not closer than 1,000 feet • building, road, or other place of human occupancy. • compliance with all laws clearly marked. Where no vided satisfactory to"the from the work or from any 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. -28- L AlEC •In11a11. I..I�q Vlll r 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 I• 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. It shall be necessary for the contractor to complete portions of the contract work for the beneficial -29- L TayF9 € ATED In:, ,.. 0 r 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 Required Date or Sequence Work Shown • Description of Owner's Beneficial Occupancy on Plan Sheet Taxiway Rehabilitation Parallel Taxiway Segments 3 and 4 Phases I and II and Connecting Taxiways Runway Rehabilitation Runway during Period 3 and 4 Phase III 6:00 A.M. to 11:00 P.M. 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 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. -30- J • r -N 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 SERVICE AND FACILITIES OF OTHERS. As 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 Emergency or Facility (Name, Title, Address & Phone Contact (Phone) Taxiway & Runway Mr. Dale Frederick 521-4750 Lights Asst. Airport Mgr. 521-2489 Fayetteville, Arkansas • MALS (Approach Mr. Don Rowe 442-5221 Lights), VASI's Flight Service Station 267-2339 and Control Cables 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. • 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 -31- •ode ..ar•n.. :v...r vvu r r. 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 S 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 andrestoration of service to any utility service or facility due to his operations whether or not due to L. 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. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there shall be no liability upon the engineer, his authorized representatives, or any official of the owner either personally or as an -32- 1 I. ATED fl, .r).. I£fl fl .:J • r official of the owner. It is understood that in such matters they act solely as agents and representatives of the owner. • 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 i 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. `. • 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. • -33- ................. C r 1 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 • I 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. • -34- L 1 • r 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: Type of Communications • Time Periods ADA Required When Control AOA Can be Closed Working in AOA Authority Runway/Airport Closed nightly Monitor Frequency 121.8 ATCT & FSS 11:00 PM to 6:00 AM • Taxiways Closed Segments Monitor Frequency. 118.5 ATCT of Taxiways } 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. '• -35- J • fda4PR PnTEO I. 1' Should the contractor fail to remove such person or persons or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the • engineer may suspend the work by written notice until compliance with such orders. All equipment which is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of 0 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 4 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 • -36- • PC PA TED i• r 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 i 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. -37- • r (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. • a 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. •r (b) CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and non -work days. All calendar days elapsing between the effective dates of the engineer's orders to suspend and resume all work, due to causes not the fault of the contractor, shall be excluded. 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. -38- J 1 • .5R ��.. ATED ...0 p.• ' nLul • r 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. • -39- L • INCG ry p[ J LaLJ�� t�]PATED • r Should the engineer consider the contractor in default of the contract for any reason mentioned hereinbefore, he shall immediately give written notice to the • contractor and the contractor's surety as to the reasons for considering the contractor in default and the owner's intensions to terminate the contract. If the contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the owner will, upon written notification from the engineer of the facts of such delay, neglect, or default • and the contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the contractor. The owner may appropriate or 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 completing the which may becor • would have been shall be liable charges incurred by the work under contract, will ie due the contractor. If payable under the contract and shall pay to the owner owner, together with the cost of be deducted from any monies due or such expense exceeds the sum which then the contractor and the surety 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 nototherwiseincluded 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. -40- L J S r - SECTION 90 • MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the engineer, or his authorized representatives, using United States Customary Units of Measurement. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet 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 • -41- L. • PATE0 TkL,Y. ...F...__1 • r level capacity and all loads shall be leveled when the vehicles arrive at the point of delivery. • 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 • j 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 • i 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. • -42- L • � (Eµ GI LF E LJ4� INC OTEO • Scales for weighing materials which are required to be proportioned or measured are 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. 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 • I 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. • -43- -I • i► a )RATEO • r - 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 • i 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 FOP. 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 • -44- � • Lilab ATM o 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: • (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 1 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, liability, and workmen's compensation insurance premiums, unemployment insurance contributions, and • social security taxes on the force account work the contractor shall receive the actual cost, to which cost (sum) 5 percent will be added. The contractor ( shall furnish satisfactory evidence of the rate or rates paid for such insurance and taxes. (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 • -45- • I•I'.. .I EEo ri I itemized statements of the cost of such force account work detailed as follows: hJ hJ (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. • 1 (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 payment, based on the percentages specified above, shall • constitute full compensation for all items of expense not specifically provided for the force account work. The total payment made as provided above shall constitute 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 subsectionNtitled 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. • J • ATED 4p,. IYL'.WI\I r 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. • 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 V 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. r (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. • 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. -47- -d • LIErµ,k„R INC�-d»CAIFO n r.o ur. .....q v.iu r 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 i 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. • -48- • R G_i gym: rn,., • r • After the contractor has approved, final estimate, final payment will the undisputed sum in case of appro contractor less all previous paymer provisions of the contract. All pr subject to correction in the final If the contractor • provisions of the Section 50 or and considered by the final adjudication the contractor wil • n • • or approved under protest, the en be processed based on the entire val under protest, determined to be is and all amounts to be deducted u for partial estimates and payments estimate and payment. gineer's sum, or due the nder the shall be has filed a claim for additional compensation under the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of er the provisions of this subsection, such claims will be owner in accordance with local laws or ordinances. Upor of such claims, any additional payment determined to be due 1 be paid pursuant to a supplemental, final estimate. -49- 1,kN'W'S f� FTED J I. 1 C rj .. LA Special Provisions 5+cV�6DnaTED j SPECIAL PROVISIONS • 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 pavement rehabilitation, striping, and landscaping associated with the phased • rehabilitation of the taxiway system and the runway at Drake Field. Phase I shall consist of the rehabilitation and strengthening of the parallel and connecting taxiways south of the Terminal Apron, approximately 2100 linear feet of 40 foot wide taxiway. Phase II shall consist of the rehabilitation of the remaining west parallel taxiway, the northeast taxiway loop and the connecting taxiways, approximately 2650 linear feet •of 40 foot wide taxiways. Phase III shall consist of the rehabilitation of the runway surface and the application of a friction surfacing. Pavement striping is included in each phase. The total amount of work awarded will depend upon the final funding level • received by the City from the FAA. The City has the funding for Phase I and will probably receive funding for Phase II. It is unknown whether Phase III will be funded at this time. The City of Fayetteville reserves the right to add Phase III work to the contract at any time after the award of contract, but prior to finishing the pavement rehabilitation on Phase I and II. • 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" and "closed taxiway" time to the absolute minimum. The airport is to remain open during the time period of 6:00 A.M. to 11:00 P.M., and it is imperative that safety construction activities be carried on in such a manner that of • aircraft using the airport will not be impaired in any way. The Contractor's equipment will not be operated closer than 250 feet of any runway centerline. Additional safety and construction requirements are listed hereinafter in these SPECIAL PROVISIONS under the sub -heading SAFETY REQUIREMENTS AND CONSTRUCTION PROCEDURES. • In addition, the Contractor and his Subcontractors must coordinate their activities so that one does not damage work previously completed by the other. SAFETY REQUIREMENTS AND CONSTRUCTION PROCEDURES. Listed hereafter are FAA "Safety Requirements on Airports During Agency Funded Construction Activity" -1- J • ®EEC ICII NY♦ f.gI9 P111 (Order SW 5200.5). These safety requirements shall govern the construction process. Construction Activity and Aircraft Movements. • 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. • (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, closed airport or displaced threshold. (Ref. NOTAM requirements hereafter). -2- i • L�L� IS,$ ATED • (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 or other construction related material will be permitted adjacent to an apron or active taxiway provided that such activity is first coordinated with the users and appropriate NOTAMS issued. Additionally, barricades with flashers for night operations will be required • to mark the area to prevent aircraft from inadvertently entering the construction area. 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. • Notam. a The Airport Owner through the Airport Manager or his Authorized Representative, 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 Airport 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. • -3- J • i (b) Inspections will be made frequently by both the Airport Manager and FAA personnel during critical phases of the work to insure that the Contractor is following the required safety procedures. Closed Runway/Ai.rport. The runway shall be closed at night in order to complete the runway rehabilitation work and the taxiway rehabilitation work within 250' of the runway centerline. The schedule for the closed runway periods have been established to minimize the effect upon flight operations. • The Contractor shall begin the pavement rehabilitation on the first night the runway is closed. The runway shall remain closed each night as directed by the Engineer until the Contractor complete the runway rehabilitation and taxiway rehabilitation improvements within 250' of the runway centerline. (a) Closed Runway Markings. The Contractor shall provide two yellow S. closed runway crosses as shown on the Plans. The crosses shall be placed at each end•of the pavement at the start of each night's work. The runway lights, VASI, 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 6:00 A.M.. Flight operations during the normal night working hours may occur due to delayed Metro Airlines, Air Midwest, Republic Express, or Atlantic Southeast flight delayed after .10:50 P.M. (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 10:30 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 (c) above, the 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 10:30 P.M. (2) The Engineer's notification to the Contractor at or prior to 10:30 P.M. that work cannot begin at 11:00 P.M. S (3) The Engineer's instruction to the Contractor to hold his personnel on standby because of the possibility of working alter 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 -4- J • PA TED r hour. The Contractor shall not basis later than 1:00 A.M. If personnel later than midnight, included in the measurement of will not be excluded from contra consumed contract days. be required to hold his personnel on standby the Contractor so selects, he may hold his but the time after 1:00 A.M. will not be standby time. Days involved in standby time ct time, but shall be included in the count of The Contractor will normally be placed on standby time if the last scheduled daily flight is delayed past 10:45 P.M. or if a charter flight scheduled after 11:00 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 Bid Items for: Standby Time, Phases I, II, or III, i per hour. I] (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. Temporary Displaced Threshold. The Contractor shall construct and install a temporary displaced threshold at each end of the runway as needed to perform work on the end of the runway and the connecting taxiways to perform the test sections but only during daylight hours. a. The Contractor shall make every effort to limit total threshold displacement time. Installation of displaced threshold shall be approved by the Engineer and the Owner. b. The following items are an integral part of each displaced threshold. 1. Two 10' x 50' wooden frame outboard markers with a durable white material attached. The frames shall be placed on each side of the runway and secured to the ground and removed on a daily basis while the displaced threshold is required. 2. Wire stake mounted red flags (18 inch square flags) shall be • placed between the temporary displaced threshold lights (8 required). This requirement applies to 24 hours per day threshold displacements only. Flags will not be required for night only displacements. 3. Barricades to deny access to taxiways leading to displaced • threshold areas. Barricades shall be as required below, under closed taxiway time. c. The Contractor shall supply and maintain the two 10 foot x 50 foot white outboard markers and red flags. -5- L J • L� CO�� RATED r�r r The Contractor will not be allowed to displace the threshold if the visibility at Drake Field is less than 3/4 of a mile. No separate payment shall be made for the outboard markers or flags. 0 • Closed Taxiway Time. The parallel and the connecting taxiways shall be closed in segments during the work on an as needed basis. The Engineer shall review the Contractor's schedule with the Owner and make adjustments to minimize the effect of closed taxiway segments upon flight operations. The taxiway segments shall remain closed only during daily working hours unless construction activities require otherwise and so directed by the Engineer. The Contractors shall proceed with the above work in an expedient manner so as to hold the closed taxiway time to a minimum. The Contractor shall provide barricades to close off the closed segments of the taxiways. The barricades shall be a maximum of 18 -inches high, shall be painted with reflective white and orange paint or striped with reflective white and orange striping, and shall have a minimum of one yellow light per barricade. The barricades shall be of such multiple length as to cover 50 percent of the taxiway, and placed so as to allow for the passage of fire, and rescue vehicles. The barricades shall be placed a minimum of 75 feet from the runway or as directed by the Engineer. The barricades shall remain the property of the Contractor upon completion of the work. No payment shall be made for the barricades, installation, maintenance or removal. 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 P P 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. Schedule of Work. The schedule of each day or night's work shall be as proposed by the Contractor shall be submitted to 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 beer. 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. 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 the designated entrances shall be used. The gate(s) shall be a. unlocked at work time for access to the airfield then shall be locked for the S0T L J Yy}[{D bbt)TI <TED S 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 Airport Manager and the Engineer. Work Requirements. The Contractor shall provide adequate portable lighting to light his work area during nighttime working hours to minimize shadows within the work area. The minimum light level at any point on the • pavement surface shall be one foot-candle and the light shall be from a minimum of two directions. The Contractor shall complete work on the full width of connecting taxiways or runway within the given night's work. The Contractor shall plan and schedule his nights work so as to complete the full width of pavement for • a given distance each day, and the distance for first several days shall be of such length as to provide adequate time for cleanup and equipment removal prior to opening the runway for use. The Contractor shall have such extra laydown equipment and/or other equipment available as necessary to finish work or provide overlay pavement transitions to the existing pavement. • The Contractor shall provide a transverse transition at the end of each days work. This transition shall be on a maximum slope of 1 -inch in 10 feet. The transition shall be removed at the beginning of the next days work so that a vertical joint is made in the pavement overlay or porous friction course. Should a breakdown occur where in the entire width is not completed, the Contractor shall transition the longitudinal joint in the manner described above. The Contractor shall install the topsoil along the runway immediately following the paving operation. The Contractor shall not have a vertical drop N. of more than 2 -inches along the edge of the runway during the open • runway/airport condition. The vertical drop on a taxiway within the runway safety area shall also meet the above criteria. The vertical drop of taxiways not opened to traffic until the sideslope are completed may exceed 2 -inches during the closed taxiway time. Clearance for Use With FAA. At the end of each work phase of the taxiway • within the reconstruction area zone, the Engineer or the Owner's • Representative shall determine that the section of taxiway is ready for return to services. They will inform the 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 -7- J GI 4( ' f &P�RED r a method of inspection that Will produce the required information, and without interference with the work. Radio Control. The reconstruction of the taxiway requires that during certain periods of time the Contractor will cross active taxiways with equipment and materials. The contractor shall have personnel stationed at the active taxiway crossing to control construction traffic within the safety area of the active taxiway. This control shall be accomplished through the • communication with the Air Traffic Control Tower using two-way, portable radios. The Contractor shall furnish two multi -channel portable radios Terra Model TPX 720 complete with combination ear phone and microphone headset and carrying case, manufactured by Terra Corporation, Albuquerque, New Mexico. 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 75 feet from taxiway centerline. Equipment and personnel shall not be returned to the restricted work area until permission for such return is granted by air traffic control tower. Upon completion of the contract the radios shall • remain the property of the Owner. 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, or the means appropriate for the particular airport. The clearance shall be confirmed by the driver's personal observation that noaircraft 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 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 -8- Sy; a AEED -^11\III• �. Y1�4 P'.11 r 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 ingested 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 th( CONSULTING ENGINEERS, INC. which has been employed by the or the firm's duly authorized agents, such agents acting scope of the particular duties entrusted to them, whose all cases, be subject to final approval by the Engineer. firm of McCLELLAND Owner for this work, severally within the decisions shall, in AUTHORITY OF THE ENGINEER. The Engineer shall have the following authority: (1) to interpret the Plans and Specifications and define their intent 0 and meaning; • (2) to determine whether the work done and materials furnished are in •G 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; (10) to disapprove or reject Work which is "defective" (which term is � hereinafter used to describe Work that is unsatisfactory, faulty or defective, -9- l EED O.lI Fy. •vP�f....l • r 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 observation 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: NThe 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 observation and approval of the Engineer. The Engineer and his representatives shall at all times have access to the work and the materials necessary for the performance thereof, and the Contractor shall provide proper facilities for access and observation. -10- J L l.�11CO R LIED uP J not.. ,..,.. I.., I I 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 observation and, if the observation is by authority other than the Engineer, of the date fixed for such observation, but any such observation shall not diminish the necessity of observation and approval by the Engineer. Observations 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 observation 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. 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 S. 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 aNsufficient 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. • -11- I • cA 1 '"AEED I. n1..Ilr• II V 1 I.IP111 • r The specimens shall be compacted in accordance with ASTM 01559, Section 3.5, except that the temperature immediately prior to compaction shall be 250 degrees Ft 5 degrees (120 degrees C± 3 degrees). The sample of bituminous 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 below 250 degrees F (120 degrees C) before use. The density of each specimen shall be determined in accordance with ASTM D2726 or D1188, whichever is applicable. (c) Core Density. Cores for determining the density of the compacted pavement shall be taken on a lot basis. The lot size shall be the same as indicated in paragraph 401.4.12(a) and shall be divided into two equal sublots. One core shall be taken from each sublot on a random basis in accordance with procedures contained An Appendix C of the Asphalt Institute's Specification Series No. 1, latest edition. The cores shall be taken in accordance with the requirements of paragraph 401.4.14. The density of each core shall be determined in accordance with ASTM D2726 or D1188, whichever is applicable. (d) Pavement Density. The target density (percent compaction) of each lot in -place pavement whose compacted thickness is if inches •or greater shall be 98 percent of the average density of the laboratory -prepared specimens. The pavement density shall be determined by dividing the core density of each sublot by the average density of the laboratory -prepared specimens. The density requirements for the 1 -inch leveling overlay are waived, subject to the following condition. The maximum in -place density of the overlay and/or the recycled asphalt shall be determined for each 500 tons of asphalt and a minimum of once each morning and once each afternoon. The asphalt overlay roller pattern shall be check,•as indicated above, to determine if the maximum density is being obtained. The maximum density shall be checked according to ASTM D-2922 at the exact same location after each roller pass until the density of the overlay just begins to fall. The roller pattern shall be adjusted to prevent excessive compaction of the overlay and to insure • the overlay achieves a density very near its maximum in -place density. (e) Acceptance Criteria. Acceptance of each lot of bituminous base course or bituminous surface course of 11 inches in thickness or greater shall be based on the percentage of material within Specification limits (PWL). The PWL is determined using standard statistical techniques and involves the number of tests in each lot (n) and the Quality Index (Q). The Quality Index • is calculated from the following formula: Q = XX=L R Where: Q = Quality Index X =. average of pavement densities (percent compaction) • -12- t L�La N1211ATED ••..p N'. �urnM:e r (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. (e) Independent Contractor's Coverage. fl r] • (3) Contractor's Comprehensive Automobile Liability Insurance - For not less than the following limits of liability; Bodily Injury: $ 500,000.00 each person $1,000,000.00 each occurrence Property Damage: $ 100,000.00 each occurrence Include Hired car and Non -Ownership Coverage. (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) only in proportion of 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. 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. Compliance with this requirement for indemnification shall be demonstrated by showing the Owner and the Engineer as "Additional Insureds" on the Certificate of Insurance. (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. The Owner, the Contractor, and Subcontractors (as their interests may appear) shall be named as the insured. -13- J � GI CO ATFD r, •t)4 uinrr r • r - (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." • 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. Plan sheet 2 shows the location of the access routes to be used by the Contractor and his Subcontractors for the movement of supplies, equipment, and materials to the project site on a daily basis. The Contractor shall limit his use of the access routes to the minimum width required. The Contractor shall provide an adequate driving surface for the access routes and shall return the access routes to their initial condition following construction. Payment for this work shall be considered to be subsidiary to all items of work. • PARKING FOR THE CONTRACTOR'S WORK FORCE. The Plans show the location of the areas which may be utilized for off-street parking for employees, subcontractors, suppliers, etc. working for the Contractor. Payment associated with clearing, draining, grading, seeding, 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 sheet 2 of the Plans. • -14- L i r 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 . owner -furnished materials planned for this project. All materials required for completion of the project are to be provided by the Contractor. 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. 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 apply to this project. The phases of the project for the apron expansion and taxiway reconstruction are to be satisfactorily completed and ready for the • Owner's use before either will be accepted for use. • 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 subjectto 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. QUALITY OF THE PLANS. The Plans have been made with care but cannot be assumed to be correct in every detail when some of the conditions to be encountered may not be shown on existing maps and are underground. The approximate locations of existing improvements are shown. The placing of this information on the Plans in no way obligates the Owner or Engineer as to its correctness, as it is indicative only and is placed there for information and assistance to the Contractor. It is the expressed intent of these Plans and Specifications that the Contractor is to make his own investigation of -15- -J • l"�� 0O111 ATED • r conditions to be encountered, and the submission of the Proposal by the Contractor for the work constitutes his compliance with this requirement. Minor details not usually shown or specified, but necessary for the proper installation and operation, shall be included in the work as if shown or specified. Wherever the word "provide" is used, it shall mean "furnish and install complete and ready for use." The accuracy of dimensions shown on drawings furnished to the Contractor by the Engineer having reference to any existing work, structure or facility is not guaranteed. The Contractor shall satisfy himself to such accuracy of such existing dimensions before starting the work. • Whenever existing obstructions or dimensional inaccuracies capable of verification by the Contractor in the field, or minor variations in indicated • arrangements or dimensions of equipment, interfere with the installation as shown on the Plans, the Contractor shall make such necessary alterations as are approved by the Engineer and such alterations shall not constitute a basis for extra payment. CONTRACTOR TO the fact that staking. The alignment and Thereafter it (blue tops), c PERFORM CONSTRUCTION STAKING. Special attention is called to the Contractor will be required to perform his own construction Engineer, however, will provide a reference line for project a temporary bench mark from which the Contractor may work. will be the Contractor's responsibility to set all grade hubs learing 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. WORK DONE WITHOUT LINES AND GRADES. Any Work done without lines, grades, or levels being given properly established, or done without 'the approval of an inspector or other representative of the Owner, may be ordered removed and replaced at the Contractor's cost and expense. PRESERVATION OF MONUMENTS AND STAKES. The Contractor shall carefully preserve all monuments, bench marks, reference points and stakes, and in case of willful or careless destruction of the same, he will be charged with the resulting expense of replacement, and shall be responsible for any mistakes or loss of time that may be caused by their unnecessary loss or disturbance. In the event that the stakes and marks placed by the Engineer are destroyed though carelessness on the part of the Contractor, and that the destruction of these stakes and marks causes a delay in the work, the Contractor shall have no claim for damages or extensions of time. In the case of any permanent monuments or bench marks which must of necessity be removed or disturbed in the construction of the work, the Contractor shall carefully protect and -16- -.04 • Ll ATED in„ u,.. r preserve the same until they can be properly referenced and relocated. The Contractor shall also furnish at his own expense such materials and assistance as are necessary for the proper replacement of monuments or bench marks that have been moved or destroyed. 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. S 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 entitles him to an extension of the Contract Time, he may make a claim therefore. 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. -17- 1 J N ATED I�rJ •fX. INI.gn:J • r - 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 and beam 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. The Contractor shall give the Engineer at least 24 hours notice, as to when • any part of the Work will be ready for observation and/or testing. No part of Saturdays or Sundays shall be counted as part of the required hours of notice. The Engineer shall have the right to order special tests not required by the Specifications and/or the Plans, whereupon the Contractor shall promptly perform such tests. If the portion of the Work so tested proves to be in •. accordance with the Specifications and the Plans, all costs involved in such testing shall be paid for the by the Owner and if such testing delays the Work, the time within which the Work is to be completed shall be extended by a mutually agreed to period of time. If the portion of the Work so tested, however, proves to be not in accordance with the Specifications and the Plans, all costs involved in such testing shall be paid for by the Contractor and the • time within which the Work is to be completed shall be extended by a mutually agreed to period of time. Neither observations by the Engineer nor the inspections, tests or approvals by persons other than the Contractor shall relieve the Contractor from his obligations to perform the Work in accordance with the requirement of the • Plans and Specifications. -18- L J • ,5 F�i �hicLDoeEeo • w 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: • (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". 0 (3) Legal titles to all items of stored materials certifying that the items are "free of liens and encumbrances". COST OF PLANS AND. SPECIFICATIONS. The Engineer shall provide to the Contractor five (5) 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 one hundred and twenty-five dollars ($125.00). OWNERSHIP OF ENGINEERING DATA. All Specifications, Plans and copies thereof furnished by the Engineer shall remain his property. They shall not be used on another Project, and, with the exception of those sets which have been • signed in connection with the execution of the Construction Contract shall be returned to him on request upon completion of the Project. PARTIAL SETS OF PLANS AND SPECIFICATIONS FOR SUBCONTRACTORS. Separate sheets of the Plans and/or Specifications will be available to subcontractors, suppliers and material dealers for their convenience at reproduction costs. However, it will be their responsibility to check their compliance with a complete set of contract documents prior to executing the Work to insure a complete and satisfactory interface with other contractors and/or subcontractors. DAMAGE TO EXISTING FACILITIES. The Contractor and/or subcontractor hereunder `, shall satisfy himself (themselves) as to the location of all underground and above -ground facilities and utilities in or near the site. They shall be continually liable for damage to all improvements and lands, whether the property of the Owner, hereunder, or others, caused by the Contractor's and/or Subcontractor's personnel, equipment, or operation. REPORTING OF ACCIDENTS. The Contractor shall submit a written report to the Engineer of any accident or injury occurring at the Construction Site. PRE -CONSTRUCTION CONFERENCE. Within twenty (20) days after delivery of the executed Construction Contract by the Owner to the Contractor, but before i starting the Work at the site, a conference will be held to review the cii E'. €tCEEo I^J .Or . •ul`OP�if • heretofore mentioned schedules, to establish procedures for handling Shop Drawings and other submissions, and for processing Applications for Payment, and to establish a working understanding between the parties as to the Project. Present at the conference will be the Owner or his representative, the Engineer, Resident Project Representatives, the Contractor and his Superintendent. WATERWAYS. Present natural and artificial waterways shall be left open to flow freely. Temporary dams or by-passes shall be provided when found necessary or ordered by the Engineer. SAFETY AND SECURITY. The Contractor shall comply with, and shall cause the employee and all subcontractors to abide by all safety and security laws, rules and regulations in force at the Construction Site. The provisions of the latest Associated General Contractors of America, Inc., dealing with safe practices pertaining to construction work shall be deemed to be in force at the Construction Site to the extent they do not conflict with such laws, rules, and regulations. The Engineer and the Owner shall assume no liability concerning the Contractor's safety practices, as safety on the Project will be i the sole responsibility of the Contractor. FUNCTIONS OF THE ENGINEER AND RELATIONSHIP BETWEEN ENGINEER AND CONTRACTOR. The Engineer or his assigned representative will observe work on the project during the construction phases. The purposes for which such observation is conducted will be to endeavor to assure that: 1) physical limits and dimensions, as established in the Plans and Specifications, are adhered to, 2) materials and equipment installed on the project are equivalent to the type, kind, size, quantity, and quality required by the Plans and Specifications, and 3) the finished products or end results are those as established by the word and intent of the Plans and Specifications. Neither the Engineer nor his representative will attempt to instruct the Contractor or his employees or sub -contractors as to how a task is to be performed, or by whom a task is to be performed, or which machinery or equipment should be utilized to obtain the desired results. The Contractor, in submitting a bid for work herein specified, purports to be equipped and to have experienced craftsmen for the performance and construction of each and every phase of the project herein specified. In the event the Contractor does not have the necessary craftsmen in his employ, he shall sub -contract the work for which he has not the craftsmen, or he will otherwise secure the services of craftsmen who are skilled and experienced in all the specified tasks herein. The Engineer shall have the following functions: (1) to interpret the Plans and Specifications and define their intent and meaning; • -20- L S �tkyAE �ZZ ITu1 TED !.mil •0!.• El r (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; (10) to disapprove or reject Work or material which is "defective" (which term is hereinafter used to describe Work !• or material 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 test; (11) to require special testing of the Work or material as provided for hereafter whether or not the Work or material '• 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; -21- km • k `E�e{({2 f WI,tl' TED .N11 . ..p .. �....J� • r 1 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. • The Engineer or his representative may inform the Contractor or his • sub -contractors of circumstances which, in the opinion of the Engineer or his representative, may predict unsatisfactory results, or he may caution the Contractors, relative to safety hazards which may exist, but these efforts to assist the Contractors or to prevent accidents or problems will in no way relieve the Contractors of their responsibilities and liabilities in these • regards. The Engineer or his representative may not be present during every phase of any construction operation, or if he is on -site, he may not witness each and every function or task that the Contractor/sub-contractor may perform. This fact does not relieve the Contractor from his responsibility to see that • each item of work and each, installation performed by him or his sub -contractor is in strict accordance with the intent of these Plans and Specifications. CONTRACTOR'S RESPONSIBILITY REGARDING SPECIAL APPLICATION t1ATERIALS AND PRODUCTS Within this project may be specified certain materials or products, which • may be major components of the project or may be ancillary to major components, and which, due to their specified characteristics and/or capabilities, may be required as essential parts of the project. These materials or products are special in that they require special techniques in their application, and therefore, require experienced and skilled craftsmen. These materials or products include, but are not limited to the following: • Sealants, lubricants, paints, primers, lacquers, stains, thinners, solvents, curing compounds, mastics,. bitumens, tars, waterproofing agents, insulating compounds, cementitious compounds, fillers, and epoxies. • In furnishing and installing any of the above materials or products the Contractor shall be guided by and adhere to all of the manufacturer's recommendations or instructions relative to the materials or products, including but not limited to the following: • Handling, storing, mixing, heating, protection from freezing, application, protection after application, protection of workmen, and curing and preparation of surfaces prior to application. • -pp_ � J • Mt�G�I LuE �ycp�*,c n T EO n M1LL U){. ...�•'I �LII 0 r The Contractor shall be liable fcr any failure of such material or products as applied to conform to the characteristics and/or capabilities of each as required by the specifications. TEMPORARY FACILITIES (a) Utilities for Construction - The Contractor shall arrange and pay for all gas, water, and electrical power used by him. He shall provide heat, at his own expense, as necessary for all areas. Electrical service connections shall be provided at the site by the Contractor for the purpose of field office lighting and any temporary lighting and power requirements for construction purposes. The Contractor shall determine the location of the existing electrical connection; shall make all temporary connections; provide all necessary extensions thereto, and shall remove all temporary connections and extensions at the completion of the Work. The Contractor shall provide his own facilities for compressed air supply and steam. Temporary utilities of all kinds shall be removed promptly after their use has been discontinued, unless otherwise approved by the Owner. • (b) Drinking Water - The Contractor shall furnish potable drinking water and disposable cups at the job site. The drinking arrangement shall comply with applicable requirements of the Arkansas State Health Department. (c) Bracing, Enclosures, Protection, Etc. - The Contractor shall • properly and completely brace all parts of the work as necessary • during the construction of the building. When necessary for the • protection of materials or work, the Contractor shall erect sheds, enclosures, temporary barricades, or temporarily enclose the openings of the building to the satisfaction of the Engineer. • (d) Sanitary Facilities - The Contractor shall furnish approved chemical type toilets at the construction site for use of all workmen on the job. Toilets shall be removed at the completion of the Work. Toilets will be maintained in a sanitary condition and will be removed by him upon completion of the Work. (e) Drainage, Etc. - The Contractor shall incorporate temporary measures as necessary to prevent mud and other materials from getting into the drainage or other permanent piping during the construction period, and he shall do all plumbing, bailing and drainage of all . water that may accumulate within the work area during the entire period of construction. He shall clean out any drainage pipes that may become clogged due to negligence or failure on his part to comply with this provision. • -P3- • ^E�ryrye LSL_^iL2J j',��p TEC r r (f) Roadways - The Contractor shall use established roadways where • practical and when it is necessary to cross curbings, sidewalks or railroad tracks, protection against damage shall be provided by the Contractor. Any roads, curbing, sidewalks or airport pavement damaged by the Contractor's work shall be repaired at the expense of the Contractor. Wherever existing roadways or sidewalks are cut for trenches in the Work, the Contractor shall provide and maintain safe and proper passage for the usual traffic over such cuts or trenches, by bridges blocking, planking, or other satisfactory methods. (g) Storage and Working Areas - Storage areas will be provided for the storage of the Contractor's materials and equipment, and he shall confine his materials, equipment and operations of his workmen to such limits as indicated by the Owner, and shall not unreasonably encumber the premises. No workmen shall trespass within other areas or buildings of the Owner than those related to the work of this Contract and the Contractor shall rigidly enforce this regulation. Any materials, equipment or temporary structures belonging to the Contractor shall be moved when so directed by the Engineer to permit � the execution of Work by others in connection with the Project. Materials shall be stored so as to insure the preservation of their quality and fitness for the Work. When considered necessary, they shall be placed on wood platforms and covered, or stored in a suitable building as directed by the Engineer. Stored materials • shall be located so as to facilitate prompt inspection. PERMITS, LICENSES, LAWS, ORDINANCES, REGULATIONS AND TAXES. The Contractor shall obtain and pay for all construction permits and licenses and shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of his Bid. The Owner shall assist the Contractor when necessary in obtaining such permits and licenses. The Contractor shall also pay all public utility charges. The Contractor shall give all necessary notices, shall pay all fees required by law and shall comply with all laws, ordinances, governmental rules and regulations applicable to the Work, to labor employed on the Work, and to the preservation of the public health and safety. The Contractor shall indemnify and save harmless the Owner from and against all liability with respect to penalties and/or interest that may result from non-compliance with any such laws, ordinances, governmental rules or regulations. Should the Specifications and/or the Plans be at variance with any of such permits, licenses, laws, ordinances, governmental rules or regulations, the Contractor shall promptly notify the Engineer in writing, whereupon the Owner shall make all necessary changes in the Specifications and/or the Plans. If the Contractor performs any portion of the Work which is contrary to any of such permits, licenses, laws, ordinances, governmental rules or regulations, -24- J r - the Contractor shall correct such portion of the Work, and the Contractor shall bear the cost of all damages arising therefrom. The Contractor shall comply with all laws, ordinances, rules, orders, and regulations relating to the protection of adjacent property, and the maintenance of passageways, guard fences or other protection facilities. • The Contractor shall permit and facilitate inspection of the Work by the Owner, the City, and/or its representatives of all work during construction. The inspection work by the Owner or others shall not be construed as to relieve the Contractor of any liability for inadequate design, faulty materials, workmanship, violation of the Specifications and design criteria, • codes, laws, or safety requirements. The Contractor shall pay all sales, consumer, use and other similar taxes required to be paid by him in accordance with the law of the place where the Work is to be performed. ALTERNATE BID ITEMS The alternate and additive alternate bid items set out in the Proposal are to allow the Owner to select the most cost effective alternative for the taxiway and runway rehabilitation, as deemed to be in the best interest of the Airport. The scope of work for each Phase and alternate is outlined on the Plans. • • • • -25- L •k b v Iy,L.. ..c. -.ED 0 r S S: 0 • FAA Standard Specifications (As Revised for This Project) J La4li �� CUP r�Ra TEO • r • P-401 PLANT MIX BITUMINOUS PAVEMENTS DESCRIPTION • 401-1.1 This aggregate and on a prepared these Specific typical cross item shall consist of a surface course composed of mineral bituminous material mixed in a central mixing plant and placed recycled course or existing surface course in accordance with ations and shall conform to the lines, grades, thicknesses, and sections shown on the Plans. • The 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, or crushed slag 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. Coarse aggregate shall consist of sound, tough, durable particles, free from adherent films of matter that would prevent thorough coating with the bituminous material. The percentage of wear shall not be greater than 50 percent for the base course when tested in accordance • with ASTM C131. The sodium sulfate soundness loss shall not exceed 9 percent, after five cycles, when tested in accordance with ASTM C88. • Aggregate shall contain at least 70 percent by weight of crushed pieces having two or more fractured faces and 85 -percent having at least one fractured face. 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. Fractured faces shall be obtained by artificial crushing. 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. • -1- 6 CORATED ••m. •t1(. �....ay..a • r 1 (b) Fine Aggregate. Fine aggregate shall consist of clean, sound, durable, angular particles 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 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. • Natural sand may be used to obtain the gradation of aggregate blend or workability of the mix. The amount of sand to be added will be adjusted to produce mixtures conforming to requirements of this Specification. • (c) Sampling and Testing. ASTM D 75 shall be used in sampling coarse • aggregate and fine aggregate, and ASTM C 183 shall be used in sampling mineral filler. The Contractor shall furnish documentation to the Engineer confirming that the aggregates meet Specification requirements. (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 of aggregates shall be furnished by the Contractor at the start of production and at intervals during production of bituminous mixtures. The sampling points and intervals will be designated by the Engineer. The samples will be the basis of approval of specific lots of aggregates from the standpoint of the quality requirements of this section. 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. 401-2.3 BITUMINOUS MATERIAL. Bituminous material shall conform to the following requirements, Asphalt Cement viscosity grade AC -30. The Contractor shall furnish vendor's certified test reports for each tankload of bitumen shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing • -2- L Lip a A1ED p rlr y.[. S of the vendor's certified test report for the bituminous material shall be the basis for final acceptance. • COMPOSITION 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 14 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 1 and • 2. The temperature of the mix immediately prior to compaction shall be 250 • degrees ± 5 degrees F. TABLE 1. MARSHALL DESIGN CRITERIA • Test Property • Number of blows Stability, minimum pounds, (newtons) Flow, 0.01 in. (0.25mm) Percent air voids Surface • Percent voids in mineral aggregate • -3- Pavements designed for aircraft gross weights more than 60,000 lbs. or tire pressure more , than 100 psi 75 1800 8-16 3-5 See Table J • �L�iJlO PELJATED rrrp arY. •.gyp qv.0 • r TABLE 2. MINIMUM PERCENT VOIDS IN MINERAL AGGREGATE Maximum Particle Size Minimum Voids in Pavement Mineral Aggregate Course in. percent • 1/2 13 1" Surface 3/4 13 1f" Surface • The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory screens, will conform to the gradation or gradations specified in Table 3 when tested in accordance with AASHTO T-30. The percentage by weight for the bituminous material shall be within the limits specified. The gradations in Table 3 suitability of aggregate fc as finally selected, shall Table 3 and shall not vary on the adjacent sieve, or coarse to fine. • l Sieve • Size represent the limits which shall determine the r use from the sources of supply. The aggregate, have a gradation within the limits designated in from the low limit on one sieve to the high limit vice versa, but shall be uniformly graded from TABLE 3. AGGREGATE - BITUMINOUS PAVEMENTS Percentage by Weight Passing Sieves 1" Surface 1/2" Max. 1-1/2" Surface 3/4" Max. 3/4 in. 100 1/2 in. 100 82-100 • 3/8 in. 85-100 69-90 No. 4 54-80 50-79 No. 8 40-69 39-69 No. 16 30-59 29-59 No. 30 20-49 20-49 No. 50 10-40 14-38 • No. 100 5-25 5-25 No. 200 3-10 3-10 Li L Bitumen percent Stone or gravel 4.5-7.0 -4- 4.5-7.0 J ' LYE ZIONPU TED L r - The job mix tolerances shown in Table 4 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. TABLE 4. JOB MIX FORMULA TOLERANCES • Material Tolerance Plus or Minus • Aggregate passing No. 4 sieve or larger 7 percent Aggregate passing Nos. 8 and 16 sieves 6 percent Aggregate passing Nos. 30 and 50 sieves 5 percent • Aggregate passing Nos. 100 and 200 sieves 3 percent Bitumen 0.45 percent Temperature of mix 20 deg. F (11 deg. C) • The aggregate gradation may be adjusted within the limits of Table 3 as directed, without adjustments in the contract unit prices. 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 once daily. The mixture will be tested for bitumen content in accordance with ASTM 02172 and for aggregate gradation in accordance with • AASHTO T30. The completed mixture shall be sampled at the plant to retain job control. One sample shall be taken from each sublot on a random basis, in accordance with procedures contained in ASTM 03665. A lot shall consist of 2000 tons and w shall be divided into 2 sublots. Testing shall be in accordance with the Marshall method procedures contained in Chapter III of the Asphalt Institute Manual Series No. 2 (MS -2), current edition, except the temperature of the mix prior to compaction shall be 250 degrees F ± 5 degrees F (12 degrees C). If any two consecutive Marshall test results in any property not conforming to the requirements shown in Tables 1 and 2, the Contractor shall take immediate • corrective action. In no instance shall the percent air voids exceed ± 1.8 -5- •£aE PA ED L] r percent of the job formula value. If the air voids exceed this amount the Contractor shall take steps to correct the air voids. The materials will not • be rejected entirely on the basis of air voids. The Engineer may halt production if the Marshall test criteria are not met and not allow it to resume until the problem is corrected. 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. The bituminous base course material required for the Phase I taxiway pavement • repair shall meet the requirements of Section 309, "Hot Mixed Asphalt Stabilized Base Course" of the Arkansas State Highway and Transportation Department. 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 • shall be the same type and weight to be used on the remainder of the course represented by the test section. 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. A marginal quality test section that has been placed in an area of little or no traffic may be left in place. If a second test section also does not meet Specification requirements both sections shall be'removed at the Contractor's expense. Full production shall '• not begin without the Engineer's approval. Test sections will be paid for in accordance with paragraph 401.6.1 401-3.4 TESTING LABORATORY. The testing laboratory used to develop the job mix formula and to perform the tests required by this Specification shall meet the requirements of ASTM D 3666. An approved testing laboratory will not be • required for quality control tests made by the Contractor. :7 -6- J • Alto • r 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 specified in Table 5. The temperature requirements may be waived, but only at the discretion of the Engineer. TABLE 5. BASE TEMPERATURE LIMITATIONS Mat Thickness Base Temperature (Minimum) °F 2 inch to 3 inch 40 1-1/2 inch to 2-1/2 inch 45 1-1/2 inch to 2-1/2 inch, behind recycle 40 1 inch to 1-1/2 inch, behind recycle 35 • 401-4.2 BITUMINOUS MIXING PLANT. Plants used for the preparation of bituminous mixtures shall conform to the requirements of ASTM 0995 with the following changes: • (a) Requirements for All Plants. (1) Truck scales. The bituminous mixture shall be weighed on approved scales furnished by the Contractor, or on public scales at the Contractor's expense. Such scales shall be inspected and sealed as often as • the Engineer deems necessary to assure their accuracy. Scales shall conform to the requirements of Section 90. (2) Testing Laboratory. The Contractor or producer shall provide laboratory facilities 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. (3) Inspection of plant. The Engineer, or his authorized representative, shall have access, at all times, to all parts of the plant for • checking adequacy of equipment; inspecting operation of the plant: verifying weight, proportions, and character of materials; and checking the temperatures maintained in the preparation of the mixtures. • -7- J • ® RTEQ "nil .0'. Ln ql\.'n1 S r - (4) Storage bins ,and surge bins. Paragraph 3.9 of ASTM 0995 is deleted. Instead, the following applies. 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 period of time not to exceed 3 hours, (b) The bituminous mixture may be stored in insulated storage • bins for a period of time not to exceed 24 hours, provided an inert gas atmosphere is maintained in the bin during the storage period. The bins shall be such that mix drawn from them meets the same requirements as mix loaded directly into trucks. • If the Engineer determines that there is an excessive amount of heat loss, segregation or oxidation of the mixture due to temporary storage, no overnight storage will be allowed. 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 truck 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, to ensure that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated and covers shall be securely fastened. • 401-4.4 BITUMINOUS PAVERS. Bituminous pavers shall be self-contained, power -propelled units with an activated screed or strike -off assembly, heated if necessary, and shall be capable of spreading and finishing courses of bituminous plant mix material which will meet the specified thickness, smoothness, and grade. Pavers used for shoulders and similar construction • shall be capable of spreading and finishing courses of bituminous plant mix material in widths shown on the Plans. The paver shall have a receiving hopper of sufficient, capacity to permit a uniform spreading operation. The hopper shall be equipped with a distribution I system to place the mixture uniformly in front of the screed. The screed or • strike -off assembly shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. The paver shall be capable of operating at forward speeds consistent with satisfactory laying of the mixture. • An automatic grade control device shall be used, the paver shall be equipped with a control system capable of automatically maintaining the specified screed elevation. 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 • -8- L • ky7�k4 �7E c Mc�EiA"EYEo • r - a predetermined transverse slope and at the proper elevation to obtain the required surface. The transverse slope controller shall be capable of maintaining the screed at the desired slope within plus or minus 0.1 percent. The controls shall be capable of working in conjunction with any of the following attachments: (a) Ski -type device of not less than 30 feet in length or as directed by the Engineer. (b) Short ski or shoe at each end of paver at least 30 feet apart. 401-4.5 ROLLERS. Rollers may be of the vibratory, steel wheel, or • pneumatic -tired type. They shall be in good condition, capable of 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 while it is still in a workable condition. The use of equipment which causes excessive crushing of the aggregate will not be permitted. 401-4.6 PREPARATION OF BITUMINOUS MATERIAL. The bituminous material shall be heated 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 325 degrees F. 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 weighed or metered and introduced into the mixer in the amount specified by the job mix formula. The combined materials shall be mixed until the aggregate obtains a uniform coating of bitumen and is throughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mixture. It shall be established by the Contractor, based on the procedure for determining the percentage of coated particles described in ASTM D2489, and approved by the Engineer for each individual plant and for each type of aggregate used. The minimum mixing time shall be coated particles. 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 -9- J • ,_ILII:. • r delivered per second by the mixer. The moisture content of the mix shall not exceed 1.0 percent. • 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 debris with power blowers, power brooms, or hand brooms as • directed. The mix shall be placed at a temperature of not less than 250 degrees F when asphalt cement is used. Upon arrival, the mixture shall be spread to the full width by an approved I. ( 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, placement of the mixture shall begin along the centerline of 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, except where edge lanes require less width 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 rolling. The surface shall be rolled when the mixture has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion of the • Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be • corrected at once by rakes and fresh mixture. -10- • ATED '• r • Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until all roller marks are eliminated, the surface is 40 of uniform texture and true to grade and cross section, and the required field density is obtained. 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. 1 401-4.11 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 ACCEPTANCE SAMPLING AND TESTING OF BITUMINOUS MIXTURE (DENSITY). Pavement density will 'be determined by comparing the density of cores taken from the compacted pavement to the density of laboratory -compacted specimens. • (a) Lot Sizes. The pavement will be accepted for density on a lot basis. A lot will consist of 1,000 tons. (b) Laboratory Density. Bituminous mixture for laboratory -compacted specimens shall be sampled on a lot basis from trucks delivering material to the job site. The lot size shall be the same as indicated in paragraph • 401.4.12(a) and shall be divided into two equal sublots. One sample shall be taken from each sublot on a random basis, in accordance with procedures contained in ASTM 03665. One laboratory compacted specimen shall be prepared from each sublot. -11- J uFEO pal •1Y• • r The specimens shall be compacted in accordance with ASTM 01559, Section 3.5, except that the temperature immediately prior to compaction shall be • 250 degrees F± 5 degrees (120 degrees C± 3 degrees). The sample of bituminous 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 below 250 degrees F (120 degrees C) before use. The density of each specimen shall be determined in accordance with ASTM 02726 or 01188, whichever is applicable. • (c) Core Density. Cores for determining the density of the compacted pavement shall be taken on a lot basis. The lot size shall be the same as indicated in paragraph 401.4.12(a) and shall be divided into two equal sublots. One core shall be taken from each sublot on a random basis in accordance with procedures contained in -Appendix C of the Asphalt Institute's • Specification Series No. 1, latest edition. The cores shall be taken in accordance with the requirements of paragraph 401.4.14. The density of each core shall be determined in accordance with ASTM 02726 or D1188, whichever is applicable. (d) Pavement Density. The target density (percent compaction) of each • lot in -place pavement whose compacted thickness is 14 inches or greater shall be 98 percent of the average density of the laboratory -prepared specimens. The pavement density shall be determined by dividing the core density of each sublot by the average density of the laboratory -prepared specimens. The density requirements for the 1 -inch leveling overlay are waived, subject • to the following condition. The maximum in -place density of the overlay and/or the recycled asphalt shall be determined for each 500 tons of asphalt and a minimum of once each morning and afternoon. The asphalt overlay roller pattern shall be check, as indicated above, to determine if the maximum density is being obtained. The maximum density shall be checked according to ASTM D-2922 at the exact same location after each roller pass until the • density of the overlay just begins to fall. The roller pattern shall be adjusted to prevent excessive compaction of the overlay and to insure the overlay achieves very near its maximum in -place density. (e) Acceptance Criteria. Acceptance of each lot of bituminous base course or bituminous surface course of 11 inches in thickness or greater shall I. be based on the percentage of material within Specification limits (PWL). The PWL is determined using standard statistical techniques and involves the number of tests in each lot (n) and the Quality Index (Q). The Quality Index is calculated from the following formula: Q=X-L R Where: Q = Quality Index X = average of pavement densities (percent compaction) -12- J • ✓f.PATED • L = lower Specification limit (96.7 percent) • R = Range = difference between the highest and lowest pavement densities (percent compaction) The PWL shall be determined from Table 6, using the number of tests (n) and the Quality Index (Q). • TABLE 6. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN TOLERANCE LIMITS • Percent Positive Values of Q Within Limits n=3 n=4 n=5 n=6 99 .5895 .6574 .6642 .6611 98 .5879 .6440 .6387 .6264 • f 97 .5863 .6307 .6166 .5983 96 .5847 .6173 .5966 .5744 95 .5830 .6039 .5777 .5530 94 .5814 .5905 .5600 .5330 93 .5797 .5771 .5431 .5143 • 92 .5762 .5638 .5267 .4968 91 .5219 .5504 .5108 .4800 90 .5677 .5370 .4955 .4640 89 .5621 .5236 .4808 .4485 88 .5564 .5101 .4657 .4337 • 87 .5499 .4967 .4514 .4191 86 .5432 .4833 .4373 .4050 85 .5355 .4699 .4234 .3913 84 .5275 .4565 .4097 .3778 83 .5189 .4431 .3962 .3647 • 82 .5098 .4297 .3829 .3517 81 .5001 .4162 .3697 .3391 80 .4889 .4028 .3567 .3266 79 .4791 .3894 .3438 .3144 78 .4679 .3760 .3311 .3023 • 77 .4560 .3526 .3184 .2902 76 .4439 .3492 .3059 .2785 75 .4311 .3358 .2935 .2669 Continued - rL -13- J • 1e LIED • r - • Percent Positive Values of Q Within Limits n=3 n=4 n=5 n=6 74 .4179 .3223 .2811 .2554 • 73 .4041 .3088 .2689 .2440 72 .3901 .2954 .2567 .2327 71 3754 .2820 .2446 .2215 70 .3604 .2685 .2325 .2104 69 .3450 .2551 .2206 .1995 • 68 67 66 65 .3293 .3131 .2965 .2798 .2417 .2283 .2149 .2015 .2086 .1968 .1835 .1732 .1884 .1777 .1668 .1562 • 64 j 63 62 61 60 .2625 .2451 .2274 .2093 .1911 .1881 .1747 .1611 .1477 .1343 .1614 .1497 .1382 .1265 .1149 .1455 .1349 .1243 .1139 .1034 55 .0970 .0672 .0573 .0515 • 50 .0000 .0000 .0000 .0000 All negative values of Q will result in a PWL below 65 percent. • TABLE 7. PRICE ADJUSTMENT SCHEDULE Percentage of Material Above Percent Contract • the Specification Limit (PWL) Unit Price to be Paid G 90-100 100 80-90 0.5 PWL + 55.0 65-80 2.0 PWL - 6.50 Below 65 1/ • 1/ The lot shall be removed and replaced. However, the Engineer may decide to accept the deficient lot. In that case, if the Engineer and Contractor agree in writing, that lot shall not be removed, and it will be paid for at 50 • percent of the contract price. -14- 1 •LL 4r ATED r Each lot of bituminous mix shall be accepted for density when the PWL equals or exceeds 90 percent. Each lot not meeting the 90 percent PWL requirement • will be accepted at an adjusted contract unit price in accordance with Table 7. 401-4.13 SURFACE TESTS. Tests for conformity with the specified crown and grade shall be made by the Contractor immediately after initial compaction. • Any variation shall be corrected by the removal or addition of materials and • by continuous rolling. The finishes surface shall not vary more than 3/8 -inch for the base course nor more than 1/4 -inch for the surface course when tested with a 16 -foot (4.8m) straightedge applied parallel with, or at right angles to, the centerline. • After the completion of final rolling, the smoothness of the course shall be tested by the Engineer; 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. j The finished surfaces elevations, and cross inch (12.70 mm). The of this amount of pay not be permitted. of bituminous courses shall not vary from the gradeline, sections shown on the contract drawings by more than 1/2 Contractor shall correct pavement ares varying in excess ing and replacing the defective work. Skin patching will 401-4.14 SAMPLING PAVEMENT. Core samples for determination of the density of completed 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 core drill or other approved equipment. The Contractor shall furnish all tools, labor, and materials for cutting samples and replacing pavement. • All tests necessary to determine conformance with requirements specified in this item will be performed by the Engineer without cost to the Contractor. METHOD OF MEASUREMENT • 401-5.1 Plant mix bituminous concrete surface course 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. • -15- J • EII4b£' 8 'a, [L'G I I.PATED .mJ.( . .veymal S r BASIS FOR PAYMENT • 401-6.1 Payment for an accepted bituminous concrete surface course shall be • made at the full or adjusted contract unit price per ton. Payment for the • bituminous base course for taxiway repair shall be considered subsidiary to all taxiway items. 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. (a) Basis of Adjusted Payment. Table 7 shall be used to determine the adjusted contract price for a lot of material when the results of the pavement density tests for that lot indicate that the percentage of material above the Specification limit is less than 90 percent for pavement 1§ inches or greater • in thickness. Payment will be made under: Bid Items for: 1 -inch Bituminous Surface Course, per ton Bid Items for: 1 -1/2 -inch Bituminous Surface Course, per ton • Bid Items for: 2 -inch Bituminous Surface Course, per ton • • N I • • " -16- 1 • A TED ,n(I•tV.. �.9 ra Y111 C r n P-402 POROUS FRICTION COURSE DESCRIPTION 402-1:1 This item shall consist of an open -graded, bituminous surface course composed of mineral aggregate and bituminous material, mixed in a central • j mixing plant, and placed on a prepared surface in accordance with these Specifications and shall conform to the dimensions shown on the Plans. MATERIALS • 402-2.1. AGGREGATE. The aggregate shall consist of crushed stone, crushed gravel, or crushed slag with or without other inert finely divided mineral aggregate. The aggregate shall be composed of clean, sound, tough, durable particles, free from clay glass, organic matter, and other deleterious substances. The crushed aggregate portion which is retained on the 3/8 -inch sieve shall not contain more than 15 percent by weight of flat or elongated • particles as defined in ASTM D693. The crushed aggregate portion which is retained on the No. 4 sieve shall not show a percentage of wear greater than 25 when tested in accordance with ASTM C131. i• The crushed aggregate portion which passes the 3/4 -inch sieve and is retained on the No. 4 sieve shall not show a total weighted average loss greater than 9 percent in sodium sulfate solution or a magnesium soundness loss exceeding 12 percent after 5 cycles when tested in accordance with ASTM C88. The soundness test (ASTM C88) may be waived by the Engineer where porous friction course will not be subjected to freezing and thawing. The crushed aggregate portion passing the 3/4 -inch sieve and retained on the 1/4 -inch sieve shall have an estimated coated area "above 95 percent" when tested in accordance with ASTM D1664. If coated area. is "below 95 percent," the asphalt shall be treated with an antistripping agent. The amount of antistripping agent used shall be sufficient to produce a coated area "above • I 95" percent." • If crushed gravel aggregate is used, that portion retained on the No. 8 sieve and each succeeding coarser sieve shall contain at least 75 percent by weight of crushed pieces having two or more fractured faces and at least 90 percent by weight of particles containing one or more fractured faces. To count as a fractured face, the area of the fractured surface must be at least 75 percent of the smallest midsectional area of the particle being examined. To count as two fractured faces, the angle between two contiguous planes of fracture should be 30 degrees or more. -17- -S • 11 X11 M�. 1..1'x1 V:\I • r If crushed slag aggregates are used, the slag shall be air-cooled from the blast furnace process and shall have a compacted unit weight of not less than • 70 pounds per cubic foot when tested in accordance with ASTM C29. 402-2.2 FILLER. If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM 0242. When mineral filler is required to be batched separately, hydrated lime in the amount of 1.5 percent maximum by weight of the total aggregate shall be • batched as part of the added mineral filler. No additional compensation will be allowed the Contractor for furnishing and using hydrated lime or other approved mineral filler that may be required by this Specification. 402-2.3 BITUMINOUS MATERIAL. The bituminous material shall conform to the following requirements: AC -30. • COMPOSITION 403-3.1 COMPOSITION OF MIXTURES. The porous friction course shall be composed of a mixture of aggregate, filler, bituminous material, and • antistripping agent (if required). The several aggregate fractions shall be sized, graded, and combined in the proportions that meet the requirements of the job mix formula. 403-3.2 JOB MIX FORMULA. No bituminous mixture shall be produced for payment until the Contractor has submitted samples of the formula for each mixture to • be used. The job mix formula for each mixture shall be in effect until modified in writing by the Engineer. The job mix formula for each mixture shall establish a single percentage passing each required sieve size, a single percentage of bituminous material to be added to the aggregate, and a single temperature for the mixture as it is discharged into the hauling units. The combined aggregate shall be of such size that the percentage composition by weight, as determined by laboratory sieves, will conform to the gradation shown in Table 1 when tested in accordance with ASTM C136. The range of bituminous contents shown in Table 1 is representative of most crushed stone and crushed gravel aggregates and is not intended to limit the bituminous • content established in the job mix formula. The gradations in Table 1 represent the limits which shall determine the suitability of the aggregate for use from the sources of supply. The aggregate, as finally selected, shall have a gradation within the limits designated in Table 1 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. J -18- '• r TABLE 1. AGGREGATE - POROUS FRICTION COURSE • Sieve Size Percentage by Weight Passing Sieves 3/4 in. • 1/2 in. 100 3/8 in. 84-100 No. 4 24-48 No. 8 9-20 No. 30 4-14 No. 200 2-5 Compacted Thickness Bituminous percent 5-7 percent by weight of total mix • The gradations shown are based on aggregates of uniform specific gravity, and the percentages passing the various sieves will be subject to appropriate adjustments by the Engineer when aggregates of varying specific gravities are used. The adjustments to the job mix gradation curve should result in a curve • of the same general shape as the median curve of the gradation band in Table 1 and fall within the gradation band. Appendix A of the Asphalt Institute's Manual Series No. 2 (MS -2), 4th Edition, March 1975, contains a convenient procedure for "adjusting" the job mix gradation when aggregates of nonuniform specific gravity are proposed for use. • The bituminous content of porous friction courses shall be expressed as a • percentage of the total mix by weight and shall be estimated on the basis of laboratory tests of the aggregates the Contractor proposes to use and the • bituminous material specified. • The bituminous content shall be within plus or minus 1 percent of the value obtained from the formula: 2 K (sub c) + 4.0 ' where K (sub c) is the surface constant for that part of the total dry aggregate that will pass a 3/4 -inch sieve and be retained on the No. 4 sieve. Procedures for determining K (sub c) are contained in Chapter IV of the Asphalt Institute's Manual Series No. 2 (MS -2). The bituminous content so estimated is the percentage by weight of the total dry aggregates and must be converted to the percent by weight of the total mix in the approved job mix • formula. -19- i • EyI[y� L$�[�E/'L�L�E1T1Tgqaatt EE ENEE RATED . ..J .,.. IVP q�n 11 C; r The job mix tolerances shown in Table 2 shall be applied to the job mix formula to establish a job control grading band. The full tolerances will • still apply if application of the job mix tolerances results in a job control grading band outside the master grading band. TABLE 2. JOB MIX FORMULA TOLERANCES (Based on a Single Test) • Material Tolerance Plus or Minus • Aggregate passing No. 4 sieve or larger 7.0 percent Aggregate passing Nos. 8 and 30 sieves 4.0 percent • Aggregate passing No. 20 sieve 2.0 percent • Bitumen 0.40 percent Temperature of mix 26 deg. F (14 deg. C) • If a change is made in any component of the bituminous mix, a new job mix formula shall be established and approved by the Engineer before any additional material on the project is producted and placed. When unsatisfactory results or other conditions make it necessary, the Engineer may establish a new job mix formula. • 402-3.3 TEST SECTIONS. Prior to full plant production, the Contractor shall prepare a quantity of PFC mixture according to the job mix formula. The amount of mixture should be sufficient to construct a test section 50 long and • 20 wide. The test area will be at the end of the runway during a displaced threshold condition. The mixture shall be placed in two sections and shall be • of the same depth specified on the Plans. The underlying pavement on 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 to be used in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section. • 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 • -20- • PA fl.,.,.. • r approval of the Engineer. Test sections will be paid for in accordance with Paragraph 402-6.1. CONSTRUCTION METHODS 402-4.1 WEATHER AND SEASONAL LIMITATIONS. The porous friction course shall be constructed only a dry surface when the atmospheric temperature is 60 degrees F (10 degrees C) and rising (at calm wind conditions) and when the weather is not foggy or rainy. 402-4.2 BITUMINOUS MIXING PLANT. The bituminous mixing plant shall include all facilities or equipment necessary to produce the bituminous mix. The facility shall include auxiliary items such as stockpile storage areas, equipment to construct and maintain the stockpiles, cold bin or silo storage, and the feeder system from the cold bin or silo storage to the drier(s). Plants used for the preparation of bituminous mixtures shall conform to all requirements under (a), except that scale requirements shall apply only where weight proportioning is used. In addition, batch mixing plants shall conform • to the requirements under (b), and continuous mixing plants shall conform to the requirements under (c). (a) Requirements for All Plants. Mixing plants shall be of sufficient capacity to adequately produce the quantity of bituminous mixture for the proposed construction. • (1) Aggregate Stockpiles. Sufficient storage space shall be provided so that each aggregate size can be kept in separate stockpiles. the stockpile will be constructed in uniform layers by using a clamshell or other approved method to prevent segregation. The use of bulldozers in stockpiling aggregates will not be permitted. The storage yard shall be neat and orderly, • and the separate stockpiles shall be readily accessible for sampling. (2) Cold Bins. The plant shall have an adequate number of cold bins or silos for each aggregate size.' These cold bins or silos shall be constructed so that no overflow from one bin to the other occurs. They shall also have individual, adjustable outlet devices to provide a uniform and continuous flow of materials in the desired proportions. Prior to producing any mixture, the Contractor shall furnish the Engineer with calibrations showing the rate of feed of each aggregate for the cold bin or silo in which it is to be used. Change of material or change of cold bin or silo will require new calibrations. The calibration shall show the rate of feed per minute per unit of opening or setting of feed. (3) Feeder for Drier. The mechanical means for uniformly feeding uniform production and temperature. plant shall be provided with accurate the aggregate into the drier to obtain -21- i GGII EL, {��{ P4)AA TED JPI!\I F.\ rYP'1 vp 11 C r (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 size and proportions and having normal capacities in excess of the full capacity of the mixer, shall be provided. (6) Dust Collector. The plant shall be equipped with a dust • collector to waste any material or to return all or any part of the material uniformly to the mixture as directed. (7) Hot Bins. The plant shall include hot bins of sufficient capacity to supply a operating at full capacity. Storage of appropriate fractions of the aggregates. When used, separate dry storage shall be '• provided for batching mineral filler and hydrated lime. The plant shall be equipped to proportion and feed the material into the mixer. Each bin shall be provided with overflow pipes located to prevent backup of material in other compartments or bins. Each compartment shall be provided with its individual outlet gate to prevent leakage. The gates shall cut off quickly and completely. Hot bins shall be constructed so that samples may be obtained • readily. Hot bins shall be equipped with adequate telltale devices which indicate the position of the aggregates in the bins at the lower quarter points. (8) 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 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 approved automatic batching and mixing control system. Such weights shall be evidenced by a weigh ticket for each load. Scales shall be inspected for accuracy and sealed as often as the Engineer may deen necessary. The • Contractor shall have on hand not less than ten 50 -pound weights for testing the scales. (9) Equipment for Preparation of Bituminous Material. Tanks for the storage of bituminous material shall be equipped to heat and hold the material at the required temperatures. Heating shall be accomplished by • approved means so that flames will not contact the tank. The circulating system for the bituminous material shall be designed to assure proper and continuous circulation during the operating period. Provision shall be made for measuring quantities and for sampling the material in the storage tanks. (10) Bituminous Control Unit. Satisfactory means either by • weighing, or by 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. (11) Thermometric Equipment. An approved thermometer of adequate range shall be placed in the bituminous feed line at a suitable location near I. -22_ i • DRA1FO • r the discharge valve of the mixer unit. The plant shall also be equipped with an approved thermometric instrument placed at the discharge chute of the • dryer to indicate the temperature of the heated aggregates. (12) Safety Requirements. Adequate and safe stairways to the mixer platform and sampling points shall be provided. Guarded ladders to other plant units shall be placed at all points where accessibility to plant operations is required. Accessibility to the top of the truck bodies shall be • provided by a suitable device to enable the Engineer to obtain mixture samples and temperature data. A 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 belts, gears, pulleys, chains, sprockets, projecting setscrews, keys, and other dangerous moving parts shall be guarded to prevent inadvertent contact by workmen or other moving • equipment. 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 form the mixing platform. (13) Truck Scales. 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. (b) Requirements for Batching Plants. (1) Weigh Box of 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 plus or minus 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 of the 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 the spray -bar shall be adequately heated. Steam jackets, if • used, shall be efficiently drained, and all connections shall be constructed so 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 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. • The indicator dial shall have a capacity of at least 15 percent in excess of the quantity of bituminous material used per batch. The controls shall be 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 • -23- •ATED .. n,, .,F. •oF llfw'. 11 S 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 an 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 with well -coated aggregate in the prescribed mixing time within the job mix tolerance specified. If not enclosed, the mixer box shall be equipped with a hood to prevent loss of dust. • (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 bucket throughout the dry mixing period and shall lock the mixer gate throughout the dry and wet mixing period.s The dry mixing period • is the time interval between the opening of the weigh -box gate and the introduction of bituminous material. The wet mixing period is the time interval between the introduction of the bituminous material and the opening of the mixer gate. The timing control shall be flexible and shall be capable of settings at • 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. It shall regain locked • until a change is made in the timing periods. (c) Requirements for Continuous 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 bind. 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. (2) Weight Calibration of Aggregate Feed. The plant shall include a means to calibrate gate openings by weighing test samples. Provision shall • -24- L J • JleorlEED • r also 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 (92 kg). Accurate scales shall be provided by the Contractor to weigh such samples. Charts showing the rate of feed per minute for each hot bin shall be provided. (3) Sychronization of Aggregate Feed and Bituminous Materials Feed. A satisfactory interlocking mechanical means or any other positive method • approved by the Engineer 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. (4) Mixer. Any 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 an angular position 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 gage and the rate of feed of aggregate per minute at plant operating speed. Unless otherwise required, 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. The weights for the job will be determined by tests made by the Engineer. The pugmill shall be equipped with a discharge hopper having a capacity of • approximately 1 ton. The hopper will be equipped with dump gates that will • permit rapid and complete discharge of the bituminous mixture without segregation. 402-4.3 HAULING EQUIPMENT. Trucks used for hauling the bituminous mixture shall have tight, clean, smooth beds. To prevent the mixture from adhering to them, the truck beds shall be lightly coated with a minimum amount of concentrated hydrated lime and water solution. The truck beds shall be raised to drain any excess solution before loading the mixture in the trucks. Each truck shall have a suitable cover to protect the mixture from adverse weather or long hauls. An insulated bed may be required to maintain the mixture at the specified temperature during hauling. • 402-4.4 BITUMINOUS PAVERS. Bituminous pavers shall be self-contained, power -propelled units with an activated screed or strike -off assembly, heated if necessary, and shall be capable of spreading and finishing courses of bituminous plant mix material which will meet the specified thickness, smoothness, and grade. • The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation. The hopper shall be equipped with a distribution system to place the mixture uniformly in front of the screed. The screed or strike -off assembly shall produce a finished surface of the required eveness and texture without tearing, shoving, or gouging the mixture. • -25- i • S r .• 7 n LA LA • The paver shall be capable of operating at forward speeds consistent with satisfactory laying of the mixture. Automatic grade control device shall be 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 acutated from either a reference line or a 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. 402-4.6 PREPARATION OF MINERAL AGGREGATE. The aggregate for the mixture shall be dried and heated at the central mixing plant before entering the mixer. When introduced into the' -mixer, the combined aggregate moisture content (weighted according to the composition of the blend) shall be less than 0.25 percent for aggregate blends with water absorption of 2.5 percent or less and less than 0.50 percent for aggregate blends with water absorption greater than 2.5 percent. Water absorption of aggregates shall be determined by ASTM C127 and ASTM C128. The water absorption for the aggregate blend shall be the weighted average of the absorption values for the coarse aggregate retained on the No. 4 sieve and the fine aggregate passing the No. 4 sieve. The water content test will be conducted in accordance with ASTM C566. In no case shall the moisture content be such that foaming of the mixture occurs prior to placement. At the time of mixing, the temperature of the aggregate shall be within the range specified in the job mix formula. The maximum temperature and rate of heating shall be such that no damage occurs to the aggregates. Particular care shall be taken so that aggregates high in calcium •or magnesium content are not damaged by overheating. The aggregate shall be screened to specified sizes and conveyed in separate bins ready for mixing with bituminous material. 402-4.7 PREPARATION OF BITUMINOUS MIXTURE. The bituminous mixture shall be • prepared in a central mixing plant. The mixture shall be prepared at the temperature designated by the Engineer within the range shown in Paragraph 1 402-2.3. The dry aggregate shall be combined in the plant in the proportionate amount of each aggregate size required to meet the specified gradation. The quantity I'I • of aggregate for each batch shall be determined, measured, and conveyed into the mixer. In case of volumetric proportioning, the size of the openings shall be determined, and the gates shall be locked in position. Thequantity of bituminous material for each batch or the calibrated amount for continuous mixers shall be determined by the Engineer. It shall be • measured by weight and introduced into the mixer within the temperature range specified in the job mix formula. For batch mixers, all aggregates shall be in the mixer before the bituminous material is added. In no case shall the temperature of the aggregate be more than 25 degrees F above the temperature of the bituminous material when adding the bituminous material. As determined by the Engineer, the mixing shall continue until all particles are coated -26- _q) • k TED IILL .f Y.. �. •1'll Y.q I r rL uniformly. In no case shall the bituminous mixture be stored in storage silos or surge bins. 402-4.8 TRANSPORTATION AND DELIVERY OF THE MIXTURE. The mixture shall be transported from the central mixing plant to the paving job in trucks described in Paragraph 402-4.3. The mixture shall be placed at a temperature between 200 degrees F and 295 degrees F. Delivery of the mixture shall be scheduled so that spreading and rolling of a day's production can be completed during daylight hours the same day. 402-4.9 SPREADING AND LAYING. (a) Preparation of Existing Surfaces. All porous friction courses shall be constructed on an newly placed overlay pavement surface that is structurally sound; is in good condition; is constructed to new pavement surface course smoothness criteria; and has Marshall stability and flow values comparable to those specified in Item P-401. The work involved in rehabilitating the existing pavement surface shall be otherwise provided for in the contract and is not a part of this PFC Specification. Rehabilitation of the existing pavement including: construction of bituminous overlay; reconstruction of failed pavement areas; removal of rubber deposits; removal of pavement markings; and cleaning of grease, oil, and fuel spills shall be completed and accepted by the Engineer prior to the placement of the porous friction course. Immediately before placing the porous friction course, the underlying course • shall be cleared of all loose or deleterious material with power blowers, power brooms, or hand brooms as directed. A tack coat conforming to Item P-603 shall be placed, as directed by the Engineer, on those existing surfaces where a tack coat is necessary for bonding the PFC to the existing surface. If emulsified asphalt is used, placement of the PFC can be applied immediately. However, if cutback asphalt is used, placement of the PFC must • be delayed until the tack coat has properly aired. (b) Placing. Hauling over material already placed shall not be permitted until material has been thoroughly compacted as specified and allowed to develop its stability for a period of, at least, 12 hours. In' areas where extremely hot temperatures occur, it is suggested that no traffic • be allowed on the PFC until it has cooled overnight. Traffic should be discontinued if any closing of the PFC is observed. The bituminous mixture shall be placed at the required minimum lane width with an approved bituminous paver as specified in Paragraph 402-4.4. 402-4.10 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 the first paving lane should be to first roll the lower edge (with reference to the transverse • slope) of the lane and then to roll the upper edge. The interior of the lane -27- J IEEo ^11 .4Y yIngV:J • should then be rolled from the lower side toward the upper edge with overlapping roller paths. On adjoining paving lanes, rolling shall begin by • overlapping the joint (with the previous lane) by 6 to 9 inches and then rolling the outside edge of the new lane. The interior should be rolled from the outside edge toward the compacted joint with overlapping wheel paths. Alternate trips of the roller shall be of slightly different lengths. The number of passes with a steel -wheel roller shall be as determined by the test section. The optimum weight of the roller shall also be determined during • test section construction. The speed of the roller shall be slow enough to avoid displacement of the hot mixture. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once by raking and applying fresh mixture. • Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until all roller marks are eliminated and the surface is of uniform texture and conforms to the required cross section. prevent adhesion of the mixture to the roller, the wheels shall be kept • .To 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 replace with fresh hot mixture and immediately compacted to conform to the surrounding area. This work will be done at the Contractor's expense. Skin patching and handworking of the PFC mixture will not be allowed. 402-4.11 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 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 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. The longitudinal joint shall offset that in the existing course by at least 1 foot. • -P8- J • r 402-4.12 SHAPING EDGES. While the surface is being compacted and finished, the Contractor shall carefully shape the longitudinal outside edges of the PFC to a vertical face at the established edge. When transitioning from PFC to existing pavement, transverse edges shall be constructed with a firer graded bituminous mixture. The transverse edges shall be placed at a slope of 1 -inch in 10 -foot at the end of each nights work. 402.4.13 SURFACE TESTS. After completion of the final rolling, the finished • surface shall be tested with a 16 -foot straightedge and shall not vary more than 1/4 inch. The 16 -foot straightedge shall be applied parallel with and at right angles to the runway centerline in a pattern that includes longitudinal and transverse joints. The 16 -foot straightedge shall be advanced approximately 1/2 its length in the line of measurement. Areas of the porous friction course exceeding the specified tolerances shall be corrected at the Contractor's expense by removing the defective work and replacing it with new material. Skin patching or handworking will not be permitted. • 402-4.14 SAMPLING PFC MIXTURE AND HOT BINS. Samples of the PFC mixture shall be taken at the point of discharge in hauling units and tested to control uniformity in the bituminous content and gradation. Samples shall be taken in accordance with ASTM 0979. Enough mixture shall be taken to prepare duplicate tests on each sample of mixture in accordance with ASTM D2172. Samples shall be taken, at least, once for any central plant -run of more than 30 minutes and at least twice for any central plant -run of more than 5 hours. Should the bituminous content of the duplicate tests agree within 0.50 percent, the average results shall be recorded. Variations greater than 0.50 percent between duplicate tests of the same sample shall also be recorded, and duplicate test son an additional sample shall be run. The average value of • the bituminous content should fall within the tolerance of the job mix formula as specified in Paragraph 402-3.2. Should the average bituminous content for four samples not fall within the cease production until such out -of -tolerance conditions have been remedied by the Contractor. The gradation of the residual aggregate should be determined by using AASHT0 T30 and compared to the approved job mix formula. • The samples of PFC mixture will be used to control the uniformity of the Contractor's plant production. In addition, the Contractor shall clearly mark each hauling unit from which the representative samples have been taken so that the same mixture sample may be located in the completed pavement. Completed PFC shall be determined "acceptable" or "unacceptable" on the basis . of visual inspection by the Engineer. The Engineer shall immediately notify the Contractor of visual defects such as nonuniform texture, roller marks, bleeding of bituminous material, cracking and shoving of the mixture, and evidence of aggregate crushing during the roller operations, or nonconformance to the surface smoothness criteria as specified in Paragraph 402-4.13. -P9- J •TED .,,_• • "Unacceptable" PFC shall be removed, leaving a- vertical face at the remaining PFC. The underlying surface shall be cleaned and a tack coat applied prior to • replacing the PFC. All work shall be at the Contractor's expense. Unacceptable PFC shall not be measured for payment. In addition to sampling and testing the PFC mixture, the Engineer shall sample each hot bin twice daily and furnish a gradation analysis of each hot bin • according to ASTM C136. •The combined gradation analysis of the hot bins shall • fall within the job mix formula tolerances. Should the hot bin gradation analysis fail to meet the tolerances of the job mix formula (on the same sieve size), the Engineer may order another analysis in addition to the two analyses required each day to conform the results of the previous tests or tell the Contractor to cease plant production until such out -of -tolerance conditions have been corrected. • 402-4.15 BITUMINOUS AND AGGREGATE MATERIAL (CONTRACTOR'S RESPONSIBILITY). Samples of the bituminous and aggregate materials that the Contractor proposes to use, together with a statement of their source and character, shall be submitted for approval prior to use. The Contractor shall require the manufacturer or producer of the bituminous and aggregate materials to furnish • material subject to this and all other pertinent requirements of the contract. Only these materials which have been tested and approved for the intended use shall be acceptable. The Engineer or the Engineer's authorized representative shall have access, at all times, to all parts of the paving plant to inspect the equipment, the • conditions, and the operation of the plant; to verify the weights or proportions and character of materials; and to determine the temperatures maintained in the storage of the bituminous material and preparation of the mixtures. The Contractor shall furnish, the 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 to use the material. The vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. All test reports shall be subject to verification by testing sample material received for use on the project. • 402-4.16 PROTECTION OF PAVEMENT. After final rolling, no vehicular traffic of any kind shall be permitted on the pavement until it has cured at least 2 hours. Newly constructed pavement areas shall not be opened to aircraft traffic until 2 hours after completion or unless otherwise authorized by the Engineer. The Contractor shall remove and replace any areas of PFC which are • damaged by the wheels of a landing aircraft after the PFC has been placed. The removal and replacement of any damaged areas shall be the responsibility of the Contractor. :J -30- J • r7 r METHOD OF MEASUREMENT • 402.5-1. Porous friction course shall be measured by the number of tons of mixture used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. C, E J • 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. Only the areas of the porous friction course meeting the following thickness requirements shall be measured for payment: To determine the thickness of the finished PFC, the Contractor shall take one core sample, not less than 2 inches (5 cm) in diameter, at random from each unit of the completed PFC area for delivery to the Engineer. A unit of the completed area shall be one paving lane wide by 1,000 feet long. The last unit in any one paving lane shall include any remaining length in addition to the 1,000 feet. When the measurement of any core is more than the maximum or less than the minimum allowable thickness, as shown in Table 3, additional cores shall be taken at 20 -foot intervals (parallel to and at right angles to the runway centerline) until the completed PFC is within such maximum or minimum thickness for the subunit being tested. Out -of -tolerance areas shall be deducted from the total tons PFC for payment. If, in the Engineer's judgement, such out -of -tolerance areas warrant removal, the PFC shall be removed and the underlying course shall be cleaned (ready for reconstruction), all at the Contractor's expense. TABLE 3 ALLOWABLE FINISHED PFC THICKNESS • Nominal Maximum Minimum in. mm in. mm in. mm 3/4 in. Aggregate 1.0 25 1.50 37 0.75 19 • 1/2 in. Aggregate 0.75 19 1.25 32 0.50 12 • -31- I • 11c�i 7u ATED pntI./. u.r-9N:11 • BASIS OF PAYMENT • 402-6.1. Payment shall be made at the respective contract prices per ton for porous friction course. The prices shall be fullcompensation for furnishing all materials; for all preparation and storage of materials; for cleaning the existing surface; for mixing, hauling, placing, and compacting the mixture (including initial test section); and for all tools, equipment, and incidentals necessary to complete each item.. No separate payment is included • in the contract for furnishing and batching mineral filler, or antistripping agents, should such items be required. Rehabilitation of the existing pavement surface and the tack coat shall be measured and paid for at their respective contract prices. • Payment will be made under: Bid Items for: Porous Friction Course Phase III, per ton. • • • • • J • .. i:&: - �w� r\L fe rh. ..r Yc •. qro. F P-603 BITUMINOUS TACK COAT DESCRIPTION 603-1.1 This item shall consist of preparing and treating a bituminous surface material 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. 603-1.2 QUANTITIES OF BITUMINOUS MATERIAL. The approximate amount of bituminous material per square yard for the tack.coat shall be 0.05 to 0.15 gallons per square yard. MATERIALS 603-2.1 BITUMINOUS MATERIAL. The types, grades, controlling Specifications, and application temperatures for the bituminous materials are given hereafter. The Engineer shall designatethespecific material to be used. .I . Application Type and. Grade Specification. Temperatures Emulsified Asphalt • SS -1, SS -1h TASTM D977 75-1300 F. CSS-1, CSS-1h ASTM D2397 75-1300 F. Cutback Asphalt RC -70 ASTM D2028 120-1600 CONSTRUCTION METHODS 603-3.1 WEATHER LIMITATIONS. The tack 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. 603-3.2 EQUIPMENT. The equipment used by the Contractor shall include a self -powered pressure bituminous material distributor and equipment for heating bituminous material. • -33- L J • • si' -h. tiva..ww:r . s m• 0 1::1,ir. ,l.. The •• 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. A power broom and/or blower shall be provided for any required cleaning of the surface to be treated. - 603-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the tack coat, the full width of the surface to be treated shall be swept with a power. broom or airblast to remove all loose dirt and other objectionable material. The application of the bituminous tack material shall be made by means of a • pressure distributor at the temperature, pressure, and in the amounts approved • by the Engineer. Following the'application, the surface shall be allowed to cure without being disturbed for such period of time as may be necessary to permit drying out and setting of the tack coat. 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. 603-3.4 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 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. 603-3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Contractor shall file with the Engineer certified weight tickets for the bituminous materials actually used in the construction covered by the Contract. The Contractor shall not "remove bituminous material from the -34- • ri I r.4hal s • \ • \ A• • 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 1 ` 603-4.1 The bituminous tack coat to be paid for shall be the number of • galof 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 603-5.1 Payment shall be made at the contract unit price per gallon for bituminous tack 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 Items for: Bituminous Tack Coat, Phase I, per gallon Bid Items for: Bituminous Tack Coat, Phase II, per'gallon Bid Items for: Bituminous Tack Coat, Phase III, per gallon III ` _ - - - - -35- J • P-620 RUNWAY AND TAXIWAY STRIPING • DESCRIPTION 620-1.1 This item shall consist of the painting of a yellow taxiway centerline stripes and holding line 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. MATERIALS • 620-2.1 PAINT. Paint shall meet the requirements of Federal Specification.. TT -P-1952. - 620-2.2 REFLECTIVE MEDIA. Glass spheres shall meet the requirements of Federal Specification TT -B-1325, Type III. • CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry, 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. -36- J • IE • I • • 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 48 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 taxiway markings and runway markings to be paid for shall be one .the completed item in place performed- in. accordance with the -Specifications and accepted by the Owner and Engineer.' - BASIS OF PAYMENT 620-5.1 Payment shall be made at the contract lump sum prices for taxiway striping and runway striping. 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 Items for: Taxiway Striping, Phase I (Lump Sum). Bid Items for: Taxiway Striping, Phase II (Lump Sum). Bid Items for: Runway Striping, Phase III (Lump Sum). -37- 'Ti rNUTI E • D-630 SAWED PAVEMENT GROOVING DESCRIPTION • 630-1.1 Work under this item shall consist of the preparation of the pavement • surface, transverse grooving of the pavement and cleanup and removal of any debris. The restrictions regarding work in the vicinity of navigational aids, as outlined in the contract documents, are specifically called to the contractor's attention. These restrictions shall govern the work. • Water for the grooving operation is available at no cost to the Southwest corner of the Terminal Apron and/or along the Eastside Apron Complex. .- • • • • CONSTRUCTION METHODS the Contractor -at West side of the 630-2.1. Equipment.. Grooving shall be accomplished utilizing diamond blades mounted on a multiblade arbor on a self-propelled machine designed and built for grooving pavements. The grooving machine shall be equipped with a depth control device which will detect variations in the pavement surface and adjust the height of the cutting head to maintain the specified depth of groove. The grooving machine shall be equipped with appropriate devices to control the alignment of the grooves within the specified tolerances. Flailing type grooving will not be permitted. 630-2.2. Layout and Alignment. ' Suitable layouts and lines of proposed grooving shall be spotted in -advance of the grooving operation. Control points shall, be spaced at such intervals as required -to ensure the accurate location of the grooves. -Alignment on the runway edges shall not deviate from a straight line by more than 6. inches. The Contractor shall provide an experienced technician to supervise location, alignment, layout, dimensions and grooving of -the pavement, - .630 -2.3. Grooving Techniques. The Contractor shall groove a test section to -demonstrate that the equipment and methods proposed for use will provide the required configuration within the prescribed tolerances. The following requirements shall govern for both flexible and rigid pavements. • a. Grooves shall be continuous for the full length of the runway and shall be normal to the centerline. The grooves shall terminate within 10 feet of the pavement edge; provided; however, that in the event the equipment requires more than 10 feet for proper operation, such larger dimension shall be approved by the Engineer prior to the start of the work. 11 L -38- JM1%.4 • ' Pro 4. b. Unless otherwise shown on the plans, the groove pattern shall be • 1/4 -inch wide x 1/4 -inch deep with a center -to -center spacing of 2 inches. c. The following tolerances shall be applicable unless otherwise specified. • The width of the groove shall be not less than 3/16 inch nor more than 5/16 inch. The depth of the groove shall be not less.than 3/16 inch nor more than 5/16 inch. The center -to -center spacing of the grooves shall be not less than 1 7/8 '- • inches nor more than 2 1/8 inches. The grooves shall be parallel to each other and perpendicular to the centerline of the runway with an allowable variation from the perpendicular of plus -or minus 2 inches in alignment in 65 feet. • d. Grooving of asphalt pavements shall begin no earlier than 60 days after the placement of the asphalt surface to be grooved in November through March or no earlier than 90 days after placement of the asphalt surface to be grooved in April through October. 630-2.4 Cleanup. The removal of all slurry resulting from the grooving • operation shall be continuous. Pavement shall be immediately left in a washed -cleaned condition, free of all -slipperiness from the slurry. All debris and surplus material removed from the grooving operation shall be disposed of in an area off the edges of the pavement surface. Unless otherwise specified, this disposal area may be on either side of the runway. Grassed areas having a build up of slurry of more than 1 -inch shall be raked • and the slurry spread in such a manner -that the build up of slurry does not. exceed 1 -inch. - • Slurry removed from the runway and shoulders: shall not be allowed to enter, either the storm sewer -on sanitary sewer system. • INITIAL TEST SECTION 630-3.1. Prior to the start of full runway grooving operations, the Contractor shall demonstrate compliance with these Specifications by means of an initial test section. Such test section shall be not less than 20 feet in • length and 50 feet wide. The test area shall be at the end of the runway under a displaced threshold condition. The sawed grooving of this initial test section shall be in accordance with these Specifications. In the event -39- L J • • L \ : F r .i „iY I rY i -'u • ' ... r • "T yS , R • a + . �. -- Fi the grooving of the initial test section is unsatisfactory, the Contractor' • shall make any necessary adjustments to the equipment and methods, and shall- • be required to repeat the test section until satisfactory results are obtained. No payment shall be made for any test section not meeting these Specifications. When a test section conforming to these Specifications has been completed and approved by the Engineer, payment will be made for this test section -only. No payment shall be made for any test section not conforming to these Specifications or which has, not been approved by the • Engineer. .. - EXISTING CONDITION • 630-4.1.. The following information -is provided for -the existing pavement to -• . be grooved. Year Constructed: Recent Overlay within 3 months of grooving_.i•- Type of Surface: Asphalt Type of Aggregate:.. Crushed Limestone This information shall in no way be construed as relieving the Contractor of= - li� any responsibility for determining the actual job conditions. RUNWAY LIGHTING - -- 630-5.1. The Contractor shall exercise extreme care when grooving near in -runway lighting fixtures and wireways. Grooving shall. be terminated - a minimum of 2 feet from existing lighting fixtures. . Grooving shall terminate within -3 inches of longitudinal or diagonal saw kerfs where lighting cables are installed. The Contractor shall assume full responsibility for, and shall repair and/or- replace.at his sole expense, any runway lighting fixtures, bases, or cables damaged by his equipment and/or personnel throughout the duration of: the -- grooving project. - - - - � - METHOD OF MEASUREMENT - - 630-6.1. The quantity of sawed pavement grooving to be paid for shall be the number of square yards of pavement actually grooved and accepted in accordance with these Specifications. The net dimensions of the grooved surface shall be used to calculate the number of square yards for payment. No deduction shall be made for leave outs of less than 25 square feet in plan projection on the -40- i • Zia !• r 1• 1 /M1. r?T'4x L.,./n...... ..1. p1� ....•_. n • • \a• w'A'N• - •. •P // it . • I \i • /m 1 / ii1} 9\. •• l IL4 .• /'•iPL.. /` Y .. nFan...hq. • No + •R is No.. \ i—w P Y* _.w' • •- r. .. ••.i'k• --.• . • Y 1-� . n r! la• a ¢.. .: 1 a surface being measured for payment."'The area of the initial test section • accepted and approved by the Engineer shall also be measured for payment. BASIS OF PAYMENT 630-7.1. Payment shall be made at the contract unit prices for sawed pavement • grooving. This price'shall be full compensation for furnishing all materials,. for all surface preparation, -for cleanup, for grooving and for,alltools, equipment,labor and incidentals necessary to complete this item. Payment will be made under: • Bid Items for: Sawed Pavement Grooving, Phase III, (per square yard). - IN . • • . • -41- L J T-901 SEEDING • DESCRIPTION 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 eachkind of seed. The Contractor shall furnish the Engineer duplicate sighed 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.l-abeled in accordance with the current rates and regulations of the.Arkansas State Plant board and have a minimum of 90% pure seed sand 85% germination by weight. Seed shall be of the varieties 'and the amount by • weight as follows:' = April 1 - August 31 Variety Pounds Per Acre •• Creeping Red Fescue 15 Bermuda (Common) hulled 15 - fall Fescue (K-31) 15 - • October 30 - December 30 Bermuda (Common) Hulled 10 Annual Ryegrass 25 Creeping Red Fescue 15 • -42- • J 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. - The soil for fill and topsoiling of areas to. be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be. repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the Engineer. • 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. thel 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 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 -43- • 1(T r"� IP8 • 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. 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. ►d .►. J 1 r,`IIPa ^ ! 1 • / I N•r. ,a•, 1 • 1 rr', 1 . :'..•••' ✓ yyl : ... r •1. • .r •.a .' •. - Yv*'4tS,Y w: I. r • r SA» c F.. 1 .4_ j,p a r .,. ..'I. ��.. .IY✓•. WI/ M`.. _...• • •.Hi 'F- Y LL Jt . 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 Items for: Seeding and Fertilizing, Phase I, per acre. • _ Bid Items for: Seeding and. Fertilizing, Phase II, per acre. Bid Items for: Seeding and Fertilizing, Phase III, per acre. - - - - - - - I - • • - • -.45- i T-905 TOPSOILING • DESCRIPTION 905-1.1 This item shall consist of preparing the ground surface for topsoil • application, removing topsoil from designated stockpiles on 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 from on -site stockpile of topsoil 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 herbaceous 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. • CONSTRUCTION METHODS 905-3.1 GENERAL. Areas to be topsoiled shall be the sideslopes along the -taxiways and runway for a distance to meet the criteria given on the Plans. Topsoil is available on the site and the stockpile of topsoil is located north • of the Eastside Apron Complex near the Northeast corner of the Airport Property. Suitable equipment necessary for proper preparation and treatment of- the -.,.ground surface, removal 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. • -46- L J • r xT Grades on the area to be topsoiled, which have been established by the. Contractor 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 the removal of topsoil from designated areas, any vegetation, briars, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by the Engineer. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed. -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. that has been stockpiled on the site by -others, and is required for topsoiling purposes, shall be removed and placed by the Contractor.- 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 topsoil shall be evenly spread on the prepared • areas to a uniform depth after compaction, unless otherwise shown on the Plans or stated.. in the special provisions. Spreading shall not be done when the ground -or topsoil is -frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a 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 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 quantity of topsoil obtained on the site to be paid for shall be each complete item in place performed in accordance with the Specifications and accepted by the Owner and Engineer. Cl LA -47- J • ' . • • I v.'2 s' rya q "i: i _ I 1 . . 1 , rYia'a jk,-t rr f l_. i�[..�Ea I $ .e:a{/i it• -1 r_'_'a{ r }.IDf.� � w+.-tl p3�yi a.�.I-N �'. "Y.LFu.ry1 ♦ r... h •'2 v. I ... -. !_. Y.... .rrr ..a .v .J. • • • . . _• T rI •[ LV Zt�.! - • -• h `1St' ♦ � •Y S4 Y;l 4P •. 1 r • Y•'mac-.• a yw r -'{.p� • .. ._ ,l. .I '. J .- a Y,v\� I. BASIS OF PAYMENT •. 905-5.1. Payment will be made at the contract lump sum prices for, topsoil for siidopes for each Phase. 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. ! .' - . Payment will be made under: '. -. - Bid Items for: Topsoiling for Sideslopes Phase I, lump sum. Bid Items for: .Topsoiling for Sideslopes Phase II, lump sum. Bid Items for: :Topsoiling for Sideslopes Phase III, lump sum. . . •.-• -• - . - - - - -• - . --- .-. • • - 3 • J -48- J • 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. MATERIALS • 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 5 days after acceptance of the bid, the Engineer shall -be notified of sources and quantities. of mulch materials available and • `tithe Contractor shall furnish him with representative samples of the materials to be used. These samples may be used as standards with the approval of the Engineer and any materials brought on. the site which do: not meet these • • standards shall be -rejected. • = 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. -49- L • RYiTi MAIOE • 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 • 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 0 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. 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 acceptance of the project against traffic or other Engineer, and erecting any • immediately after mulching shall care for the mulched areas until final • Such care shall consist of providing protection use by placing warning signs, as approved by the barricades that may be shown on the Plans before or 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 oE 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 L -50- J I riwa r4AE-- 1 L .f". y+ y • N .y YVT ♦V�.V T`f'tit W h. v �Ml1 `f bV y LY i, y r `Y.-�9 .y♦I: a d A �M�LYY` '.r yl •l th nY'a ham[ Y ITL L;f t � • 1 I .v f + {iVA .: .I l v� Y,v Lp [lif (Lly K- vl`l../➢Y.✓..L y,'.. • •• 1 T • 1 aV >r•� ., 'h..'i;. y:.y .... } �nJ+`KtiRr slv ..-_.� • � ♦ c. 4 § >,� 'FT? ..1 �° "., a t?; f'k'.r�iY[-J;.. ' l rf1.V l _.. • ••: 4.. 1f• F} ♦ Gr� M hF V ... f�4• /Y.:M1 f bituminous material shall be required. A pump or an air compressor of • 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 the Bid Items for: - Seeding and Fertilizing.' • BASIS OF PAYMENT 908-5.1 Payment will be made under Bid Items for Seeding and Fertilizing..' 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. • . - -51- J • 4f SOIL STABILIZATION FABRIC DESCRIPTION This item shall consist of furnishing and installing soil stabilization fabric • for the taxiway pavement repair area, as required. The soil stabilization fabric shall be placed over the subgrade material prior to the placement of bituminous base material. MATERIALS 4 The soil stabilization fabric shall be equal to Fibertex Ten -2 or Mirafi 50OX woven polyprophylene or Fibertex 200, Typar 3401 and TREVIRA S-1120 non -woven fabrics. Other fabrics mustbe approved by the Engineer 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 N • bulldozer. The Contractor -.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 4 feet. The borrow material is • - then to be replaced and compacted. Initial compaction should be made by "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. I. • -52- i 0 • '.Sr r r n '>N f i, 3�"4 rA yj.. ..v^x ilEi FF�° i. - rYy av J.�a�+a "'�` [rY+• nF M1C2 ! i� Siyp r,__ voy �. u s }Y :k n ZL IkIw 4 .:. fi is !'c, v +. R •-gp � ! 1' Ov.M1G P. mnb� 4 a Fi /la,'�"' R ♦ n 3 'Z..e i� +e rx aiat�ZY % "!f 4 ' "x f ix !'f ₹af (. S.yy" ! a t > cr... ♦s ak a i._w-.. n ._ w.A 6 ...J �. / Y.i. A.R. W. . Y. ' .. 5. : '. . Y a r. • Y! S • pa vW AA11.0. • r . • v6E'::1 0A�'n s 1 a r 4 fY- Y r ' M -i�/r!rl-f ri` 1 TY..f 5 ! : ' a a 4 �.J Nu 5 .. ,� - y. _ ... _• ; METHOD OF MEASUREMENT • Soil stabilization fabric shall be considered as. subsidiary to the. Phase I Taxiway Rehabilitation Bid Items. . . • • ''• • :7 BASIS OF PAYMENT Payment will be made under- the Bid Items for the Phase I,' Taxiway Rehabilitation. This price shall be full compensation for furnishing of all materials, labor, and other incidentals necessary to complete this -item. ---------- ----- -53- • PAVEMENT STABILIZATION FABRIC DESCRIPTION This item shall consist of furnishing and installing pavement stabilization fabric on the south taxiway rehabilitation, as required. The pavement • stabilization fabric shall be placed on pavement areas which have become weakened from aircraft traffic, as shown on the Plans and as directed by the Engineer. MATERIALS • Pavement Fabric The pavement stabilization fabric shall be a non -woven needle punched polyprophylene fabric "Petromat" as manufactured by Phillips Fibers Corporation, meeting the following requirements: Weight, Oz/Sq Yd 4.3 • Tensile Strength, Lbs (1) 115 Elongation -at -Break, % (ASTM 0-1682) 65 Mullen Burst Strength, psi 235 - Asphalt Retention, Gals/Sq Yd 0.20 Color Black -Blend Other fabrics may be used upon approval by the Engineer prior to bidding. Asphalt Bonding Agent. The agent for bonding the pavement fabric to the-. underlying asphalt course shall be an asphalt cement meeting Viscosity grade AC -20 or AC -30, as determined by AASHTO M-226. The asphalt cement shall be - applied at the rate of 0.25 gallons per square yard or as adjusted -in .the �'• field by Engineer. the CONSTRUCTION METHODS EQUIPMENT Distributor, The asphalt distributor shall be suitably metered and capable of spraying the asphalt cement at a prescribed uniform application rate. --No drilling or skipping should be permitted. The distributor shall be equipped with a hand spray with single nozzle and positive shut-off valve. • Fabric Laydown Equipment. Mechanical laydown equipment shall be capable of handling full rolls of fabric, and shall be capable of laying the fabric smoothly, without excessive wrinkles and or folds. When manual laydown is required, a length of standard one inch pipe, together with suitable roll tension devices, are required for proper roll handling. • . -54- i • • Miscellaneous Equipment. Stiff bristle brooms to smooth the fabric and scissors (or blades) to cut the fabric should be provided. Under some • conditions a pneumatic roller to imbed the fabric into the asphalt sealant may be needed. INSTALLATION PROCEDURE Surface Preparation. The surface on which the fabric is to be placed should • be free of dirt, water and vegetation. The fabric is to be placed on a leveling course. Application of Asphalt. The asphaltic cement shall be uniformly spray applied at the specified rate. At least 0.20 gsy residual asphalt, under heat of the. applied overlay, is absorbed by the fabric alone. • H. Application will be by distributor equipment with hand spraying dept to a minimum. Temperature of the asphalt shall be a cement, minimum temperature 290°F. The temperature should not exceed 315°F. The target width of the asphalt cement application should be fabric width plus • 2 to 6 inches. Asphalt drools or spills should be cleaned from the road surface to avoid flushing and possible fabric movement at these asphalt -rich areas. Fabric Placement. .The fabric shall be placed into the asphaltic cement with a minimum of wrinkles prior to the time the asphalt has cooled and lost • tackiness. The fabric is unrolled so that the bearded (fuzzy) side is unwound `- into the asphalt cement, thus providing optimum bond between fabric and pavement during the construction process.. Ambient Temperatures. Air temperatures during fabric installation should be warn enough to allow adequate "tack" from the asphalt sealant to hold the • fabric in place. The minimum air temperature for the placement of the asphalt.. cement shall be 50°F. \'METHOD OF MEASUREMENT • Payment for the pavement stabilization fabric shall be made for the number of square yards completed and installed as measured in place excluding all laps in the fabric and acceptance of the work by the Engineer. BASIS OF PAYMENT • Payment will 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. • -55- • •TI 1iY ^. 4 a -.�r }'H Se 14 �. 'i N:. .e-. ♦ I T, t ry r t.. ♦ � F : ! _ i{-If a 4F} � a� �d 'i [F�a l�y'M1� YF {♦.�+{ .c- Ys • .N' �.. ae' yi 1 l^y 'QI(�yTA S. 2)�.. wf} l° sd.b'. ^Y I �i.ca L}t (� Z'k1 . xa .d +�. 3hxro 'ifMy Irr3. J rIy ayl� x �":}. rte. xi3•d. .F 'i ' ^f i l.rc a tl si n�. tY w ^N 3 -.� ��f °3 -..emu uV-.Ym. ♦ r - w n . °.ii �.yr • Y. 3:'E.1 -+ 1 r I i �I •- i.... $' 1 i �..[.... y �K lid Y Y'iY -$'�ay.-'� •iAy ✓ Y • 11 ff T Y 1. _. I _ ._: Payment shall be' made under: • Bid Items for: Pavement Stabilization Fabric, Phase I, per square yard. • • - • .- -56- J ASPHALT PAVEMENT RECYCLING • DESCRIPTION • • • This work shall consist leveling existing asphalt of bituminous plant mixed Specification and the 11 shown on the Plans. of heating, scarifying, rejuvenating, mixing and concrete pavements and overlaying with a new course materials in one process and in compliance with this nes, grades, thickness and typical cross sections MATERIALS (a) Asphalt Rejuvenating Oil. Rejuvenating agents or liquid asphalt additives as required to restore the existing pavement shall be approved by the Engineer prior to use. Rejuvenating Agent. The::asphalt .rejuvenating agent shall be composed of a petroleum resin oil base uniformly emulsified with water and conforming to the following requirements: Tests of Emulsion • Viscosity at 77°F., SFS- Residue, % -. Cement Mixing Test, % • Sieve Test, % TI. Particle -Change Test Minimum 15 60 Positive Maximum 85 2.0 0.1 Positive Test Method ASTM D244-77 D244-77 D244-77 D244-77 D244-77 A manufacturer's certification shall be submitted for rejuvenating agent. Liquid asphalt materials shall meet the requirements of AASHTO M 226. (b) Plant Mixed Materials. Plant mix materials used for the new surface course shall meet the requirements of P-401. - • EQUIPMENT Recycling Equipment. The equipment used to perform the in -place recycling and overlaying shall be a self-contained, self-propelled, automated unit manufactured for the intended purpose of recycling and overlaying existing bituminous pavements in one process at a rate as directed by the Engineer. In • -57• - - r • n L.. r addition, the recycling equipment shall meet the following minimum requirements. (a) It shall be uniformly apply sufficient radiant heat to the pavement surface to allow the pavement to be scarified up to the average depth of 1 inch. For depths of more than 1 inch, two machines shall be necessary with the second machine following closely behind the lead machine. The heating and scarifying must be able to be done without damaging the bituminous material or allowing the surface of the pavement •to exceed 450°F. The heater shall be capable of heating the pavement to a sufficient temperature as to allow the recycled mix to be within a 200°F to 250°F temperature range at the time the bituminous surface course is placed on the top of the recycled mix. Recycling equipment must be capable of heating and working over hot recycled mix or new hot mix surfaces without damaging the mix or breaking environmental rules; • (b) It shall be equipped with pressure loaded scarifiers with teeth sufficiently spaced so as to cut to the specified depth, a surface conforming to the desired finished profile of the pavement. (c) It shall be capable, immediately after scarifying to_ coat the • reclaimed mix evenly with the asphalt rejuvenating oil at the rate of .05 to .15 gallons per square yard to be adjusted during the- test section. Application rate shall be within 5 percent of requirements as specified. (d) It shall be equipped with a cutting and leveling blade that gathers • the reclaimed material. • (e) It shall be so designed and equipped as to mixthe reclaimed • material and asphalt rejuvenating oil, evenly spread the mixture and compact it with a screed that lays the recycled mix as a leveling course in alignment • with the plan profile. • (f) It shall be equipped with hot mix receiving hopper, hot mix conveyor • and spreading screws to feed paving screed. -Screed- shall be a 4 -section, vibratory screed to taper curb lines and follow contour. Screed shall apply new hot mix over the 200°F recycled mix. The finishing screed shall have automatic controls to produce a surface of uniform slope, grade and texture. The finish surface shall not deviate more than 1/4" from a 16' straightedge. • • (g) It shall be equipped to heat and •cut back a minimum of -two inches of the standing edges of previous adjoining passes to produce i welded longitudinal seam. (h) The Contractor will comply with all federal, state and local air • pollution laws. The recycling equipment shall be equipped with an automatic grade control device shall be used, this equipment shall be equipped with a control system capable of automatically maintaining the specified screed elevation. The control system shall be automatically actuated from either a reference line or • E :J 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 transverse slope controller shall be capable of maintaining the screed at the desired slope within plus or minus 0.1 percent. The controls shall be capable of working in conjunction with any of the following attachments: (a) Ski -type device of not less than 30 feet in length or as directed by the Engineer. III (b) Short ski or shoe at least 30 feet apart. Compaction Equipment. Rolling equipment shall be of sufficient type nd size •to compact. the bituminous surface course to the required density. Sufficient number of rollers shall be furnished to keep up with operations. Compaction of the bituminous surfacing shall be completed before the temperature of the mix drops below 200°F. . - TESTS Prior to commencing operations, the Contractor, at his own expense, shall successfully verify his ability to heat and scarify to the depth shown on the Plans in a 200 -foot by 50 -foot control section located at the north end of the • runway under a displaced threshold condition. The gathering, addition of rejuvenating agent, mixing and leveling or placing of new bituminous surfacing will also be accomplished during the test. • The Contractor will operate his heaters and recycling equipment (i.e., scarifiers) at a speed and in a manner the same as he will conduct his • operation in actual paving operations. The ambient weather conditions .air temperature (in shade), pavement temperatures, wind velocity,`cloudcover) together with the speed of equipment (feet/minute), spacing, operating. conditions, (burners operating, pressure on scarifiers) shall be documented during the test. Immediately. after scarification, the Engineer shall in at least four randomly. • pre -selected locations, determine, that the depth of scarification is at least that specified. • Continuous testing and retesting shall not be allowed. If after two successive tests, the results are inconclusive or not in Specification, the • Contractor shall make necessary adjustments or modifications and notify the Engineer who shall conduct one additional test for conformance. If the results of this test are inconclusive or out of Specifications, the equipment or processes shall not be used. L • -59- firaE-- J LA When the equipment and processes have been approved, the Contractor shall proceed with his surface repaving at the same or slower speed, spacing of • equipment,a nd manner of operation as it was operated during the successful test trial. No further testing for scarification depth shall be done, until when and if the Engineer or the Contractor deem that ambient or other conditions have changed sufficiently to warrant new trial tests which shall be conducted as outlined. • If, in the opinion of the Engineer, at any time the stability of the remixed asphalt, the stability of the recycled and/or new asphalt is questionable, the Engineer may require that operations be discontinued until tests can be made. The asphalt shall uniformly. have a marshall stability (75 blows) of 1,800 pounds. If the operation cannot be adjusted to meet this stability, the contract will be terminated. No payment will be made for recycled pavement • not meeting the minimum stability requirement. CONSTRUCTION METHODS (a) General. Construction of the asphalt concrete pavement shall be.in • accordancewith Section P-401, except as otherwise specified by this Specification. The existing asphalt concrete pavement shall be heated and scarified to the depth of that specified and rejuvenated, mixed, leveled, and simultaneously overlaid with a new plant mixed materials as a continuous construction operation to the thickness specified. The new plant mixed materials shall be integrally compacted with existing pavement materials processed by recycling. - (b) Surface Preparation. Prior to commencing repaving operations, the • _ _existing pavement shall be cleaned of all deleterious materials to the satisfaction of the Engineer. (c) Repaving. 1. Radiant Heating. The surface of the existing pavement shall. be • heated with continuously moving radiant heaters to allow the pavement to be scarified without breaking the coarse aggregate in the bituminous mixture, - hold the temperature of the pavement below 450°F. and produce a reclaimed mix •at a temperature of not less than 200°F. The heating operation shall be applied under an enclosed hood extending at least 4 inches beyond the width of .scarification on both sides. 2. Scarifying. The heated pavement shall be immediately scarified by carbide tipped teeth set on less than 1 -inch centers mounted in multiple racks or a rotating mandrel controlled by the machine operator. The minimum depth of scarification shall be 3/4inch average for a single pass of the equipment. Scarification equipment shall cut a plane through the pavement -60- n 1N . L L fl that is within 3/4 inch of alignment with grade and slope of the finished pavement. Special diagonal cutting blades shall be used on the outside racks to cut back along curb aprons and adjoining pavements. 3. . Application of Asphalt Rejuvenating Oil. Liquid asphalt rejuvenating agent and/or asphalt additives shall be applied after heating and scarifying operations.Additives shall be applied to the existing pavement materials at the rate recommended by the manufacturer and approved by the Engineer. 4. Mixing and Leveling. The heated and scarified material shall be leveled and uniformly distributed over the pavement surface. When reclaimed materials are found to be insufficient in quantity as • produced by a single repaving machine to meet plan thickness or surface tolerances, an additional repaving unit shall be utilized in advance of final repaving operations. In either instance, repaving and overlay construction shall be continuous. (d) Bituminous Overlay. • 1. General. The new plant mix bituminous surface shall consist of materials meeting the requirements of Section P-401. The temperature of the existing heated and leveled materials shall be above 200°F. at the time of placement of the plant mix bituminous surface. 2. Compaction. The bituminous overlay and the reclaimed pavement materials shall be compacted as a unit in accordance with the provisions of Section P-401. METHOD OF MEASUREMENT • (a) Pavement Recycling will be measured by the square yard of completed and accepted work in place. (b) Asphalt rejuvenating oil will be measured as the gallons of actual material used,. not including dilutants or emulsifiers. • BASIS OF PAYMENT • Accepted quantities of pavement recycling measured as provided above will be paid for at the contract unit price bid per square yard for "Pavement Recycling," which shall be full compensation for furnishing all materials, equipment, labor and incidentals to complete the work as specified. -61- _ ra__: YYM ...y.YF -. .u.raV . • Payment will be made under: • Bid Items for: Asphalt Pavement Recycling, Phase I, II, and/or III, per square yard. Bid Items for: Rejuvenating Oil, Phase I, II and/or III per gallon. • . • • • • . -62- •1174 •%5ttC?.