HomeMy WebLinkAbout141-91 RESOLUTION•
•
'ATTEST: r•
-
V • .,
RESOLUTION NO. 14k-91
A RESOLUTION AUTHORIZING A BID AWARD, CONTRACT
AND SUPPLEMENTAL AGREEMENT TO MOBLEY
CONSTRUCTION FOR THE INSTALLATION OF ACCESS
ROAD LIGHTING, EMERGENCY RUNWAY LIGHT
GENERATOR AND CLEARING/FENCE INSTALLATION IN
ACCORDANCE WITH FEDERAL GRANT #3-05-0020-14.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF_.
FAYETTEVILLE, ARKANSAS:
Section 1. That the Board of Directors hereby authorize
the award the bid to Mobley Construction in the amount of
$199,085.02 and authorizes and directs the Mayor and City Clerk to
execute the Contract and Supplemental Agreement for installation of
access road lighting, emergency runway light generator and
clearing/fence installation in accordance with Federal Grant #3-05-
0020.14. A copy of the bid tabulation, contract and supplement
agreement authorized for execution hereby is attached hereto marked
Exhibit "A" and made a part hereof.
PASSED AND APPROVED this 6th day of August , 1991.
City Ckcci
r ' .Y -
1 a' I • i f `.
�
.
''
J �•N.
. as
S,
APPROVED:
By:
Mayor
$
•
I • 4
,
•
CONTRACT
SECTION I
STATE OF ARKANSAS
CITY OF FAYETTEVILLE
THIS AGREEMENT, made and entered into this 6th day of
August , 1991 by and between the City of Fayetteville, Arkansas.
Party of the First Part, hereinafter called the OWNER and Mobley
Contractors, Inc., Party of the Second Part, hereinafter called
the, CONTRACTOR.
WITNESSETH THAT:
WHEREAS, the OWNER has called for bids for the construction of
Airport Security Fence and Lighting Improvements for Contract
Section II at Drake Field as set out in the Specifications and
Plans No. FY892158 and,
WHEREAS, the CONTRACTOR agrees with the Owner to commence and
complete the clearing, grading, box culvert, .fencing, topsoil,
seeding, and other tasks as -designated in the project Plans and
Specifications Contract Section I for the unit prices bid in the
Proposal estimated quantities included on_ the Bid Proposal Sheet
for Items II -1 through II -12, and apAgreement No. 1, made part of
this Contract; the total being One'HundredNinty-nine Thousand
Eighty-five and 02/100 Dollars ($ 199,085.02 ).
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, andwritten or
printed explanatory matter hereof.
The CONTRACTOR agrees to fully complete all'work under this
Contract within 90. calendar days. The OWNER agrees to pay the
CONTRACTOR in current funds for the performance of the Contract in
accordance with the accepted Proposal therefore, subject to
additions and deductions, as provided in the Specifications, and to
make payment on account thereof as provided below:
� MCC/ellond
es netl to rye ConsulNnp
corprs
nEngin"eers
Foyelfeville, Arkonsos
-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 (i0%) 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 four hundred dollars ($400.00) 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 anytime 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 in
concurrence with the FAA.
McClelland
Consulting
Engineers
Incorporated
Fayetteville, Arkansas
Contract - 2
•
No such extension shall be made for delay occurring more than
seven (7) days before a claim therefore is made in writing to the
Engineer. In the case of a continuing cause of delay, only one
claim is necessary.
In the event the CONTRACTOR abandons the work hereunder or
fails, neglects or refuses to continue the work after ten (10) days
written notice, given the CONTRACTOR by the OWNER or by the
ENGINEER, then the OWNER shall have the option of declaring this
contract at an end, in which event, the OWNER shall not be liable
to the CONTRACTOR for any work theretofore performed hereunder; or
requiring the surety hereto, upon ten (10) days notice, to 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.
4 Z c
This Contract shall
representatives, successors,
including the surety.
;be binding a upon the heirs,
"or assigns of .the parties hereto,
•
IN WITNESS WHEREOF, the OWNER and CONTRACTOR have hereto set
their hands and seals respectively..
(SEAL)
WITNESSES:
•
-
-(SEAL)'
t.0`
4.`
:ATTEST:
horS
.City Clerk,
% n
FIRM NAME: Mobley Contractors, Inc.
City of Fayetteville
Fayetteville, Arkansas
BY:
r
N McClelland
Consulting
ei Engineers
Incorporated
FayeHevuIe, Arkansas
d Vorsanger (I+{4 or)
Contract - 3
t
0 tq
to
cjw
v
H CO n O
H �7 ♦" `
z QN V .L
z O EI `� V
HiO-1 H E 1
F-1 WOO I
0 furl in 1
COO W m F —U
aD U 11
E-1 )44 Ci 11
00 F
CO O
U
0
U
•
00 0 0 0 0 vto 0 00 0 0 0 0 0 00 00 0 0 11 If10 n N NU 0 11
00 0 0 0 0 NO 0 00 0• N 0 0 00 0 0 0 0 II MA11 Y Y11 0 11
0 0 00 r 0 0 NN 0 ON 0 d 14 0 O as yIC�� 0 A 0 11 MA n 0 011 0 11
2 IM •0 N ��rr11 N•_ N g g Iy N O as
C� 1!1 V 0 11 00.11 11 0 11
Tb r A M 0 M M.O !� N N N P d
64 1-' X Nr M N' p MN P f Pr 0 •
N •
P M M P• 0 M O dM M P 1MN 1 0 OH O II
N 11 1/11•1 II - x11 CO IIN0
?< W N N N M N N w .1.NN N NNN N Inn0 OH
N I 0011 11 N n
11
CC 4 t . • 4 11 .. nl . N 11 11n
NO >, Il 0690rn 11
Z2 - 11 11 11 11
O^ O N N Vt O Y1 • 0 0 0 0 0 0 0 0 0 0 0 0 n 11 11 11
UC W O A A 1� N
NO M N •N 000 0 0 0 0 II n N 11 11
0 0 •
} O
KN OC 0 N N Y1 0 N 0 O' A_ N • 0 O .* N O A 1/1 • II Inl �W II II
WH O. IA 44 M N N N N N 0 N N '0 J b II IIN •-• II Il
YO M 0 M M n d OS n n
II II
1V M I- M - III
in
N 11 111- 11 Il
2 2 N N II
II 11 ~012 .11 1l
11 Ilrr II
0 II
II 11 0 11 n
Il II S 11 11
11 II 11 11
II 1 1 1
0 0 0 0 0 0 0 000 0 00 00 0 °HOU • 11 11
0 0 0 0 A 0 0 0 0 N A 0 0 0 N 0 0 0 n N 11 N 011 11
W 0 N 0 •O A N 0 0 0 C� N 0 ▪ 0 0 A O 0 O 11 0 N< CO 0 11
2 0 O O 0 P O 00 O N 1!1 •.T •O .•}} I� pp 0 O Il P n O 002- 1
O N CO0 O 0 0 0 .O 0 N CO 0 A N O n N n Il 0 11
- Y N • d A •O •.f E0 O A N .t .0 P O N 11 11 IIn 811 0 11
j< W N M N w N N N I4 N NON N OMN N MN N .t n P Il a en 2 11
0 V n n 11
YW 44 1 • 1 M n n
NJ Il 11 II
2.4
0•-•0 IA N 0 Y1 O O 0 0 0 114C1� 0 0 0 0 0 0 0 n a 11 1
U> W 0 ANNN O O 0 0 N A 0 0 0 14 0 0 0 IF11
CfILI
O •• I11 11
Wf 0
M N N N O fl N A
O MNN N O O O
NW N 0 0 M 4NANAn = I 1
0N 1
11 11
W
< N - 0Op� O A
3 2 N N N M N 141
M•
N 471
•N 11 1 •-4 X13.
n 11"
N J 11 1 rS n II
11 1 11 11
Il
II --1
11 I
6
SI
d . O P M P A
O
al CI
W 2 2 r F- P- 0 r N
U W W •
p
0
W > 0 W N N N .°231
W
> M U<
F- h <
- £m M
d' •41 zer
O —' MM 0 p,
2 6N Or W r N A r M P
o WWP U`
.0. 000e
d d N .O •O d O
N.
J_OOY r J0 .
mW6I• O • 0£ - • N M
FYx <2M r 0 N W
60NF- -
OOC•• UY
00-1 *-..c.0 O 3 300Z
0 0 0 0 43 00 0
MCC 0
0 36 00 • • 0 • •
G' 2 W 0 0 O M r 0 0
N 0 0 N 0 .01 • 1- M M O
W 0 0< W-
IP •O N N 0 ..O} N
U W U. W N N 0 r N N P
< X <-1 N N
W v
z..
OW
.Y
F-0.
JW O
0<
I<i •Y.
J
CONTRACT SECTION 1
•
2
n n
1 1
0 O N 't 0 0 ..pp Y1 OCC�C� 0'1 A n 11 II
0 0 N M d 0 0 CO A 0•' d o (0 NII n
N 0N N N • ON A 11 M <
n< II 0 n
1/� 0 N P .p •.y} N .f O 0 11 N n 0 MU- II
0 A N A •O M A P P 0 11 0 1 11 0 11
CO A NN , I. A r N •O n n 0 011 0 11
MONO N N OM N M 11 M n N NII 2 11
N N N N N N 11 14 0 11 II
II • 11 n II
11 0 11 11 11
11 n II 11
O .O 0n r .O O •O MO M 0 11 11 W 11 11
0 N A•, N !� O• `O C'- 0 11 11 = 11 II
N •O N' A A N M N d O II II SF n 1I 11 11r
N N N d N N NOII 11 1 0 W
O N M A N r .O Il II Oe n II 0
0 N N N 44 ▪ N II 1 ▪ 'N II II 11 II 0.
M N 11 II r 11 11
II u n u
II n 11 11
11 1 1 I
II II 11 11
11
11
11A
0 0 0 0 0 0 0 0 0 0 0
0 0 .t e 0 0 0 0 0 0 0 PCOUN NII
0 0 .t M CO 0 0 P O 0 0 ▪ 11 N 11 6 <11 O
0 ' P •O A 0 0 N N 0 11 0 11 0 OHn
M P N aO N N N .O O 11 A n 0 0 Il
ao o •0 ✓I ' •
M 0 d C n ri n o N n 0 11
NN M N M N M 11 d o . II 2 n
N N N N 11 M 0 II n -
II • n 11 - II
II ▪ N n 11 n
n 11 11 n
0 N 0 0 0 0 0 0 N 0 0 0 0 0 0 11 n ▪ W 11 11
0 0 0
A P 0. 0 0 'O •t `O 0 0 N O 0 0 II 11 0 11 11
0 M W 0 M 0 0 0 ▪ A NN 0 0 0 •{ 0 0 0 11 11 = 11 11
N N -O O N N- N O 11 11 F- II 1
0 M O M M M N .O 11 11 Na II I
P "crN Nn nrxn 1 0 N x N X
N 11 ii IN 11 I
11 II r n n
11 I 1 1
N YYYY N. N N Y W W I- <0 Y U N OC II • Il 11 N 11
J 01.300 J J J N J J Wil M< J = Il n II J 112
•t O 0 A r e r O e 0 •t r N r r 0 II n0 11 r n=
0 •O 01 0 CO M 0 •T O N •O 11 H 11 110
O `n - N 0 O e II 0 0 He
rN O N M N 11 II ell BMX
M II II Nll Il W
11 II YO ----411 w
0 W F- 11 II 011 116
i• W 0 W < 11 II .• 11 nCOM
Y U 2 UC U 11 n N KII I- 1100
0 OC LL •+ 11 0 Y <11 0 00W
2 2 0 N 3 W II n< 011 0 110
O 00 W U F- 11 11 0 211 11 d'£
or b 2i W W ON 2 W2 11 11 WII IIfO
-
F- I- Fit 1- 3 K W4 W 0 0 U W ...100 11 N
O^ < 2 < • WW > 0< 0 W 2 2O 11 11 2n n < <0 0002
2W > S 0 Z Oa 3 1'0 2 Cr 11 11 0 UIIONJne0
MY • Q -W W N 1'6 WWll n 2 elle
0I_ U Y f Uv J 1'U C. 0 0R' 1-U OC 3M11 Il W 1100=0 Y0
0U 1- X 2 U X •D0 Y < W W N2 e J 4OW O711 Il J WII 261 112_
0< < W < W WN U NN CC CO ZI- 'W 3 ••• ^W F11 0 n < `n W.W11 - -> 0 JY W K N 6 K 0Q Xlr U f O W6=CUn LI IINNd'0O
G'
00 < 0r W2 0X X M• -< 3 W 0 Z CCC `611 0 n I.11<OSIIZ0
• U W W NW W3 .0 OJ OC 0 Y W W W2 YOC hll n umenn<
d
adX r -w 0d0Ov<x C CCI O pO y,•- Yv 1-W 11 W0 W 211 CI' 0 0 v W a U JW J ' U W O•+ 0^ OC •.• 0 CC On N n Z 0011100 I OQ
- 0 W2
3< 4J <W Y 0 6 n II>WWII.ICI
J N > I-< CAW WY J - 6 N3 J1 0J_ N 0J 0-0 0W11 0 n Y elle U110E-
N U U0 OF 6'W - = CC .. <0 240 6 211 It 2 UIIYY611 N
M 0 Q 6 <L <N MCC a Y 0 W >W I O O ..Z OCC O-11 J n 3 31102_11£2
6 N J 0. 6W J <U X 6 YU OM 4411 0 MW 2J11 < 11 0 M1130CL113•-
W U' - UM COS 0 Z Z £M 6 J WO > <M11 Y p 0 YIIO NIIN
J 2 20 0< 0 W W W6 N O O W2 SO Yen 0 n NII WE•+11 W
U Y 0 0 0 0.0- NU 0 e Y Na M0 eY N N< FU N<11 Y nM 2110<01I 0.0
1001 n Nn 110
UM
0 r N M r N' A 0 11 n r n IlJO.
N M d N •O A CO 0 r 11 11 J J11 0
•U n Q an n4
_
•-• -• - •- • • le - .. •. - - - - n n U FU 11
n 11 0 On 11
11 11 J FR n
"' TOTAL BID AMOUNT IN PROPOSAL
•
•
1-11
u ill n
O 0 NON
Y11 0
2 •
w 0O 0 V1-114 011 0
O a 0 11 Pell
0311
.Op•
aM X r 11 0 11r '11 S
04 W 0 H 6C11 p• O11
IlO
2 • , u --• I1
>41 N II WWIIII
m0 --6---41 11 11
11 U
O" 0 11 II a
06 U O • 11 11 Nap 11
WO - 0 11 11' wn -II
K - 0 11 IIN-a ll
WIC 6 O 11 11 0S11 ' 11
f 11 11 OI -m II 11
a= H P 11 0 a 11 11
W - a 11 11 OC 11 II
0 2 O n 11-m-011 11
11 11 S 11 u
41 ,yw n u a n
aa.
n n nu n
0 H n 11
Co n H n n
W 0 11 O 11 11 0 11
2 2 0 n m 11 u 0 41
G W 0 11 0 11 11 0 II
u< 0 2 0 2 11 n 2 n
II a 11 11
CC• n u 0 n
aW 11 0 a 11
mJ '�� •I a II II
J 0 II n n
n u H
0
W U 0 11 n 11
Ch' - 0 11 U u II
Wr m- n a n u
COW 6 0 a 11 0 11
W6 H 0 11 n an 0
11W i t 11 ii n 0
N O 1i n 11 1II
1
n n n n
0 m � 11 u 11
m
6 A 0 1141 W 11
0 • N 11 • 11 na 611 0 n
o N I1 A U0 0 a n
2 P 0 N a 11 CO 0
W *0 4.00011
m - 0 II 110 4111 0 0
W X - II 11- -11 2 11
0
a< W N n N 0 n 11
CC • —I-11 n n 11
O
0 11 OW II '11
QH W f 11 11 11 11
U-/ - - N 11 U => a n
>K CC in a a w 11 11
WK 6 P 11 110- u 11
0-20 II a -S 11 11
OZ 0
r U n 1 a' - 11 11
11
Z o • 11 II- 11 H
M 11 11 II II
U • W
SW
2
-W U O H
2a a
m G• n
JW 6 0 11
Uy U
U< f 1 11
6 2 N 11
1 1
II. H u 11,
o II m 1 u 11
HN 4111 11
O 11 N 11> >II 0 11
O II 0 H< <11 a 11
6 0 0 0
n • 1111 II
N 0 P 0 11111 0 U
O H N '0 NO 2 11
2 H N n 11
1" n 1
11 n
n n
nog n II
110 n II
n - - u II
111 n 11
5 II 11
O 1111 1 N 11 11
2n 11- 11 11
1 1
n 11 n n
m 11 n II N 11
J U n n J n
u 0 u u
1 n a - n
i u n p
11
zO
041 Z
Un 0
WO 0
m
W W
Ta
u< -
-- -
HW W
2a a
8-1 <
z
3
W
11
11
11
1
11 -
It CO
11 -
111 z
CJ 1 W
l Y
Won 11 2
•X11 K
COO II W
6011 J
WanWWI
<
K<1 J
caw I -
N611 O
U
N 11
• d
11
n
11 mn 1
11nlp 1
11/• 000 11
"a 00.0 11
up ziIOw n
WOZ 11
1114 40110011
110 1.10IY01Jn
Um all< OU
HW 11Z0Sn
Hal W116'2m11
HQ ZIIW-WH
HU llam/x0
Uv r-IIJ0S1
n
n< !- n
IIW an 0 II
Ur OUWO0U
11- Tn>toten
to- -n- on
n
Utlalain
0 002.1
00
110 Mn0o011
11 zm11W£-11
UO[ ow O110<011
IIN on 11
n- n n
UJ ..en. 11
n<4H
no On n
pJ Ya U
11 u
11 u
o 0 O 0 0 110
0
2 0 11 0 1111
110
X 2n
0
UE
W II 11 II 1
1
11 q 11 11
a 11 a 1
11 n II 11
11 II 11 11
11 11 11 11
11 1111 n
11 11 11 n
11 11 11 II
1 II 11 1
II 11 11 1
II 11 11 1
II M 11
. 11
1 1 1
n u 11
11 to 11 a
11 11 11 a
o II 0 11 110 1
LI - 11 II- 1
m n o n 110 1
II u 11 a
2 11 2 n O2 11
II 11 11 1
11 n 11 I
U n 1
H u 11 u
II 11 H n
11 11 11 n
11 11 n to
O U 11 1 a
II n 1 11
CO n n 1 u
o 11 11 i n
z n n 1 n
11 11 1 II
II 11 1 II
1111 1 11
1 n 1 u
ii II 1 11
11 n 1 n
—co 11 o 11 i0 n
CO n on 11 10 U
11 II 1 11
2 11 2 11 12 u
11 11 1 11
11 II 1 11
11 11 1
---.1111 11
11
11 11 1 II
II 11 1 II
W II 0 1 II
M
II 1 1 u
O 11 11 1 n
K 11 1 I 11
6 0 11 1 1 11
O 11 11 1 11
2 11 11 1 n
i 11 11 1 11
11 II 1 II
11
X11 1 1
11 11 1 11
n 1 1 n
11 n 1 n
0 0 11 o I 1a 11
2 0 11 0 11 I m 11
a0 II O II 10 11
X 2 11 2 11 I S 11
II
II
II
II 1 11
11
W 11
II
II II
0
11 II
11 n n
II II
11 II 1 II
11 1 1 11
0n 11 11
1
n 1 1 11
CO n 1 I II
1 o
o 1,
2 II
11
d n
UNIT PRICE
w
zx
-�•••r11
UNIT PRICE
0
r
w
UNIT PRIC
11 1 11
H I n
II
I 1
W ii 1 i m 11=
J II J H2
hI
11 11 1- 0
11 II mH 11OW
—~I 11 4110 IJ -
11 H 011 114
11 11 a 110 IIW=
H 0 la w0 a 1100
11 a IY QIINO 1166
0 0 16 011 •0 11 0
H 10 2006 Hoz
II N 1 faux 1160
H II H< `61!
1100112
nom n 0 u0 00I-NJ0-6
w n 2 12 all< On r
X> 0 Iles 1120= IIf0
J H W IIJ 01116'2m112J
.0 0 - IQ ZIIW-0106
bU II 4 10 n I-416' OLim
II 7 Iv an -0S0£0
1. W IIW 2 H CC Q 116
PO I 0
M 11 - 1= coII W O0110<
J 11 J la aU>wwnaW
w> H < HH Hu- 000'-
6'41 H II UIIHHQII m
¢Q n J 1 .002-A0=2QU H Q 1
ng
nL 1170611 O -
mW H a la - 11 00W 1141
OC H O H 4111 W£ -H W
416 H ~ IW 011UW 0Qm 11£0
0 IN 00
II 11-1 Q11 111 a 11 C
111611la6
U n0 -I011 n II
•* TOTAL BID AMOUNT IN PROPOSAL
•
•
N
T
W z
U
Zj
c.W O
> K
1- 6
- Sm
▪ •
= N
0 ww0.
FON =we
Jla
-OO<_ e
0LL22F
HO ••<WO •
HYS <
<0 OF
r0r UT
J >W<
<-,Z
O 30
0 06
W K
N
N W
W
u 2
4 W
W
00 00 0
00 00 0
O 05 •. .
W 00 MO M
a can NO C
O 2 M0 4160 •
W
HK 1- MN N M
U< X 41M e
J W N q MI
FN
NO
22 —•
Or
O 0 0
6 W 0 0 0
n2em .u-. o In r
WF 6' O N
TO 6 M M
NS
WM
3 N
J
0 O
U<
0
2
X
W
T2
20
0>
UJ U
>rc z
WK 0.
JO
0041 T
Z 0
0
W
CZN
6
0
0
1-
a
3
W
z
W
e-
0 0
�p
M
0
O
a
N
J
o_
•
0
•m
N
m
P
N
6
J
P
•
0 0 0 0 0 0 0 0 0
O 0 0 0 M O 0 0 0
0 o .0 0 00 01 0 0 0
0 0
w Mm N N
N �rA .00 O O A
M N M .1 p M
0•
n
M
0
CO 0
0
.0
0
q 0
0 0
o O
0
mO 0
M N
10
CI 0 O
o•
0 0 0
0 0 0 0
0 O O .0
} N 0 A
N NMN
M N N W
O A 0 0 m
N •• 0 0 N 111
W M
R
Nmt q 0
Y
< LL
W J
M
111
W
T
1-u u C. u
01. 2 2
•. u LL w
•.< 0 I-
2
2 m
. Y w
Z • 2 LL X
m J- Y w
W w
mW = m Z 00
00 0 Mr r
mC T -3 J Ce
�< z1.
O
M UW - 0rX
OT.
w 3s < <r.
2- z w< 0 CJ
L z 2m
6'J < 1- 6z
rr
W u.
0 0 H 6 <
JN
s .e3 r ZZ0
N M J N
PW4 - 1=0
-6 WATER GAPS TYPE f
u
W
6
1- 00
N
22
u i
W w
W WY
1- W2
3 NJ
A
•
m
•Owl1111
U
a
J
$36,059.91
0 0
0 0
0 0
O O
.O•
N
N
0 0
O O
O CO
O CO
C 0
N
< N N
W J J
P - r
1-
W2
u u u0
z = 0 2
O <Z
N T f K<
Jr 6'
0 W N
- J Z -O
6O W -
W2 CI 0 TGC
= 0 T V
6'
u W 0 <W
0J z 60
20 N W <
-Z N 0 OK
O W W WW
WO 0 W F. >
W2 0 Z x0
N< < W TO
N
URI!
11 • 11
• •11
11 • 1100 <
11 1161. 0
n 110 60
11 HCL= 0
1 n N GC
M 01 -6 6
II 0 = -
II nT
II 02..1
HO 11PHr ro
11 1<
KW 11
6 11Os
0
11< I -W
11DM 0mCC 0
11< 00=
I01- I0 IINW <
11
T 11 — 0
11 II0K T
11 nJ6
11 11 1
11 1141 •
11 11
H 11
11 n
w
6
•
•
NOTICE OF AWARD
To: Mobley Contractors, Inc.
Hwy 287/ P.O. Box 150
Morriston, AR 72110
PROJECT DESCRIPTION: Security Fence and Lighting Improvements to
Drake Field, Fayetteville. Arkansas.
The OWNER has considered the PROPOSAL submitted by you for the
above described WORK in response to its NOTICE TO CONTRACTORS.
You are .hereby notified that your PROPOSAL for Contract
Section II has been accepted for items II -1 through II -12 and
Supplemental Agreement No. 1 in the amount of $199,085.02
You are required to execute the CONSTRUCTION CONTRACT in its
entirety and furnish the required PERFORMANCE AND PAYMENT BOND and
certificates of insurance within fifteen (15) calendar days from
the date of this notice to you.
If you fail to execute said Unit Price,Contract and to furnish
said bonds within fifteen (15) days from the date of this NOTICE,
said OWNER will be entitled to consider all your rights arising out
of the OWNER'S acceptance of your PROPOSAL as abandoned and as a
forfeiture of your BID BOND. The OWNER will be entitled to such
other rights as may be granted by law.
You are required to return an acknowledged copy of this NOTICE
OF AWARD to the OWNER.
Dated this 9th day of August, 1991.
City Fav tteville
Fred Vorsanger
By
Title Mayor
ei nedr T Sverre
McClelland
Censulling
Engineers
Incorporated
Fayetteville, Arkansas
Notice of Award - 1
•
ACCEPTANCE OF NOTICE
Receipt of the NOTICE OF AWARD presented heretofore is hereby
acknowledged.by Mobley Contractors, Inc..
this the 6th
day of August
By 7fidt
Title ciheS/4,ar)r
•
McClelland
n�T rye Consulting
A■ `' Engineers
-�J incorporated
Fayetteville, Arkansue
1991
Notice of Award - 2
OWNER:
PROJECT:
CONTRACTOR:
City of Fayetteville
113 W. Mountain Street
Fayetteville, Arkansas
Security Fence & Lighting.
Improvements, Drake Field
Fayetteville, Arkansas
Mobley Contractors, Inc.
P.O. Box 150
Morrilton, AR 72110
Change Order No. 1
AIP 3-05-0020-14
Date: 9-24-91
Project No.FY892158
The following Changes to the Contract are hereby ordered:
1. Bid Item No. II -12 in the Amount of $6,000 lump sum
is hereby clarified and split into two (2) bid
items. The Contractor included in this bid item
the non -eligible cost for Third Party Insurance
Coverage and the eligible costs for mobilization,
demobilization, bonds and insurance. This bid item
is broken into two bid items as follows:
Bid Item No. II -12 Third Party Insurance Coverage
(Rider Amount)
A lump sum amount of $ 635.00
Bid Item No. II -13 Mobilization, Bonds & Insurance
A lump sum amount of $5,365.00
Original Contract Amount
Previous Supplemental Agreement
Change Order Will Increase
Contract Amount By
Revised Contract Amount
$149,106.12
49,978.90
0.00
$199,085.02
The Contract Time will be increase by 0 calendar days.
Contract Time 90 calendar days.
CONTRACTOR:
Mobley Contractors, Inc. /�
By: i„n+.�/.�/'
•
ENGINEER:
McClelland Consulting,
By:
OWNER:
City of Fayetteville
By:
/d-53-7/
Date
/lam1aT Zte
kith
e-125-1111)1 lyt,R
AC
CONSTR.UCrIONoSI'ECIFICATIONS MICROR ED
ACCESS ROAD LIGHTING,
SECURITY FENCE,
AND
EXTENDED RUNWAY SAFETY
AREA IMPROVEMENTS
TO
DRAKE FIELD
FAYETTEVILLE MUNICIPAL
•� AIRPORT
.1
1
FAYETTEVILLE, ARKANSAS
AIP PROJECT NO.
.3-05-0020-14
FEBRUARY, 1991.
1
1
1
1
1.
1
1
1
1
1
1
1
1
1
1
ADDENDUM NO. 2
CONSTRUCTION. PLANS AND SPECIFICATIONS
FOR
DRAKE FIELD
FAYETTEVILLE MUNICIPAL AIRPORT-''
AIP PROJECT NO. 3-05-0020-14
The original Plans and Specifications dated February, 1991 for the
project are amended as noted in the Addendum. Receipt of this
Addendum shall be acknowledged on the Proposal. This Addendum
consists of 1 pages.
Item No. 1 The Emergency Generator, Automatic Damper with
screen and Flexible Connection shall be a part
of the Emergency Generator Package as shown in
details B-7 and C-7 on Sheet 8 of 12 of- the
Plans.
Except as expressly amended herein, the Plans and Specifications
shall remain in effect as originally released.
May 30, 1991
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Item No. 2 Plan Sheet 5 of 13 is -changed to show the
revised runway center line profile through the
runway safety area.
Item No. 3 Plan Sheet 9 of 13 is changed to show the
revised cross section at the north edge of the
box culvert at Station 5 + 20.
Except as expressly amended herein, the Plans and Specifications
shall remain in effect as originally releaa d
May 24. 1991
•
r 1
TABLE OF CONTENTS
SECTION
Notice to Contractors
Instructions to Bidders
Proposal
Notice of Award
Equal Opportunity Certification
Contract
Notice to Proceed
Performance Bond
Payment Bond
Federal Wage Decision
State Wage Decision
Wage, Labor, EEO, & Safety Requirements
General Provisions
Section 10.
Section
Section
Section
Section
Section
Section
Section
Section
(FAA Standards, as revised
for this project)
Definition of Terms
20. Proposal Requirements and Conditions
30. Award and Execution of Contract
40. Scope of Work
50. Control of Work
60. Control of Materials
70. Legal Relations and
Responsibility to Public
80. Prosecution and Progress
90. Measurement and Payment
Special Provisions
General
Description of the Project
Coordination of the Work
Safety Requirements and Construction
Identification of "Engineer"
Authority of Engineer
Limitations of the Engineers. Responsibilities
Engineer's Visits to the Site
PAGE NO.
1-4
1-7
1-15
1-2
1-3
1-6
1
1-2
1-2
1
1-21
1-54
1-5
6-9
10-11
12-16
17-23
24-27
28-37
38-45
46-54
1
1
1
Procedures 1-10
10
10-11
11
11
McClelland
�n ne %a serve, Engineers ��. Engineers
Incorporated
Fayetteville, Arkansas
TABLE OP CONTENTS
(Continued)
SECTION PAGE NO.
Special Provisions (Continued)
Contractor's Examination 12
Arrangement of Specifications and Plans , 13
Workmen 13
Horseplay 13
Insurance 13-18
Subcontractors 18
Contractor's Routine Access to Site 18
Owner -Furnished Materials 18
Quality of Plans 18
Partial Acceptance 19
Progress Schedule 19
Contractor to Perform Construction Staking 20
Work Done Without Lines and Grades 20
Preservation of Monuments and Stakes 20
Other Contractors 20
Record Drawings 21
Publicity 21
Modifications and Waivers 21
Standards 22
Testing 22
Payment for Stored Materials 23
Cost of Plans and Specifications 23
Ownership of Engineering Data 23
Partial Sets of Plans and Specifications
for Subcontractors 23
Damage to Existing Facilities 23
Reporting of Accidents 23
Pre -Construction Conference 24
Waterways 24
Safety and Security 24
Function of the Engineer and Relationship
Between Engineer and Contractor 24-26
Contractor's Responsibility Regarding
Special Application Materials and Products 26
Temporary Facilities 27-28
Permits, Licenses, Laws, Ordinances
Regulations and Taxes 28-29
MCCellund
ncolnears
Incorporated
Fayeslevllle, Arkansas
1
•
TABLE OF CONTENTS
(Continued)
SECTION
PAGE NO.
FAA Standard Specifications (As Revised for this Project)
P-151 Clearing and Grubbing
P-152 Excavation and Embankment
P-156 Temporary Air and Water Pollution,
Soil Erosion, and Siltation
P-209 Crushed Aggregate Base Course
P-610 Structural Portland Cement Concrete
F-160 Wire Fence with Wood Posts
F-161 Wire Fence with Steel Posts 1-4
F-162 Chain Link Fences
D-752 Concrete Culverts
T-901 Seeding
T-904 Sodding
T-905 Topsoiling
T-908 Mulching
1-3
1-9
Control 1-7
1-5
1-7
1-6
Electrical
Work
16010 General Electrical Work
16050 Basic Electrical Materials
16111 Conduit
16180 Equipment Wiring Systems
16190 Supporting Devices
16195 Electrical Identification
16252 Diesel Generator Set
16400 Service and Distribution
16440 Disconnect Switches
16500 Lighting
16510 Lighting Fixture
16921 Mechanical Equipment Controls
and Methods
McClelland
es, rredT rve Consulting
A/ — `� Engineers
- u Incorporated
Fayetteville, Arkansas
1-4
1-4
1-6
1-4
1-3
1-3
1-10
1-8
1-5
1-2
1-2
1-2
1-10
1-3
1-2
1
1-3
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
NOTICE TO CONTRACTORS
fiLlmas
McClelland
1 Consulting
Engineers
Incorporated
Arkansas
Fayetteville,
NOTICE TO CONTRACTOR
Notice is hereby given that in pursuance to an order of the City of
Fayetteville, sealed bids will be received at the Purchasing Office
or Room 111 of the City Administration Building, 113 West Mountain,
Fayetteville, Arkansas, until 2:00 P.M., on the 30th day of
Mav , 1991, for the furnishing of all tools and labor, and the
performance of work to be done in constructing Extended Runway
Safety Area Improvements for Contract Section I, Access Road
Lighting,Emergency Generator for Runway and Taxiway Lights, and
Security Fencing for Contract Section II, to Drake Field,
Fayetteville Municipal Airport.
Work under this Contract shall include clearing, grading, box
culvert, fencing, access road lighting, emergency generator,
topsoil, seeding, other tasks required for a complete job.
The location of the work is set out in the Plans and Specifications
to be on file in the offices of McClelland Consulting Engineers,
Inc.: P.O. Box 1229, 1810 N. College Avenue, Fayetteville,
Arkansas. All bids will be opened and considered at a meeting, to
be held in Room 111 at the City Administration Building, 113 West
Mountain, Fayetteville, Arkansas at 2:15 P.M. local time, on the
30th day of Mav , 1991, and at such adjourned meetings thereafter
as may be necessary.
All necessary work, materials, and every itpm 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 Seventy-five
dollars ( $75.00 ), said payment not being refundable. Pertinent
information and the detailed specifications will be furnished to
suppliers at cost of reproduction.
A Pre -Bid Conference will
Airport Managers office
Fayetteville, Arkansas.
the project requirements
the project site.
be held at 1:30 on May 20th, 1991 at the
in the Terminal Building, Drake Field,
The purpose of this meeting is to review
with the prospective bidders and to tour
Bidders shall make such inspection and studies of the site of the
work as to thoroughly familiarize themselves with all conditions to
be encountered.
Notice to Contractors - 1
ditMcClellan
i MCulfins
geers
McNooroled
Falefreville, Arkansas
r
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, 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.
Notice is hereby given that the City of Fayetteville is an Equal
Opportunity employer.
1) Preaward Eaual Opportunity Compliance Reviews.
Where the bid of the apparent low responsible
bidder is in the amount of $1 million or more, the
bidder and his known all -tier subcontractors which
will be awarded subcontracts of $1 million or more
will be subject to full on-site, preaward equal
opportunity compliance reviews before the award of
the contract for the purpose of determining whether
the bidder and his subcontractors are able to
comply with the provisions of the equal opportunity
clause.
Compliance Reports. Within 30 days after award of
this contract, the contractor. shall file a
compliance report (Standard Form 100) if:
a) The contractor has not submitted a complete
compliance report within 12 month preceding
the date of award; and
The contractor is within the definition of
"employer" in Paragraphs 2e(3) of the
instructions included in Standard Form 100.
The contractor shall require the subcontractor on
all -tier subcontracts, irrespective of dollar
amount, to file Standard Form 100 within 30 days
after award of the subcontract if the above two
conditions apply. Standard Form 100 will be
furnished upon request.
Notice to Contractors - 2
McClelland
�sl Cngtnee s
g
Farmers
Incorporated
Fayetteville, Arkansas
Ir
It is the policy of the Department
disadvantaged business enterprises
shall have the maximum opportun
' performance of contracts financed in
funds.
of Transportation (DOT) that
as defined in 49 CFR Part 23
ity to participate in the
whole or in part with Federal
' All bidders and proposers shall make good faith efforts, as defined
in Appendix A of 49 CFR Part 23, Regulations of the Office of the
Secretary of Transportation, to Subcontract ten (10) percent of the
' dollar value of the prime contract to small business concerns owned
and controlled by socially and economically disadvantaged
individuals (DBE). In the event that the bidder of this
solicitation qualifies as a DBE, the contract goal shall be deemed
Ito have been met. Individuals who are rebuttable presumed to be
socially and economically disadvantaged include women, Blacks,
Hispanics, Native Americans, Asian -Pacific Americans and Asian -
Indian Americans. The apparent successful bidder will be required
to submit its information concerning the DBE's that will
participate in this contract. The information will include the
name and address for each DBE, a description of the work to be
performed by each named firm, and the dollar value of the contract
(subcontract) and shall be submitted with the proposal. If the
bidder fails to achieve the contract goal as stated herein, it will
' be required to provide documentation demonstrating that it made
good faith efforts in attempting to do so. A bid that fails to
meet these requirements will be considered non -responsive.
The City of Fayetteville reserves the right to reject any and all
bids, and to waive any formalities deemed to be in the best
interest of the Commispion.
1 The proposed contract is under and subject to Executive Order 11246
of September 24, 1965, and to the Equal Opportunity Clause
• ' contained in the Specifications.
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 appears in the
specifications.
The attention of all bidders is called to the fact that any
contractor or subcontractor on this project having 50 or more
employees and who may be awarded a contract or subcontract of
$50,000 or more will be required to maintain an Affirmative Action
' Program within 120 days of commencement of the contract.
Women will be afforded equal opportunity in all areas of
employment. However, the employment of women shall not diminish
' the standards or requirements for employment of minorities.
Notice to Contractors - 3
MaCle hand
' /Desi nM To rw� nginee s
Inaorpocorporated
Fayetteville, Arkansas
I
I
I
C
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 Females 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 coverage area. The coverage area for female participation
is nationwide. The coverage area 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 shall provide written notification to the Director,
OFCCP, within 10 working days of award of any construction
subcontract in excess of $10,000 at any tier for construction work
under the contract resulting from this solicitation. The
notification shall list the name, address, and telephone number of
the subcontractor; employee identification number; estimated dollar
amount of the subcontract; estimated starting and completion dates
of the subcontract; and the geographical area in which the contract
is to be performed.
Attention is called. to the fact that no less than the minimum and
d wages as set forth in the Contract Documents must be
paid on this Project.
The Bidder must supply all the information required by the 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.
Peggy Bates
Purchasing Officer
City of Fayetteville
Fayetteville, Arkansas
' Notice to Contractors - 4
\
MCCle(land
t �s ' Canealr
Engineers
mrorgora"ats d
Fayetteville, Arkansas
r
INSTRUCTIONS TO BIDDERS
MCQ. Band
Erp/n
p� Consoltinp
oers
Incorporated
Fayetteville, Arkansas
r
SECTION 00100
INSTRUCTIONS TO BIDDERS
PARAGRAPH NO./TITLE PAGE NO.
1.
FORMAT....... .........................................
1
2.
SPECIFICATION LANGUAGE ..............................
1
3.
GENERAL DESCRIPTION OF THE PROJECT....
...............
1
4.
QUALIFICATION OF BIDDERS ............................
1
5.
DOCUMENT INTERPRETATION .............................
1
6.
BIDDER'S UNDERSTANDING .... ..........................
2
7.
PROJECT MANUAL & DRAWINGS . . . . a .....................
2
8.
TYPE OF BID'....................................a...
2
9.
PREPARATION OF BIDS ..............:.................
3
10.
STATE AND LOCAL SALES AND USE TAXES.................
3
11.
SUBMISSION OF BIDS.... a a.................a..........
3
12.
TELEGRAPHIC OR WRITTEN MODIFICATION
OF BIDS ........
4
13.
WITHDRAWAL OF BID ..................................
4
14.
BID SECURITY.............a..a.a.....................
4
15.
RETURN OF BID SECURITY ..................
............
5
16.
AWARD OF CONTRACT.................................a.
5
17.
BASIS OF AWARD.......a.a...........................a
5
18.
EXECUTION OF CONTRACT . . . . . . . . . . . . . . .
. a . a . . a a . . . . . a . .
6
19.
PERFORMANCE AND PAYMENT BONDS .......................
6
20.
FAILURE TO EXECUTE CONTRACT AND FURNISH
BOND.'....'..
6
21.
PERFORMANCE OF WORK BY CONTRACTOR ...................
6
22.
TIME OF COMPLETION ............. a....................
7
23.
PROVIDING REQUIRED INSURANCE........................
7
J
MCuel.ne
Con Engineers pineere
Incorporated
Foyer?. yule, Arkaneaa
I
59
Th
I
' 1. FORMAT
SECTION 00100
INSTRUCTIONS TO BIDDERS
The Contract Documents are divided into parts, divisions, and
sections in keeping with accepted industry practice in order to
separate categories of subject matter for convenient reference
' thereto. Generally, there has been no attempt to divide the
Specification sections into work performed by the various building
trades, work by separate subcontractors, or work required for
separate facilities in the project.
2. SPECIFICATION LANGUAGE
"Command" type sentences are used in Contract Documents. These
refer to and are directed to the Contractor.
' 3. GENERAL DESCRIPTION OF THE PROJECT
A general description of the work to be done is contained in the
NOTICE TO CONTRACTORS. The scope is indicated on the accompanying
Drawings and specified in applicable parts of these Contract
Documents.
4. QUALIFICATION OF BIDDERS
The prospective bidders must meet the statutorily prescribed
requirements before Award of Contract by the Owner.
Before a Contract will be awarded for the work contemplated herein,
.the Owner will conduct such investigation as is necessary to
' determine the performance record and ability of the apparent low
Bidder to perform the size and type of work specified under this
Contract. Upon request, the Bidder shall submit such information
as deemed necessary by the Owner to evaluate the Bidder's
qualifications.
5. DOCUMENT INTERPRETATION
' The Contract Documents governing the work proposed herein consist
of the Drawings and all material bound herewith. These Contract
' Documents are intended to be mutually cooperative and to provide
all details reasonably required for the execution of the proposed
work. Any person contemplating the submission of a Bid shall have
thoroughly examined all of the various parts of these Documents,
'
and should there be any doubt as to the meaning or intent of said
Contract Documents, the Bidder should request of the Engineer, in
writing (received by the Engineer at least 5 working days prior to
' bid opening) an interpretation thereof. Any interpretation or
Section 00100 - 1
I Ad
MaLle hand
T Consulting
' ni lvel Engineers
IncorporatedFayelsev;lle, Arkansas
' r
change in said Contract Documents will be made only in writing, in
the form of Addenda to the Documents which will be furnished to all
Bidders receiving a set of the Documents. Bidders shall submit
with their Proposals, or indicate receipt, of all Addenda. The
Owner or• Engineer will not be responsible for any other
explanation or interpretations of said Documents- not issued in
writing by Addendum.
6.. BIDDER'S UNDERSTANDING
Each Bidder must inform himself of the conditions relating to the
execution of the Work, and it is assumed that he will inspect the
' site and make himself thoroughly familiar with all the Contract
Documents. Failure to do so will not relieve the successful Bidder
of his obligation to enter into a Contract and complete the
contemplated Work in strict accordance with the Contract Documents.
' It shall be the Bidder's obligation to verify for himself and to
his complete satisfaction all information concerning site and
subsurface conditions.
' Information derived from topographic maps, or from Drawings showing
location of utilities and structures will not in any way relieve
the Contractor from any risk, or from properly examining the site
and making such additional investigations as he may elect, or from
properly fulfilling all the terms of the Contract Documents.
I
Each Bidder shall inform himself of, and the Bidder awarded a
Contract shall comply with, federal, state, and local laws,
statutes, and ordinances relative to the execution of the Work.
This requirement includes, but is not limited to, applicable
regulations concerning minimum wage rates, nondiscrimination in
the employment of labor, protection of public and employee safety
and health, environmental protection, the protection of natural
' resources, fire protection, burning and nonburning requirements,
permits, fees, and similar subjects.
I
I
I
I
I
I
I
7. PROJECT MANUAL AND DRAWINGS
No return of Project Manual or Drawings is required and no refund
will be made.
The successful Bidder will be furnished three sets of Documents
without charge. Any additional copies required will be furnished
to the Contractor at $ 75.00 per set. Partial sets will not be
available.
8. TYPE OF. BID
Unit prices shall be submitted in the appropriate places on the
Bid. The total amount to be paid the Contractor shall be the total
amount of the unit price items as adjusted based on quantities
section 00100 - 2
� McCle Oaad -
r-_ ' Consolers
nCorporgr
Inroraarore0
Fayertevrlle, Arkansas
I
r
' installed and/or any adjustment for additions or deletions
resulting from additive or deductive alternates or change orders
during construction. ..
9. PREPARATION OF BIDS
' All blank spaces in the Bid form must be filled in, preferably in
BLACK ink, in both words and. figures where required. No changes
shall be made in the phraseology of the forms. Written amounts
' shall govern in cases of discrepancy between the amounts stated in
writing and the amounts stated in figures. In case of discrepancy
between unit prices and totals, unit prices will prevail.
Any Bid shall be deemed informal which contains material omissions,.
or irregularities, or in which any of the prices are obviously
unbalanced, or which in any manner shall fail to conform to the
conditions of the published NOTICE TO CONTRACTORS.
Only one bid from any individual, firm, partnership, or
' corporation, under the same or different names, will be considered.
Should it appear to the Owner that any Bidder is interested in more
than one bid for work contemplated, all bids in which such Bidder
is interested will be rejected.
The Bidder shall sign his Bid in the blank space provided therefor.
If Bidder is a corporation, the legal name of the corporation shall
' be set forth above, together with the signature of the officer or
officers authorized to sign Contracts on behalf of the corporation.
If Bidder is a partnership or sole proprietorship, the true name of
' the firm shall be set forth above, together with the signature of
the partner or partners authorized to sign Contracts in behalf of
the firm. If signature is by an agent, other than an officer of a
corporation or a member of a partnership or sole proprietorship, a
notarized power -of -attorney must be on file with the Owner prior to
opening of bids or submitted with the Bid.
' 10. STATE AND LOCAL SALES AND USE TAXES
Unless the Supplementary Conditions contains a statement that the
Owner is exempt from state sales tax on materials incorporated into
the Work due to the qualification of the Work under this Contract,
all state and local sales and use taxes, as required by the laws
and statutes of the state and its political subdivisions, shall be
' paid by the Contractor. Prices quoted in the Bid shall include all
nonexempt sales and use taxes, unless provision is made in the Bid
form to separately itemize the tax.
' 11. SUBMISSION OF BIDS
All Bids must be submitted, not later than the time prescribed, at
the place, and in the manner set forth in the NOTICE TO
Section 00100 - 3
1
MCCIBHand
co ' ` rvef Engineers
Incorporato0
Fayellewills, Arkansas
CONTRACTORS. Bids must be made on the Bid forms provided herein.
Each Bid must be submitted in a sealed envelope, so marked as to
' indicate its contents without being opened, and addressed in
conformance with the instructions in the NOTICE TO CONTRACTORS.
Bids may not be submitted by FAX machines.
' 12. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID
Any Bidder may modify his bid by telegraphic or written
' communication at any time prior to the scheduled closing time for
receipt of bids, provided such communication is received by the
Owner prior to the closing time. The telegraphic or written
communication should not reveal the bid price; it shall, however,
' state the addition or subtraction or other modification so that the
final prices or terms will not be known by the Owner until the
sealed bid is opened.
' 13. WITHDRAWAL OF BID
' Any Bid may be withdrawn prior to the scheduled time for the
opening of Bid either by telegraphic or written request, or in
person. No Bid may be withdrawn after the time scheduled for
opening of Bids, unless the time specified in Item, AWARD OF
' CONTRACT, •of these INSTRUCTIONS TO BIDDERS shall have elapsed.
14. BID SECURITY
' Bids must be accompanied by cash, a certified check, or cashier's
check drawn on a bank in good standing, or a bid bond issued by a
Surety authorized to issue such bonds in the State where the Work
' is located, in the amount of 5 percent of the total amount of the
Bids submitted. This bid security shall be given as a guarantee
that the Bidder will not withdraw his Bid for a period of 60 days
' after bid opening, and that if awarded the Contract, the successful
Bidder will execute the attached Contract and furnish properly
executed Performance and Payment Bonds, each in the full amount of
the Contract price within the time specified.
The Attorney -in -Fact (Resident Agent) who executes this bond in
behalf of the Surety must attach a notarized copy of his
' power -of -attorney as evidence of his authority to bind the Surety
on the date of execution of the bond.
' All bid bonds and Contract bonds shall be executed by a licensed
resident agent of the surety having his place of business in the
State of Arkansas and in all ways complying with the laws of the
State of Arkansas. The mere countersigning of a bond will not be
'sufficient.
I
Section 00100 - 4
1 `
//�.DD[[ Made eland
COOEQI tin
Engineers
Inroraorafea
Foyetleville, Arkansas
' r
' If the Bidder elects to furnish a Bid Bond, he shall use the Bid
Bond form bound herewith, or one conforming substantially thereto
' in form and content.
15. RETURN OF BID SECURITY
Within 15 days after the award of the Contract, the Owner will
return the bid securities to all Bidders whose Bids are not to be
further considered in awarding the Contract. Retained bid
' securities will be held until the Contract has been finally
executed, after which all bid securities, other than Bidders' bonds
and any guarantees which have been forfeited, will be returned to
' the respective Bidders whose Proposals they accompanied.
16. AWARD OF CONTRACT
' Within 60 calendar days after the opening of Bids, unless otherwise
stated in the NOTICE TO CONTRACTORS or SPECIAL PROVISIONS of these
Documents, the Owner will accept one of the Bids or will act in
' accordance with BASIS OF AWARD, below. The acceptance of the Bid
will be by written notice of award, mailed or delivered to the
office designated in the Bid. In the event of failure of the
lowest responsible and responsive qualified Bidder to sign and
return the Contract with acceptable Performance and Payment Bonds,
as prescribed herein, the Owner may award the Contract to the next
lowest responsible and responsive qualified Bidder. Such award, if
' made, will be made within 60 days after the opening of Bids.
17. BASIS OF AWARD
If, at the time this Contract is to be awarded, the total Base Bid
of the lowest acceptable Proposal exceeds the funds then estimated
by the Owner as available, the Owner may reject all bids or take
' such other action as best serves the Owner's interests, including
consideration of selected Deductive Alternates. Basis of award
will be as stated in the Proposal.
' 18. EXECUTION OF CONTRACT
The successful Bidder shall, within 15 consecutive days after
'
receiving notice of award, sign and deliver to the Owner the
Contract hereto attached together with the acceptable bonds as
required in these Documents. Within 15 consecutive days after
' receiving the signed Contract with acceptable bonds from the
successful Bidder, the Owner's authorized agent will sign the
Contract. Signature by both parties constitutes execution of the
' Contract.
The successful Bidder shall conform to the Rules and Regulations of
Arkansas Department of Finance and Administration concerning
' nonresident contractor's notice and bond requirements.
Section 00100 - 5
Mccle llaad
' mt nadT rve) (oneu/tlnq
Eaaineers
Incorporated
Fayetteville, Arkansas
19. PERFORMANCE AND PAYMENT BONDS
I
The successful Bidder shall file with the Owner a Performance Bond
and Payment Bond on the form bound herewith, each in the full
amount of the Contract Price in accordance with the requirements of
the State of Arkansas as applicable, as security for the faithful
'
performance of the Contract and the payment of all persons
supplying, labor and materials for the construction of the Work, and
to cover all guarantees against defective workmanship or materials,
' or both, for a period of i year after the date of final acceptance
of the Work by the Owner. The Surety furnishing this bond shall
have a sound financial standing and a record of service
satisfactory to the Owner, shall be authorized to do business in
the State of Arkansas, and shall be listed on the current U.S.
Department of Treasury Circular Number 570, or amendments thereto
in the Federal Register, of acceptable Sureties for Federal
projects.
If the Surety on any Bond furnished by Contractor is declared
' bankrupt or becomes insolvent or its right to do business is
terminated in any state where any part of the project is located or
it ceases to meet the requirements of the preceding paragraph,
Contractor shall within five days thereafter substitute another
Bond and Surety, both of which must be acceptable to Owner.
The Attorney -in -Fact (Resident Agent) who executes this Performance
' Bond and Payment Bond in behalf of the Surety must attach a
notarized copy of his power -of -attorney as evidence of his
authority to bind the Surety on the date of execution of the bond.
' All Contracts, Performance and Payment Bonds, and respective
powers -of -attorney will have the same date.
20. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND
The Bidder who has a Contract awarded to him and who fails to
properly execute the Contract and furnish the Performance Bond and
' Payment Bond, within the time frame stipulated elsewhere in these
documents, shall forfeit the bid security that accompanied his bid,
and the bid security shall be retained as liquidated damages by the
' Owner, and it is agreed that this sum is a fair estimate of the
amount of damages the Owner will sustain in case the Bidder fails
to enter into a Contract and furnish the bond as hereinbefore
provided. Bid security deposited in the form of cash, a certified
' check, or cashier's check shall be subject to the same requirements
as a Bid Bond.
' 21. PERFORMANCE OF WORK BY CONTRACTOR
The Contractor shall perform on the site and with his own
organization, work equivalent to at least forty percent of the
' total amount of the work to be performed under this Contract. If,
Section 00100 - 6
1
Matle/IoM
a� n :` Canso/tlte
Engineers
Incorporated
Fayetteville, Arkansas
I
I
r
I
I
I
I
I
I
during the progress of the Work hereunder, the Contractor requests
a reduction of such percentage, and the Engineer determines that it
would be to the client's advantage, the percentage of the Work
required to be performed by the Contractor's own organization may
be reduced; PROVIDED prior written approval of such reduction is
obtained by the Contractor from the Engineer.
Each bidder must furnish with his bid a list of the items that he
will perform with his own forces and the estimated total cost of
these items.
22. TIME OF COMPLETION
The time of completion of the Work to be performed under this
Contract is of the essence of the Contract. Delays and extensions
of time may be allowed in accordance with the provisions stated in
Section GENERAL PROVISIONS. The time allowed for the completion of
thework is stated in the Proposal.
23. PROVIDING REQUIRED INSURANCE
The Bidder's attention is directed to the insurance requirements
set forth in the SPECIAL PROVISIONS. Submittal of a bid indicates
full understanding and intent to comply with the insurance
requirements which are a condition of the contract.
McGelland
Coil Suiti
esl ` rva� Engineers
Incorporated
Fayet levin e, Arkansas
Section 00100 - 7
Ir
I
1
1
I
i PROPOSAL
1
1
1
I
I
1
1
IL
MCCPollana
' � 1 ConWlllr
Incorporated
Fayetteville, Arkansas
I
1• -7
X :ADDENDUM NO. 1
' CONSTRUCTION PLANS AND SPECIFICATIONS
FOR
DRAKE FIELD
FAYETTEVILLE MUNICIPAL AIRPORT
•' Al? PROJECT NO. 3-05-0020-14
1 The original Plans and Specifications dated February, 1991 for the
project are amended as noted in the Addendum. Receipt of this
,.Addendum shall be acknowledged on the Proposal. This Addendum
1 consists of pages.
Item No. 1 The date and time to receive bids on both
Contract Sections are hereby changed. The
bids will be received on Friday May 31, at
3:00 pm at the offices stated in the Contract
Documents.
Item No. 2 The calendar day time given in the Proposal
for Contract Section II is hereby changed to
90 calendar days.
Item No. 3 The Liquidated Damages stated in the Contract
for Section I is hereby changed to Twelve
1 Hundred Dollars .per day ($1,200). The
Liquidated Damages shall apply to the
Localizer downtime and• to the total
, construction time stated by, the Contractor in
the Proposal.
Item No. 4 The PROPOSAL for CONTRACT SECTION I is
I.
changed. The revised PROPOSAL is included in
this Addendum.
' Item No. 5 The SPECIAL PROVISIONS section has been
revised according to the revised SPECIAL
PROVISIONS Section included in this Addendum.
Item No. 6 Paragraph 151-2.1 of SECTION P-151 CLEARING
AND GRUBBING is revised according to the
revised section included in this Addendum.
1 Item No. 7 SECTION P-152 EXCAVATION AND EMBANKMENT is
revised according to the revised section
included in this Addendum. Paragraphs 152-
1.1, 152-1.2a 152-1.2b and 152-2.4 are
revised.
1
II
1
Item No. 8 Paragraphs 209-3.2 MIXING and 209-3.3 PLACING
of Section 209 are deleted and replaced by
I. Paragraph 209.3.2 MIXING AND PLACING according
to the revised pages 3, 4 & 5 of this section
and included in this Addendum.
Item No. 9 Revise the fourth sentence of the second
paragraph of 616-3.8 of Section P-610 to read
' "... and similar structures or until tests
indicate that at least 40% of the design
strength has developed;...".
I. Item No. 10 Revise the third sentence of paragraph 610-
3.11 to read "... in no case later than 1'A
hours after water has been added to the mix".
Item No. 11 Revise the last sentence of paragraph 610-3.12
to read "... be cleaned by roughened slightly,
wetted and/or covered...".
Item No. 12 Revise the first sentence of paragraph 160-
2.3a to read "... 6" x 6" square by 10 feet
long and ...".
Item No. 13 Revise the first sentence of paragraph 160-
2.3c to read "... the minimum size shown ...",
'
and delete the second sentence of this
paragraph.
'• Item No. 14 Revise paragraph 162-2.1 to read "... ASTM A
392, Class 1".
' Item No. 15 Add the following sentence to Paragraph 162-
2.7 "The fence modification shall consist of
removing the top rail and replacing the loop
cap with a vertical barbed wire arm to
I. accommodate 3 strands of barbed wire, and
extend each existing terminal, gate and pull
post by welding a one foot post stub to these
' posts".
Item No. 16 Revise paragraph 752-2.2 of Section 752 to
' read "... in accordance with ASTM 789, except
all references to Highway loading shall not be
applicable. The load criteria shall be as
stated on the Plans".
' The Plans are amended as follows:
' Item No. 1 Plan Sheet 4 of 13 is changed to show the
revised location of the box culvert at Station
5 + 20 and the revised grading plan.
1
I
1
U.
•
' Gentlemen:
I
[I
I
I
I
1J
11
I
I
REVISED
CONTRACT SECTION I
EXTENDED RUNWAY SAFETY AREA IMPROVEMENTS
TO
DRAKE FIELD
FAYETTEVILLE MUNICIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
AIP 3-05-0020-14
Project No. FY892158
Dated: February, 1991
The undersigned, , states that he
has carefully examined the Plans, profiles, Specifications, maps,
and drawings, on file in the offices of City Clerk and Airport
Manager of Fayetteville, Arkansas relative to the proposed Airport
Improvements referenced above, and that he is familiar with 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 offices of the City Clerk
and Airport Manager of Fayetteville, Arkansas, and have said work
completed within a maximum period of 180 calendar days from the
Notice to Proceed for the Contract Section I work.
The work under this contract is considered critical to the overall
operations4 of the Airport by the Airport Management and the
Airlines, therefore, timeliness of construction will be considered
as part of the Contractor's bid. The Bidder shall indicate
following the Total Bid Amount, the maximum time in calendar days
he shall require for each the base bid and the alternate bids. The
Bidder shall submit with his proposal a schedule of the proposed
work indicating the construction time based on his proposed daily
Revised Proposal - 1
1
McClelland
est Con salSing
Engine en Incorporated
Foyetleviiie, Arkansas
work hours and the number of daily work shifts. The Contractor may
work one or more 8-12 hour shifts per day. The Construction Time,
Localizer Down Time, and Total Bid Amounts will be used to make the
determination of award of bid in the best interest of the Owner.
' PROPOSAL SCHEDULE
• ' CONTRACT SECTION I
BID ITEMS
' ITEM APPROX. UNIT
N0. OUANTITY ITEM: PRICE: EXTENDED
IT -1 Lump Sum Clearing & Grubbing $ /LS.
(4.5 Acres)
/dollars/LS $
' (Words)
I-2 14,404 CY Topsoil Excavation $ /CY
/dollars/CY $
• (Words)
I-3 5,160 CY Unclassified $ /CY
Excavation
II' , /dollars/CY $
(Words)
I-4 31,128 CY Compacted Embankment $. /CY
/dollars/CY $
(Words)
I-5 6,607 CY Compacted Select $ /CY
Embankment
III, ' /dollars/CY $
(Words)
' 1-6 Lump Sum Unclassified $ /LS
Excavation for
III Structures (15,408 CY)
1 /dollars/LS $
(Words)
I1
Revised Proposal - 2
I
' �McCle nand
wpired Ta Serwl Canwlrate
Enain,rat
Ina,rDarareC
Fayette viii,, Arkansas
ITEM APPROX. UNIT
NO. OUANTITY ITEM: PRICE: EXTENDED
' I-7 Lump Sum 7 Barrel 8' x6' $ /LS
Reinforced concrete
Box Culvert
I.
/dollars/LS $
' (Words)
I-8 Lump, Sum Backfill for $ /LS
Structures (4725 CY)
/dollars/LS $
(Words)
1-9 2280 S.Y. 18" Thick Riprap $ /S.Y.
/dollars/S.Y.$
(Words)
I-10 831 LF Temporary $ /LF
I. Barbed-wire Fence
/dollars/LF $
I
(Words)
I-11 3181 LF 7 -FT Isolation Barbed $ /LF
Wire Fence with Water Gaps
/dollars/LF $
(Words)
' I-12 1040 FT Removal of $ /FT
Existing Barbed-wire
Fence
1 /dollars/FT $
(Words)
' I-13 4 EA 12 -FT Barbed Wire $ /EA
Fence Gate
/dollars/EA $
(Words)
1-14 Lump Sum Topsoiling $ /LS
(12,280 CY)
/dollars/LS $
(Words)
' Revised Proposal - 3
' � MCUenand
51 1 Engine rs
�A Etpineers
Incorporated
Fayetteville, Arkansas
' ITEM APPROX. UNIT
NO. QUANTITY ITEM: PRICE: EXTENDED
I-15.. 2195 S.Y. Solid Sodding $ /S.Y.
/dollars/S.Y.$
(Words)
I-16 21 Acre Seeding, Fertilizing $ /AC
and Mulching
/dollars/AC $
(Words)
I-17 Lump Sum Third Party Insurance $ /LS
I. Coverage (Rider Amount)
/dollars/LS $
(Words)
T-18 60 Hours Stand by time during $ /HR
Airline Departure
' /dollars/HR $
(Words)
' The Bidder shall complete the following information.
Proposed Time requiring the Localizer to be out of service in _
' calendar days.
Proposed Total Construction Time in calendar days.
Proposed daily work -shifts during the period of time the
Localizer is out of service and the number of hours to be worked
per shift . .
TOTAL BASE BID (ITEMS I-i THROUGH I-18) $
'• Deductive Base Bid amount for using 500 foot Displaced
threshold during Construction.
Lump sum for job $
1
1
Revised Proposal - 4
'
Mnsu anE
. Engineers
Incorporated
Fayetteville, Arkansas
ALTERNATE BID ITEMS
ALTERNATE NO. 1
I -7A Lump Sum 7 Barrel 8' x 6' $ /LS
Precast Box Culvert
/dollars/LS $
The Bidder shall complete the following information.
Proposed Time requiring the Localizer to be out of service in
calendar days.
Proposed Total Construction Time in calendar days.
Proposed daily work shifts during the period of time the
Localizer is out of service and the number of hours to be worked
per shift .
TOTAL ALTERNATE NO.1 BID (ITEMS I-i THROUGH 16, I -7A, THROUGH I-18
' Deductive Alternate No. 1 Bid amount for using 500 foot
Displaced Threshold.
' Lump sum for job $
ALTERNATE NO. 2
' I -7B Lump Sum 6 Barrel 9'-4" x 6' $ /LS
Precast Box Culvert
/dollars/LS $
The Bidder shall complete the following information.
I
Proposed Time requiring the Localizer to be out of service in _
calendar days.
I
Proposed Total Construction Time in calendar days.
Proposed daily work shifts during the period of time the
Localizer is out of service and the number of hours to be worked
per shift .
TOTAL ALTERNATE NO. 2 BID (ITEMS I-1 THROUGH I-6, I-8 THROUGH I-18)
$
Deductive Alternate No. 2 Bid amount for using 500 foot
Displaced Threshold.
Lump sum for job $
Revised Proposal - 5
' MtCle nand
:np sd � ngineenp
.A �� Elpinears
-L IaWrporaled
Fayette ✓ille, Arkansas
' The bidder shall complete the following statement by checking the
appropriate space.
' The bidder has _ has not participated in a previous contract
subject to the equal opportunity clause prescribed by Executive
I. Order 10925, or Executive Order 11114, or Executive Order 11246.
The bidder 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 subcontractors.
' If the bidder 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 shall
submit a compliance report On Standard Form 100, "Employee
Information Report EEO -1" prior to the award of contract.
I
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
1800 G Street
Washington, DC 20506
The bidder certifies, by submission of this proposal or acceptance
of this contract, that neither it nor its principals is presently
debarred, suspended, proposed for debarment, declared ineligible,
or voluntary excluded from participation in this transaction by any
Federal department or agency. It further agrees that by submitting
this proposal that it will include this clause without modification
in all lower tier transactions, solicitations, proposals,
contracts, and subcontractors. Where the
bidder/offeror/contractor/or any lower tier participant is unable
to certify to this statement, it shall attach an explanation to
this solicitation/proposal.
Certification 'Regarding Foreign Trade Restrictions
The contractor or subcontractor, by submission of an offer and/or
execution of a contract, certifies that is:
a. is not owned or controlled by one or more citizens
or nationals of a foreign country included in the
list of countries that discriminate against U.S.
firms published by the Office of the United States
Trade representative (USTR).
Revised Proposal - 6
esl nedT rve� G°nsu llinp
` En9m66Fs
In<orp orale0
FOY6t?evHIe, ArkonsOs
b. has not knowingly entered into any contract or
subcontract for this project with a contractor that
is a citizen or national of a foreign country on
said list, or is owned or controlled directly or
• indirectly.by one or more citizens or nationals of
•a foreign country on said list.
c. has not procured any product nor subcontracted for
•the supply of any product for use on the project
that is produced in a foreign country on said list.
Unless the restrictions of this clause are waived by the Secretary
' of Transportation in accordance with 40 CFR 30.17, no contract
shall be awarded to a. contractor or subcontractor who is unable to
certify to the above. If the contractor knowingly procures or
' subcontracts for the supply of any product or service of a foreign
country on said list for use on the project, the Federal Aviation
Administration may direct, through the sponsor, cancellation of the
t contract at no, cost to the Government.
Further, the contractor agrees that, if awarded a contract
resulting from this solicitation, it will incorporate this
• provision for certification without modification in each contract
and in all lower.tier subcontracts. The contractor may rely upon
the certification of a prospective subcontractor unless it has
' knowledge that the certification. is erroneous.
The contractor shall provide immediate written notice to the
sponsor if the contractor learns that its certification or that of
' a subcontractor was erroneous when submitted or has become
erroneous by reason of changed circumstances. The subcontractor
agrees to provide immediate writtennotice to the contractor, if at
' any time it learns that its certification was erroneous by reason
of changed circumstances.
This certification is a material representation of fact upon which
reliance was placed when making the award. If it is later
determined that the contractor or subcontractor knowingly rendered
an erroneous certification, the Federal Aviation Administration may
' direct, through the sponsor, cancellation of the contract or
subcontract for. default at no cost to the Government.
' Nothing contained in the foregoing shall be construed to require
establishment of a system of records in order to render, in good
faith, the certification. required by this provision. The knowledge
and information of a. contractor is not required to exceed that
' which is normally possessed by a prudent person in the ordinary
course of business dealings.
' This certification concerns a matter within the jurisdiction of an
agency of the United States of America and the making of a false.,
' Revised Proposal - 7
' 6�lsi r-- I Engineers
Made
land
Fngigeersrs
Incwpora!e0
Foyefleville, Arkansas
fictitious, or fraudulent certification may render the maker
subject to prosecution under Title 18, United States Code, Section
1001.
Enclosed herewith is a bid bond for
1. dollars ($
which we agree to the Board of Directors of 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.
• The bidder shall attach to this Proposal a copy of his General
Liabilities Insurance Coverages in accordance with the requirements
stated on page 16 of the Special Provisions.
Addenda No. Dated
J
L
and such addenda are attached hereto and made d part hereof.
Dated at Fayetteville, Arkansas, this day of
1991.
Respectfully submitted,
•
' (SEAL, IF CORPORATION)
Business Address
by
Title
Arkansas License No.
C
Revised Proposal - 8
MCC'lard
ea n erve� Conus eery
Fnymeers
InCW OOf 4!e0
Foyenevllie, Arkansas
1
The Bidder shall complete the following information for that
portion of the work proposed to be completed by subcontractors.
The Bidder shall also include the name of the Precast Box Culvert
Supplier.
' SUB- TYPE OF DBE ARKANSAS
CONTRACTOR ADDRESS WORK AMOUNT YES/NO LICENSE NO.
I .H, .. . -.
• Box Culvert Supplier
(Name)
(Address)
1
1
I.
1 .
Revised Proposal - 9
-
.%lCCe lord
• suiUng
�La�u c
,orpor5
If C0100'O fEC
Fayelle v,lle, hrtcnsas
r
PROPOSAL
CONTRACT SECTION II
ACCESS ROAD LIGHTING, AND
SECURITY FENCE,
TO
DRAKE FIELD
FAYETTEVILLE MUNICIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
AIP 3-05-0020-14
Project No. FY892158
Dated: February, 1991
' Gentlemen:
The undersigned,7
states that. he has carefully examined the Plans, profiles,
Specifications, maps, and drawings, on file in the offices of City
Clerk and Airport Manager of Fayetteville, Arkansas relative to the
'proposed Airport Improvements referenced above, and that he is
familiar with 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 offices of the City Clerk
and Airport Manager of Fayetteville, Arkansas, and have said work
'completed within 60 calendar days from the Notice to Proceed, for
the following Contract Section II.
I
I
I
[V
MaLlellCon gut?) n
Engineers
gineers
IncuearareC
Fayelleville, Arkansas
Proposal - 9
PROPOSAL SCHEDULE
' CONTRACT SECTION II
BID ITEMS
' ITEM APPROX. UNIT
NO. QUANTITY ITEM: PRICE: EXTENDED
II -1 Lump Sum Clearing & Grubbing $_(o aiLf/LS
(for Security Fence
q? 3.7 Acres)
I�U10 oiM1✓n/�1i4� ) /dollars LS $ L1 D.
(Words) /
II -2 Lump Sum Rechannel Ditch $i?)% %/LS
(500 LF) p 3 t L4LV nG.1ikAJ1± Tcaaf(11 /dollars/LS $ 153f�
(Words) tJ �R
'• II -3 6495 LF 6 -Ft New Chain Link $ 7' y /LF
Fence with Barbed-wire
�. lccto v ,LJQ 2 /dollars/LF $5r1�$36'.
(Words)
1I-4 3 EA 12 -Ft Chain Link $ 3 HZ, �/EA
Fence Gate
� /dollars/EA $ I0�to.I. —
(Words)2
II -5 5235 LF Modification to $__U/LF
•Existing Chain Link
Fence RO M
/dollars/LF
1I-6 4 EA Water Gaps $ qOO SEA
I
Type 1
/dollars/EA $3(0o.
(Words)
1
Proposal - 10
I'MtCf
I - consorting
nd
�sipredT rve! Cpnsants
Incorporated
Incarporpled
Fayette villa, Arkansas
I
r
ITEM APPROX. UNIT
N0. QUANTITY ITEM: PRICE: EXTENDED
1 II -7 1 EA Water Gaps $ £{-4 0 /EA
Type 3
' .4&LXA) J /dollars/EA $ g0 .
(Words)
' II -8 277 LF Screening for 6' $_) =) $ /LF
• Chain Link Fencing
' _ £u�/cw1 ,uy /dollars/LF $_____
gb
(Words)
' II -9 4 Acre Seeding, Fertilizing $ 43 /AC
• 9�ann Mulching
' /r enra deaG�/o�� e .J4 2/dollars/AC $
(Words)
' I1-10 19 EA Acc ss Road Lights $ 8 . /EA
77aos ., --�,,.O A LT�,,„�,p dollars/EA
R w' (Words)
• II-il Lump Sum Emergency Generator $ 00 /LS • M/ V &Mb dY lD$ A kkM Jdollars/LS s () 00.
' (Words)
II -12 Lump Sum Third Party Insurance $(c000./LS
Coverage (Rider Amount)
V%MIAerxm.� /dollars/LS $LoOOO.2
(Words) I U i k �•� R
Total Base Bid (Item II -1 through 1I-9) $ I4C j(Olo, Z ")
The bidder shall complete the following statement by checking the
appropriate space.
The bidder has ✓ has not _ participated in a previous contract
subject to the equal opportunity clause prescribed by Executive
Order 10925, or Executive Order 11114, or Executive Order 11246.
Proposal - 11 J
MaGle!lnnd
Con si n/ ed� rvel gineo
ng
Enpinees
rs
fac poralsd
Fayetteville Arkansas
4
I.
r
.1
The bidder has V 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 subcontractors.
If the bidder 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 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
1800 G Street
Washington, DC 20506
The bidder certifies, by submission of this proposal or acceptance
of this contract, that neither it nor its principals is presently
debarred, suspended, proposed for debarment, declared ineligible,
or voluntary excluded from participation in this transaction by any
Federal department or agency. It further agrees that by submitting
this proposal that it will include this clause without modification
'in all • lower tier transactions, solicitations, proposals,
contracts, and subcontractors. Where the
bidder/offeror/contractor/or any lower tier participant is unable
to certify to this statement, it shall attach an explanation to
this solicitation/proposal.
Certification Regarding Foreign Trade Restrictions
The contractor or subcontractor, by submission of an offer and/or
execution of a contract, certifies that is:
a. is not owned or controlled by one or more citizens
or nationals of a foreign country included in the
list of countries that discriminate against U.S.
firms published by the Office of the United States
Trade representative (USTR).
b. has not knowingly entered into any contract or
subcontract for this project with a contractor that
is a citizen or national of a foreign country on
said list, or is owned or controlled directly or
indirectly by one or more citizens or nationals of
a foreign country on said list.
Proposal - 12
• : AO lelfland
Consuuinp
Incarp orated
Fo"frevafe, Arkansas
C. has not procured any product nor subcontracted for
the supply of any product for use on the project
that is produced in a foreign country on said list.
Unless the restrictions of this clause are waived by the Secretary
'of Transportation in accordance with 40 CFR 30.17, no contract
shall be awarded to a contractor or subcontractor who is unable to
certify to the above. If the contractor knowingly procures or
'subcontracts for the supply of any product or service of a foreign
country on said list for use on the project, the Federal Aviation
Administration may direct, through the sponsor, cancellation of the
contract at no cost to the Government.
' Further, the contractor agrees that, if awarded a contract
resulting from this solicitation, it will incorporate this
tprovision for certification without modification in each contract
and in all lower tier subcontracts. The contractor may rely upon
the certification of a prospective subcontractor unless it has
knowledge that the certification is erroneous.
The contractor shall provide immediate written notice to the
sponsor if the contractor learns that its certification or that of
'a subcontractor was erroneous when submitted or has become
erroneous by reason of changed circumstances. The subcontractor
agrees to provide. immediate written notice to the contractor, if at
'any time it learns that its certification was erroneous by reason
of changed circumstances.
This certification is a material representation of fact upon which
'reliance was placed when making the award. If it is later
determined that the contractor or subcontractor knowingly rendered
an erroneous certification, the Federal Aviation Administration may
'direct, through the sponsor, cancellation of the contract or
subcontract for default at no cost to the Government.
Nothing contained in the foregoing shall be construed to require
establishment of a system of records in order to render, in good
faith, the certification required by this provision. The knowledge
and information of a contractor is not required to exceed,that
'which is normally possessed by a prudent person in the ordinary
course of business dealings.
'This certification concerns a matter within the jurisdiction of an
agency of the United States of America and the making of a false,
fictitious, or fraudulent certification may render the maker
subject to prosecution under Title 18, United States Code, Section
1001.
Proposal - 13
MCCle flood
'
� Efpineers
IncorOorated
• Fayetteville, Arkansas
tEnclosed herewith is a bid bond for , P.o,O( 52) q
&L dollars ($ )
' which we agree to the Board of Directors of 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 shall attach to this Proposal a copy of his General
' Liabilities Insurance Coverages in accordance with the requirements
stated on page 16 of the Special Provisions.
The bidder hereby acknowledges receipt of the following Addenda
prior to submitting this Proposal.
Addenda No. Dated
coo �Qu ti t� r Vv�IA 3'./ ! f y,'
# a Pn4, 3o, !�f/
and such addenda are attached hereto and made a part hereof.
Dated at Fayetteville, Arkansas, this Slat day of
' 1991.
IRespectfully submitted,
(SEAL, IF CORPORATION)
Business 0Adddress
by 42/ ?044,
Title
Arkansas License No 3j03
1
1
1
I.
Y p
yti'.
Proposal - 14
�' l` '
Manelrana
Engineers
InPxparaled
• Foyerreville, Arkansas
a r
ISUB- TYPE OF
CONTRACTOR ADDRESS WORK
•
1
I
1
1
1
1
IL
DBE ARKANSAS
AMOUNT YES/NO LICENSE NO.
Flo
N C� gO75S3
1
MCCle Band
porae
Engineers
InmrOarated
Farerleville, Arkansas
Proposal - 15
Th
I,
A.LA. Decumen;,Na. A-310 (February 1970 Ed.) -
_�
FIREMAN'S FUND INSURANCE COMPANY
THE AMERICAN INSURANCE COMPANY
NATIONAL SURETY CORPORATION
:' FM ASSOCIATED INDEMNITY CORPORATION - - DWIRAJ4n- -
' Xl AMERICAN AUTOMOBILE INSURANCE COMPANY - -
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Mobley' -Contractors, Inc.
T \�
as Principal, hereinafter called the Principal, and The American Insurance Company
a corporation duly organized under the laws of the State of Nebraska
' as Surety, hereinafter called the Surety, are held and -firmly bound unto City of Fayetteville, . Arkansas
' as Obligee, hereinafter called the Obligee, in the sum of Five Per Cent (5%) -of Total- -Amount
of Bid -- ---------_ -------- --------------------- Dolla�s(5 5%
I
1
for the payment of .which sum well and truly tobe 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 Aece.ss Roads Lighting, Security Fence and
Extended Runway Safety Area Improvements to Drake Field, Fayetteville
Municipal Airport - Contract Section I and/or Contract Section II
' NOW, THEREFORE, if the' Obligee shall accept the bid -of the Principal -and the Principal shalf 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. laithful�..performance of such contract and for the prompt payment of labor and material furnished
'in the prosecution thereof, or in the. event of the failure of the Principal to enter such contract and -give such bond or bonds, if the
Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said. bid and
such larger amount for which the Obligee may in good faith 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. _
I
I
Signed and sealed this 3,Zj1't
st
day of
May
Mobley Contractors, Tnr.
(Principal)
BY
f - 1
-.tixkr .-
C)t..'+rte/ -
tTh<
tzasL
(Title)
American -Insurance Company
(Surety) (Seal)
(Witness) `. ter. :r�
! //'
D i l l o Attorney in tact
36Q@4.1-4.75
GENERAL
POWER OF -
'ATTORNEY' THE AMERICAN=INSURANCE COMPANY
KNOW ALL MEN BY -THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY, a Corporation incorporated under the laws of the State of
New Jersey on February 20, 1846, and redomesticated to the State of Nebraska on June 1. 1990, and having its principal office in the City of Omaha, State of
Nebraska, has made, constituted and appointed, and does by these presents make, constitute and appoint CHARLES R. DILLON, JAMES H.
ATKINS, JERRY M. DOLLINS, RICHARD P. HERGET,.JR., SUE MORTON, JOHN M. ELLIOTT, TOM BERRY
and WILLIAM WAYNE BUSSEY, JR., jointly or severally
LITTLE ROCK, AR
its true and lawful Attorney(s)-in-Fact, with full power and authority herebyconferred in its name, place and stead, to execute, real, acknowledge and deliver any
and all bonds,undertaking, recognizances or other written obligations in the nature thereof
----------------------
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the
Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises.
This power of attorney is granted pursuant to Article VII, Sections 45 and 46 of By-laws of THE AMERICAN INSURANCE COMPANY now in full force and
effect.
"Article VD. Appointment and Authority of Restdeuf Sec etartes, Auomeys-fn-Fact and Agents to accept Legal Process and Make Appearances
Section 45. Appointment. The Chairman of the Board of Directors, the President, any Vice -President or any other person authorized, by the Board of
Directors, the Chairman of the Board of Directors, the President or any Vice -President may, from time to time, appoint Resident Assistant Secretaries and.
Attorneys -In -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the
Corporation.
Section 46. Authority. The authority of such Resident Assistant Secretaries, Attorneys -In -Fact and Agents shall be as prescribed in the instrument evidencing
their appointment. Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to
make such appointment.^
This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of THE AMERICAN
INSURANCE COMPANY at a meeting duly called and held on the 31st day of July, 1984, and said Resolution has not been amended or repealed:
"RESOLVED, that the signature of any Vice -President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this
Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by facsimile,
and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding
upon the Corporation!'
IN WITNESS WHEREOF, THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice -President, and its corporate seal to
be hereuntoaffixed this 1st day of
I
E
J
I
I
I
STATE OF CALIFORNIA
COUNTY OF MARIN
t --.a , ,. , - - -THE AMERICAN1NSURANCE COMPANY
By
Vies-rresident
Oathis 1st dayof June - 13l �, 19 90 ,beforemepersonallycame R. D. Farnsworth
to me known, who, being by me duly sworn, did depose and say: that he is Vice -President of THE AMERICAN INSURANCE COMPANY, the Corporation
described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate
seal; that it was so affixed by orderbf the Board of Directors of said Corporation and that he signed his name thereto by like order.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year herein first above written.
OFFICIAL SEAL
J. M. VANDEVORT
NOTARY PUBLIC. CALIFORNIA
Principal Office in Marin County
My Commission Expires Aug. 28, 1992
STATE OF CALIFORNIA
COUNTY OF MARIN
I, the undersigned, Resident Assistant Secretary of I
the foregoing and attached POWER OF ATTORNE
By-laws of the Corporation, and the Resolution of!
Signed and sealed at the County of Marin. Dated the
Notary ftbuc
CERTIFICATE
ss.
:OMPANY, a NEBRASKA Corporation, DO HEREBY CERTIFY that
been revoked; and furthermore that Article VII, Sections 45 and 46 of the
• ,, , i the Power of Attorney,are now in force.
,+^ / ��•ti om.
`/;May 19 91.
Raideet Assistant Seoewy
LJ
360'711 -TA -6-90 (REV)
NOTICE OF AWARD
I
MCClelfana
Con wiling
Engineers Inaorn
orated
Fayelfevlfle, Arkansas
I
r
NOTICE OF'AWARD
To: Mobley Contractors. Inc.
Hwy 287/ P.O. Box 150
Morrilton, AR 72110
1
PROJECT DESCRIPTION: Security Fence and Licrhtina Improvements to
Drake Field. Fayetteville, Arkansas.
The OWNER has considered the PROPOSAL submitted by you for the
above described WORK in response to its NOTICE TO CONTRACTORS.
You are hereby. notified that your PROPOSAL for Contract
Section II has been accepted for items 11-1 through II -12 and
Supplemental Agreement No. 1 in the amount of $199,085.02
You are required to execute the CONSTRUCTION CONTRACT in its
entirety and furnish the required PERFORMANCE AND PAYMENT BOND and
certificates of insurance within fifteen (15) calendar days from
the date of this notice to.you.
If you fail to execute said Unit Price .Contract and to furnish
said bonds within fifteen (15) days from the date of this NOTICE,
said OWNER will be entitled to consider all your rights arising out
of the OWNER'S acceptance of your PROPOSAL as abandoned and as a
forfeiture of your BID BOND. The OWNER will be entitled to such
other rights as may be granted by law.
You are requiredto return an acknowledged copy of this NOTICE
OF AWARD to the OWNER.
Dated this 9th day of August, 1991.
City FayM lie
By <�
' Fred Vorsanger
Title Mayor
1
1
1 ` Notice of Award - 1
McClelland
Ce,, Sting
Engineers
Incapera/b
Feyslrovill., Arkansas
r
ACCEPTANCE OF NOTICE
Receipt of the NOTICE OF AWARD presented heretofore is hereby
acknowledged.by Moblev Contractors. Inc.
this the 6th day of Auqust 1991
By 4 7
Title P/r r r .o .T
1
Notice of Award - 2
I
Mal. rand
con at, ltin 9
Engineer.
Incorporated
Falettevllle, Arkansas
r
1
1
I.
1,
1
EQUAL OPPORTUNITY
CERTIFICATION
.1
1
•
1
'
McClelland
1 � � Lonwlll to
1 Englnsers
Inanrporaled
Fayenevlllo, 4rkonsas
1
I
I
C
I
I
I
I
I
LI
J
BIDDERS
NAME
ADDRESS
CERTIFICATION OF BIDDER REGARDING
EQUAL EMPLOYMENT OPPORTUNITY
GENERAL
,Mnc&arS r_ C.
INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION
NUMBER 7/-os6696t
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 exceedS $10,000 and are not
exempt from the provisions of the equal opportunity clause.
NOTE: The penalty for making statements
prescribed in 18 U.S.C. 1001.
NOTICE TO PROSPECTIVE SUBCONTRACTORS OF
CERTIFICATION ON NONSEGREGATED FACILITIES:
in offers is
REQUIREMENT FOR
(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
equal opportunity clause.
Equal Employment opportunity - 1
■ Mctlelland
`Dei IredTenginetins
. Engineers
incorporated
Foyeffeville, Arkansas
1
r
1
NOTE: The penalty for making false statements in offers is
prescribed in 18 U.S.C. 1001.
CERTIFICATION OF NONSEGREGATED FACILITIES:
The federally assisted construction contractor certifies that he
does not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he does not
permit his employees to perform their services at any location,
under his control, where segregated facilities are maintained. The
' federally assisted construction contractor certifies further that
he will not maintain, or provide for his employees any segregated
facilities at any of his establishments, and that he will not
permit his employees to perform their services at any location,
' under his control, where segregated facilities are maintained. The
federally assisted construction contractor agrees that a breach of
this certification is a' violation of the equal opportunity clause
' in this contract. As used in this certification, the term
"segregated facilities" means any waiting rooms, work areas,
restrooms and washrooms, restaurants and 'other eating areas,
timeclocks, locker rooms and other storage or dressing areas,
parking lots, drinking fountains, recreation or entertainment
areas, transportation, and housing facilities provided for
employees which are segregated by explicit directive or are in fact
' segregated on the basis of race, color, religion, sex or national
origin, because of habit, local custom, or any other reason. The
federally assisted construction contractor agrees that (except
where he has obtained identical certifications from proposed
'
subcontractors for specific time periods) he will obtain identical
certifications from proposed subcontractors prior to the award of
subcontracts exceeding $10,000 which are not exempt from the
' provisions of the equal opportunity clause, and thathe 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.
I
J
Equal Employment Opportunity - 2
i� J
■ ���� Mace flood
' (Oesip^ired7 �ervef . Consul tin
A `� Engineers
In corporore"C
Fayetteville, Arkansas
Certification - The information above is true and complete to the
best of my knowledge and belief.
PowvaLD F/}1oBke - PizeS,dan,)'%
Name mand �ay Title of igner (Please type)
J4Signature
3/, 1V9/
Date
NOTE: The penalty for making false statements in offers is
prescribed in 18 U.S.C. 1001.
Equal Employment Opportunity - 3
Mcpenood
Cngnaipeeas
Engineers
laMaorated
Fayette ville, Arkansas
u
r
CERTIFICATION OF BIDDER REGARDING
•+ EQUAL EMPLOYMENT OPPORTUNITY
' GENERAL
t. BIDDERS
' NAME Wi.15�DrJEi-1NEi
ADDRESS Pr r �% /z �Z Jowesboaw/ �t�-- , /72 J i)3
' INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION
NUMBER 7/- 05/ - 17337
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 areS 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
equal opportunity clause.
Equal Employment Opportunity - 1
MCClerland
consulung
' n ° ftEmpors
m Ie°rrarW
Faysrrsvllrs, Arkansas
;u
NOTE: The penalty for making false statements in offers is
prescribed 1n.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
ps federally assisted construction contractor, certifies further that
he will not maintain or provide for his employees any segregated
facilities at any of his establishments, _and that he will not
permit his employees to perform their services at any location,
under his control, where segregated facilities are maintained. The
federally assisted construction contractor agrees that a breach of
this certification is a violation of the equal opportunity clause
in this contract. As used in this certification, the term
"segregated facilities" means any waiting rooms, work areas,
restrooms and washrooms, restaurants and other eating areas,
timeclocks, locker rooms and other storage or dressing areas,
parking lots, drinking fountains, recreation or entertainment
areas, transportation, and housing facilities provided for
employees which are segregated by explicit directive or are in fact
segregated on the basis of race, color, religion, sex or national
' origin, because of habit, local custom, or any other reason. The
federally assisted construction contractor agrees that (except
where he has obtained identical certifications from proposed
' subcontractors for specific time periods) he will obtain identical
certifications from proposed subcontractors prior to the award of
subcontracts exceeding $10,000 which are not exempt from the
provisions of the equal opportunity clause, and that he will retain
such certifications in his files.
' NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENT FOR CERTIFICATION
OF NONSEGREGATED FACILITIES:
A Certification of Nonsegregated Facilities must be submitted prior
to the award of a contractor subcontract exceeding $10,000 which
is not exempt from the provisions of the Equal Opportunity Clause.
1 .
I
Equal Employment Opportunity - 2
J
McClelland
gthd
n rponn
lnrpkansas haled
FarilleWlb, Arkaroae
V.
Certification - The information above is true and complete to the
best of my knowledge and belief.
Name and Title of Signer (Please type)
Signature
Date
NOTE: -The penalty for making false statements -in offers is
prescribed in 18 U.S.C. 1001.
}
• Equal Employment opportunity - 3
MaCb nand
Consulting
Engineers
' ` 1
Inaxpswred
Faye re viii., Arkansas
•Jonesboro„Arkansas ,r
501-935-5634
Winston Bennett Contracting Co.
Erosion Control Specialist
... �', P.O. Box 1202 — Jonesboro, Arkansas 72403 .
' CompEEO Policy Statement
It is the policy of this Company to assure that applicants
are employed, and that -employees are treated during employment,
without' regard to their race, religion, sex, color, national
origin, age or handicap. Such action shall include: employment,
' upgrading, demotion, or transfer; recruitment or recruitment ad-
vertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship,
• preapprenticeship, and/or on-the-job training.
Notice encouraging employees to refer_minority female appli-
cants for employment.
" We-en.courage`the'help of all employees in`referring minority
• and female applicants for employment. If you know a minority
and/or female who is seeking employment,' please refer them to.
Winston Bennett - EEO Officer.
Notice informing employees of available training program and the
entrance_reeqquirements. .
We encourage on-the-job training for all interested employees
in any skill •or_phase of operation of Winston Bennett Contracting
Company. If you are interested in any on-the-job training opport-
unities, -please contact Winston Bennett. The only requirements
are that you are are in good health and that you have the desire
and ability to develop a.skill in the craft in which you are inter-
ested. -
Work Environment Statement
It is the policy of this company to ensure and maintain a
working environment free of harassment, intimidation, and coer-
cion at all' sites, and•in all facilities at which our employees
are assigned to work. This policy will be rigidly adhered to
,. 2Lall_tim.e:s.9-ov vinlatinn of this nnlic_v should be reported
r
,
r
- =ter -- -
.-n
`E
• Jonesboro„Arkansas .
501-935-5634
Winston Bennett Contracting Co.
I.
Erosion Control Specialist
V M
P.O. Box 1202 — Jonesboro, Arkansas 72403
Comp�_EEO Policy_ Statement
It is the policy of this Company to assure that applicants
are employed, and that employees are treated during employment,
without regard to their race, religion, sex, color, national
origin, age or handicap. Such action shall include: employment,
' upgrading, demotion, or transfer; recruitment or recruitment ad-
vertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship,
preapprenticeship, and/or on-the-job training.
• Notice encouraging employees to refer minority and female appli-
cants for employment_
-`We`en.courage the help"of all employees in referring minority
and female applicants for employment. If you know a minority
and/or female who is seeking employment, please refer them to.
Winston Bennett - EEO Officer.
' Notice informing employees of available training program and the
entrance_reeqquirements.
We encourage on-the-job training.for all interested employees
' in any skill or phase of operation of Winston Bennett Contracting
Company, If you are interested in any on-the-job training opport-
unities, please contact Winston Bennett. The only requirements
are that you are are in good health and that you have the desire
and ability to develop a skill in the craft in which you are inter-
ested.
' Work Environment Statement
It is the policy of this company to ensure and maintain a
' working environment free of harassment, intimidation, and coer-
cion at all sites, and in all facilities at which our employees
are assigned to work. This policy will be rigidly adhered to
'at all times. Any violation of this policy should be reported
immediately,,to your supervisor or --the company -EEO -Officer.. _- -- r
' Certification of Nonsegregated Facilities
Winston Bennett Contracting Company certifies that all
facilities and company activities are nonsegregated except that
separate or single -user toilet and necessary changing facilities
shall be provided to assure privacy of the sexes.
I. Complaint Procedure
The contractor will promptly investigate all complaints of
alleged discrimination made to the contractor in connection with
__ .•�.,h.i.s._nbli.gat.i.o.ns_iinder_t.hisycontrrac.t will,attemp_tyto.r.e.sol.ve.
such complaints, and will "take appropriate corrective action ..f
within a reasonable time.. If the investigation indicates that
t the discrimination may affect persons other than the complainant,
such corrective action shall include such other persons. Upon
completion of each investigation, the contractor will inform
--.e`very3comptatnant1 of -all-of his —avenues of •appeal,---All-_eom- r-
plaints are to be reported to the EEO Officer.
EEO OFFICER:
Winston Bennett
HWY 141 North
Jonesboro,, AR 72403 Winston Bennett.
501-935-5634 EEO Officer
SODDING - GRADING - SEEDING - MULCHING
MINORITY BUSINESS ASSOCIATION
L
I
C
BIDDERS
NAME
CERTIFICATION OF BIDDER REGARDING
EQUAL EMPLOYMENT OPPORTUNITY
GENERAL
RE�IA F. LECT2.C Ise G .
ADDRESS Q.0 ,8oa 1218 MCA) M- 11453
INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION
NUMBER `11-0 6 99442
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
equal opportunity clause.
Equal;Employment Opportunity - 1
MCQlerrand
rp incorporated
Fe yerlevifrq Arkansas
.. q
" 1
NOTE:
The penalty for making false statements in offers is
prescribed in .18 U.S.C. 1001.
CERTIFICATION OF NONSEGREGATED, FACILITIES:
The federally assisted construction contractor certifies that he
does not maintain or provide for his employees any segregated
facilities at any of his establishments, and that he does not
permit his employees to perform their services at any location,
under his control, where segregated facilities are maintained. The
federally assisted construction contractor certifies further that
he will not maintain or provide for his employees any segregated
facilities at any of his establishments,. and- that he' will not
permit his employees to perform their services at any location,
under his control, where segregated facilities are maintained. The
federally assisted construction contractor agrees that a breach of
this certification is a violation of the equal opportunity clause
in this contract. As used in this certification, the term
"segregated facilities" means any waiting rooms, work areas,
restrooms and washrooms, restaurants and other eating areas,
timeclocks, locker rooms and other storage or dressing areas,
parking lots, drinking fountains, recreation or entertainment
areas, transportation, and housing facilities provided for
employees which are segregated by explicit directive or are in fact
segregated on the basis of race, color, religion, sex or national
origin, because of habit, local custom, or any other reason. The
federally assisted construction contractor agrees that (except
where he has obtained identical certifications from proposed
subcontractors for specific time periods) he will obtain identical
certifications from proposed subcontractors prior to the award of
subcontracts exceeding. $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 CE_RTIFICATION,-
.OF,.NONSEGREGATED.FACILITIES:''"
IL
A Certification of Nonsegregated Facilities must be submitted prior
to the award of a contract or subcontract exceeding $10,000 which
is not exempt from the provisions of the Equal Opportunity Clause.
Equal Employment Opportunity - 2
Maclellan
Conwlnnq
EnQlnrpoe
In n
aorpOMla
Fayettevil", Arkaaaas
Certification - The information above is true and complete to the
best of my knowledge and belief.
GEORGE d. I-iUM PHt7E5 ��'ESIOENT
Name anq Title oft Signer '(Please type)
• C lay i991
Date Cl
NOTE: The penalty for making false statements in offers is
prescribed in 18 U.S.C. 1001.
i
Equal Employment Opportunity - 3
D
CnnptnqIne
l
In ttvpearaoralea
Fayetteville, Arkansas
J
I
I
Th
CERTIFICATION OF BIDDER REGARDING
EQUAL EMPLOYMENT OPPORTUNITY
' GENERAL
BIDDERS
'NAME MODERN FENCE & SUPPLY CO., INCI.
ADDRESS 3010 W. 6th. St., PI 0. Box AA, Fayetteville, Ar. 72702
' INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION
NUMBER 71-0522199
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 UIS.CI 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
equal opportunity clause.
Equal Employment Opportunity - 1
'MCCNlland
V — ` Conaror �Erglneers
lnarperoted
Feyetleei0, Arkansas
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 employeesto .perform -their services at any location,
underthis control, where segregated facilities are maintained. The
federally assisted construction contractor agrees that a breach of
this certification is a violation of the equal opportunity clause
in this contract. As used in this certification, the term
"segregated facilities" means any waiting rooms, work areas,
restrooms and washrooms, restaurants and other eating areas,
timeclocks, locker rooms and other storage or dressing areas,
parking lots, drinking, fountains, recreation or entertainment
areas, transportation, and housing facilities provided for
employees which are segregated by explicit directive or are in fact
segregated on the basis of race, color, religion, sex or national
origin, because of habit, local custom, or any other reason. The
federally assisted construction contractor agrees that (except
where he has obtained identical certifications from proposed
subcontractors for specific time periods) hA 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 $10,000 which
is not exempt from the provisions of the Equal Opportunity Clause.
Equal Employment Opportunity - 2
Meglellane
Con , �nWA0eulliog
Engineers
Inareoraree
Fa]erleville, Areamae
J
1.1.
Certification - The information above is true and complete to the
best of my knowledge and belief.
Cotton Presley sident
e nd T' 1 o Signer ( ease type)
7
Signature
August 15, 1991
Date
NOTE: The penalty for making false statements in offers is
prescribed -in 18 U.S.C. 1001.
r
Equal Employment opportunity - 3
MKlel land
Canto fling
Incorporated
Engineets
Fayetteville, Arkanloa
I
1
1
1
1
1
1 •1
1
1
•1
1
1
1
r
c
CONTRACT
KF
McClelland
con nail! nv
Engine
incorporated
Fayerrevllle, Arkansas
I
I
I
CONTRACT
SECTION I
STATE OF ARKANSAS
CITY OF FAYETTEVILLE
THIS AGREEMENT, made and entered
1991 by and between the
Party of the First Part,
and
hereinafter called the CONTRACTOR.
into this
day of
hereinafter called the OWNER
Party of the Second Part,
WITNESSETH THAT:
WHEREAS, the OWNER has called for bids for the construction of
Airport Improvements at Drake Field as set out in the
Specifications and Plans No. FY892158 and,
WHEREAS, the CONTRACTOR agrees with the Owner to commence and
complete the clearing, grading, box culvert, fencing, topsoil,
seeding, and other tasks as designated in the project Plans and
Specifications Contract Section I for the unit prices bid in the
Proposal estimated quantities included on the Bid Proposal Sheet,
•made part of this Contract, the total being
NOT AWARDED
($ ).
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 calendar days'. The OWNER agrees to pay the
CONTRACTOR in current funds for the performance of the Contract in
accordance with the accepted Proposal therefore, subject to
additions and deductions, as provided in the Specifications, and to
make payment on account thereof as provided below:
Contract - 1
'
onsletingd
Consultingea rred 7o rvs Engineers Incorporated
Foyettevitls, Arkansas
I.
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 four hundred dollars ($400.00) 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 in
concurrence with the FAA.
Contract - 2
IL
MCCfeiiand
ConsWfing
Engineers
A ` Incorporated
Fayetteville, Arkansas
i
rr
No such extension shall be made for delay occurring more than
seven (7) days before a claim therefore is made in writing to the
Engineer. In the case of a continuing cause of delay, only one
claim is necessary.
In the event the CONTRACTOR abandons the work hereunder or
' fails, neglects or refuses to continue the work after ten (10) days
written notice, given the CONTRACTOR by the OWNER or by the
ENGINEER, then the OWNER shall have the option of declaring this
contract at an end, in which event, the OWNER shall not be liable
to the CONTRACTOR for any work theretofore performed hereunder; or
requiring the surety hereto, upon ten (10) days notice, to complete
and carry out the contract of the CONTRACTOR, and in that event,
' should the surety fail., neglect or refuse to carry out said
contract, said OWNER may complete the contract at its own expense,
and maintain an action against the CONTRACTOR and the surety hereto
' for the actual cost of same; together with any damages or other
expense sustained or incurred by the OWNER in completing this
contract less the total amount provided for hereunder to be paid
' the CONTRACTOR, upon the completion of this Contract.
This Contract shall be binding upon the heirs,
representatives, successors, or assigns of the parties hereto,
' including the surety.
IN WITNESS WHEREOF, the OWNER and CONTRACTOR have hereto set
' their hands and seals respectively.
(SEAL) FIRM NAME:
BY:
I. (TITLE)
WITNESSES:
I
' (SEAL)
City of Fayetteville
Fayetteville, Arkansas
' BY:
ATTEST: Fred Vorsanger (Mayor)
City Clerk
1
Contract - 3
MCClel/and
' eai rvel Coneolllna
incorporated
Fayetteville, Arkansas
I
r
I
CONTRACT
SECTION II
STATE OF ARKANSAS
I)
CITY OF FAYETTEVILLE
' THIS AGREEMENT, made and entered into this 6th day of
September, 1991 by and between the City of Fayetteville, Arkanas,
Party of the First Part, hereinafter called the OWNER and Mobley
' Contractors. 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. FY892158 and,
WHEREAS, the CONTRACTOR agrees with the Owner to commence and
' complete the clearing, fencing, access road lighting, emergency
generator, seeding, and other tasks as designated in the project
Plans and Specifications for Contract Section II for the unit
' prices bid in the Proposal estimated quantities included on the Bid
Proposal Sheet for Items II -1 through II -12, and Supplementary
Agreement No. 1, made part of this Contract, the total being One
Hundred Nintv-Nine Thousand Eighty -Five and 02/100 Dollars
' ($199,085.02).
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 90 calendar days. • The OWNER agrees to pay the
CONTRACTOR in current funds for the performance of the Contract in
accordance with the accepted Proposal therefore, subject to
additions and deductions, as provided in the Specifications, and to
make payment on account thereof as provided below:
I
Contract - 4
I
I
MCClBlland
M Consulting
Engineeated
rs
Fayette vine, Arkansas
I
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 four hundred dollars ($400.00) 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 in
concurrence with the FAA.
1 I .
Contract - 5
MCLlellood
Comaor ea n ` rvsl Engineers
Incorporated
Fayetteville, Arkansas
1
G
I
I
I
I
I
I
(SEAL)
1 •Y J
.-. r
r
' ..WITNESSES:
No such extension shall be made for delay occurring more than
seven (7) days before a claim therefore is made in writing to the
Engineer. In the case of a continuing cause of delay, only one
claim is necessary.
In the event the CONTRACTOR abandons the work hereunder or
fails, neglects or refuses to continue the work after ten (10) days
written notice, given the CONTRACTOR by the OWNER or by the
ENGINEER, then the OWNER shall have the option of declaring this
contract at an end, in which event, the OWNER shall not be liable
to the CONTRACTOR for any work theretofore performed hereunder; or
requiring the surety hereto, upon ten (10) days notice, to complete
and carry out the contract of the CONTRACTOR, and in that event,
should the surety fail, neglect or refuse to. carry out said
contract, said OWNER may complete the contract at its own expense,
and maintain an action against the CONTRACTOR and the surety hereto
for the actual cost of same; together with any damages or other
expense sustained or incurred by the OWNER in completing this
contract less the total amount provided for hereunder to be paid
the CONTRACTOR, upon the completion of this Contract.
This Contract shall be binding upon the heirs,
representatives, successors, or assigns of the parties hereto,
including the surety.
IN WITNESS WHEREOF, the OWNER and CONTRACTOR have hereto set
their hands and seals respectively.
U
I
I
11
H
(SEAL)
ATTEST:
reify C1erkU
.el
y � `
Y
FIRM NAME: Mobley. Contractors, Inc.
BY:
President
Ht
City of Fayetteville
Fayett vil kansas
Fre Vorsanger yor)
/ - Macle Hand
' ring
Enelneers
incorporated
Fayerlevllle, Arkansas
Contract - .4
I
C
I
I
G
I
I
I
I
I
I
I
I
I
L
OWNER: City of Fayetteville
113 W. Mountain Street
Fayetteville, Arkansas
PROJECT: Security Fence & Lighting
Improvements, Drake Field
Fayetteville, Arkansas
ESupplemenC1 Agreement #1
Date: 7-18-91
Project No. FY892158
CONTRACTOR: Mobley. Contractors, Inc.
P. 0. Box 150
Morrilton, AR 72110
The following Changes to the Contract are hereby ordered:
1. Add additional Item No. II -13 for the clearing of
approximately 10 acres within the Runway Protection Zone
for Runway 34 as indicated on the attached sheet. The
unit price for this item of work is agreed to be $3,100
per acre with the additional contract amount of
$31,000 Add............$31,000.00
2. Increase the quantity for seeding Item II -9 to include
the additional clearing area above. Revise the quantity
to 14 acres of seeding. Add............$18,978.90
Original Contract Amount $149,106.12
Previous Change Order Amount 0.00
Change Order Will Increase
Contract Amount By 49,978.90
Revised Contract Amount $199,085.02
The Contract Tine will be increased by 0 calendar days.
Contract Time 90 calendar days.
CONTRACTOR:
Mobley Contractors, Inc
ENGINEER:
McClelland Cons. Eng., Inc
OWNER:
City of Fayetteville
By: /mss f �, l 7-15-7/
Date
l f Date
Mayor Date
p Nl W
•
C'Y_•
AflOItiI" CERTIFICATE OF INSURANCE f 2549 IS lo -+IL VV
Nfl .. 9/03/9.1,.
ROD(ICER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
IARSH a MCLENNAN INCORPORATED - NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
O BOX 1310
TITTLE ROCK, AR 72203 COMPANIES AFFORDING COVERAGE
COMPANYA
& SUCODE LETTER_ BITUMINOUS CASUALTY CORP
COMPANY B
NSLIRED - LETTER
MOBLEY CONTRACTORS, INC. COMPANY __
P O BOX 150 LETTER C
ORRILTON, AR 72110 COMPANY U
LETTER
COMPANY E
LETTER
I, II�4J ( n. I :I : •
... .. ♦V:: AA: L. I AVL LNI.
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE ....................ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TEAM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS..
TRTYPE OF INSURANCE POLICY NUMBER D YMER₹CTIVE POLICY EXPIRATION ALL WITS N THOUSANDS
1ECOMMERIX4L GENERAL LNBnm CLP2079872 2/28/91 2/28/92 GENERAL AGGREGATE $ 1000
PRODUCTS OOMP/OPS AGGREGATE IL 1000
_
CLAIMS MADE ® OCCUR. PERSONAL & ADVERTISIN61NNRY 500
OWNERS & CONTRACTORS PROT. EACH OCCURRENCE $ 500
FIRE DAMAffE (Ary one Sro) $ 50
MEDICAL EXPENSE (Ary one person) $ 5
AUTOMOBILE WIBNTY COMBINED y ir[
CAP1755394 2/28/91 2/28/92 SN(iE IL
X ANY AUTO LIMIT1000
ALL OWNED AUTOS
INJURY $ n�.J."......a:. .:<..
SCHEDIAED AUTOS z.tuic>[.i:'xx'
(PGr PerlOn) [Sr.X:j5'oi:r4
HIRED'AUTO$ - BODILY is[
INALRY S ce[o•,•..:;...,.:;::...:
.rc'rcn+.n::xr+r�::
NON -OWNED AUTOS (Per e OCIEerl
GARAGE U48MY : nF +x. A...:;za__::
PROPERTY S ii[:nn.Jn.5.'Fv..e....::
.�MA enanaernx.[ynny,:
.: nvJ.J:nyq':
Is#a.m CUP1775850 ; 2/28/91 2/28/92 <4cZocc GATE
8 UMBRELLA EXCESS �J{ $
OTHER THAN UMBRELLA FORM [ .�><` ZOO 1000
r
WORPMRS COAPQISATM WC1101744 . 2/28/91 2/28/92 STATUTORY [ ssx c ;
AND $ 100 (EACH ACCIDENT)
500 (DISEASE —POLICY UMrr)
_ BAwLDYERB• LUBILm
.. S - 1G O(DISE.ASE—EACH EMPLOYEE)
OTHER
(SEE REVERSE AND/OR ATTACHED)
NOtQRy OWCEL AIM
T
'xn SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
CITY OF FAYETTEVILLE AND ':¢ EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MCCLELLAND CONSULTING ENGINEER MAIL 3 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
)SL
FAYETTEV ILLE Y AR 72701 . LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
x['C
11ABILITYOF ANY CND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
;Jr AUTHORDYD ATME e
_....:.%.T.J .. .. v.[..: ::. r:..: :n:. ,.. vY v:. ne: v:n .-..-.r'-'-''+'-', ::Jr:r:T .J'n W:Ym :v Hn.nonon .v.. . n\.:
rs/fl Naas 1Of 2 1 0ROCORPORAIlQN:191N
I
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
CERTIFICATE 12549 (CON
INSURED : MOBLEY CONTRACTORS, INC.
HOLDER : CITY OF FAYETTEVILLE AND
MCCLELLAND CONSULTING ENGINEER
FAYETTEVILLE, AR 72701
.L
OWNER & CONTRACTORS PROTECTIVE LIABILITY BOUND 9-9-91
NAMED INSURED: CITY OF FAYETTEVILLE
ADDITIONAL INSURED: MCCLELLAND CONSULTING ENGINEERS
PROJECT: ACESS ROAD LIGHTING, SECURITY FENCE AND EXTENDED RUNWAY, SAFETY
AREA IMPROVEMENT TO DRAKE FIELD, FAYETTEVILLE MUNICIPAL AIRPORT
CITY OF FAYETTEVILLE AND MCCLELLAND CONSULTING ENGINEERS ARE ADDITIONAL
INSUREDS AS RESPECTS TO GENERAL LIABILITY
PAGE: 2 OF 2
r
NOTICE TO PROCEED
I
N
Met,.Iland
con aEngineers rs
°f1 I
Inaraorotea
Foy.MkeviHo, Arkansas
1
NOTICE TO PROCEED
To: Date:
Project:
You are hereby notified to commence WORK in accordance with
the Contract dated , 1991, on or before
1991, and you are to complete the WORK within _
calender days.
BY:
Title:
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE TO
PROCEED is hereby acknowledged by
this the day of , 1991.
By:
Title
Notice to Prnnepd - 1 0
McClelland
rve CooWlling
Engineers
incorporated
Fayetteville, Arkansas
r
PERFORMANCE BOND
MCClellane
� ��1 Engineers
ng
Epinae
Inoorpararoa
Fa/stIevllle, Arkansas
r
F
I
I
I
II
FILED F@R REGORD
PERFORMANCE BOND
91 SEP 10 AM 14 5a
WAS : cTON GO. AR
KNOW ALL MEN BY. THESE PRESENTS: That yeKMobleYEgontractors,
Inc. a Corporation, hereinafter called "Principair and The
American Insurance Company of Omaha. State of
Nebraska , hereinafter called "Surety", are held
and firmly bound unto the City of Fayetteville, Arkasnas,
hereinafter called "Owner",•in the penal sum of One Hundred Ninety-
Nine,Thousand, Eighty -Five Dollars and 02/100 ($199,085.02)` 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
G day septemlier 1991, a copy of which
' is hereto: attached and made a part hereof for the construction of
improvements to the City of 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,
alteration 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 way 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.
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.
' Performance Bond - 1
C=021rland
' �� coawunv
Incorporated
Fayatteville, Arkansas
F' •
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 6� day •'F. September , 1991.
ATTEST:
:(Pr n p&I) Secretary
1
(-SEAL)
t ¢ n.
'• WitneK as to Principal
//
,/ �/vB �+r�G_, //C�c. 72o3d
Address
• ATTEST:
1 _ `11
_ •(Surety)-+
fr
''j_ (SEAL)?t-�\l,
WdkfiessUas to Surety
P. 0. Box 1310, T,irt1 Rock, AR
Address
I
Moblev Contractors, Inc.
Principe
By:
Ronald F. Mobley, Pref.
Hwy 287/ P.O. Box 150
Morrillton, AR 72110
Address
The American Insurance Company
Surety
By:
Attorney-in-Jfact
Charles R. Dillon
P. 0. Box 1310, -Little Rock. AR
Address
Performance Bond - 2
McClelland
' enmd To rvel Cngioeonv
-` ±_S Engineers I
Inrorporared y
Fayette v111e, Arkonsos
GENERAL
POWER OF
ATTORNEY THE AMERICAN INSURANCE COMPANY
'KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY, a Corporation incorporated under the laws of the State of
New Jersey on February 20. 1846, and redomesticated to the State of Nebraska on June 1, 1990, and having its principal office in the City of Omaha, State of
Nebraska, has made, constituted and appointed, and does by these presents make, constitute and appoint CHARLES R. DILLON, JAMES H.
ATKINS, RICHARD P. HERGET, JR., SUE MORTON, JOHN M. ELLIOTT, TOM BERRY and WILLIAM WAYNE
' BUSTS�EY,RnJR., jointly or severally
its trLueand Tawful Attttordey(s}in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any
and all bonds, undertaking, recognirances or other written obligations in the nature thereof
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the
Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises.
This power of attorney is granted pursuant to Article VII, Sections 45 and 46 of By-laws of THE AMERICAN INSURANCE COMPANY now in full force and
effect.
"Article VH. Appointment and Authority of Resident Secretaries, AMoroeyr-in-Fact and Agents to accept Legal Process and Make Appearanar.
Section 45. Appointment. The Chairman of the Board of Directors, the President, any Vice -President or any other person authorized by the Board of
Directors, the Chairman of the Board of Directors, the President or any Vice -President may, from time to time, appoint Resident Assistant Secretaries and
Attorneys -in -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the
Corporation.
Section 46. Authority. The authority of such Resident Assistant Secretaries, Attorneys -in -Fact and Agents shall be as prescribed In the Instrument evidencing
their appointment. Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to
make such appointment:'
This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of THE AMERICAN
INSURANCE COMPANY at a meeting duly called and held on the 31st day of July, 1984, and said Resolution has not been amended or repealed:
"RESOLVED, that the signature of any Vice -President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this
Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by facsimile.
and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding
upon the Corporation:' _
IN WITNESS WHEREOF, THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice -President, and its corporate seal to
1
1
1
1
1
1
1
behereuntoafftxed this 1st day of March
ti
LA�MCLGO��E By
STATE OF CALIFORNIA t
` set.
COUNTY OF MARIN
19 91
THE AMERICAN INSURANCE COMPANY
On this 1st day of March .19 91 , beforeme personally came R. D. Farnsworth
to me known, who, being by me duly sworn, did depose and say: that he is Vice -President of THE AMERICAN INSURANCE COMPANY, the Corporation
described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate
seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year herein fast above written.
OFFICIAL SEAL
J. M. VANDEVORT
NOTARY PUBLIC • CALIFORNIA
Principal Office in Marin County
My Carrtnrhsien Expires Auq. 28. 1992
STATE OF CALIFORNIA
COUNTY OF MARIN
Notary Public
CERTIFICATE
I, theundersigned, Resident Assistant Secretary of THE AMERICAN INSURANCE COMPANY, a NEBRASKA Corporation, DO HEREBY CERTIFY that
the foregoing and- attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore that Article VII, Sections 45 and 46 of the
By-laws of the Corporanot, and the Resolution of the Board of Directors; set fort the P wer of Attorney, are now in force.
Signed and sealed at the County oEMirin. Dated the y day of - - , 19.
_ r /)
d ce
Jd�'�*..^••co+!� Radrnr Avisunt SevavY
360711 -TA -6.90
r
PAYMENT BOND
MCCle fiend
ring
rvs Enpin. ers
InmrpCrafed
Foyeflevllle, Arkanvos
I
Li
I
I
FILED FOR RECORD
PAYMENT BOND
"91SEP10 AM 11158
KNOW ALL MEN BY THESE PRESENTS: That we Mobley.,Contraj®mst,
Inc. a Corporation, hereinafter called "Principafi'"na"d .T.he
American Insurance Company of Omaha A. k. V "S.tEe of
Nebraska hereinafter called "Surety", are held
and firmly bound unto the City of Fayetteville, Arkasnas,
hereinafter called "Owner", in the penal sum of One Hundred Ninety -
Nine Thousand, Eighty -Five Dollars & 02/100 ($ 199.085.02) 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
Principf}I entered into a certain contract with the Owner, dated the
day flSeptember 1991, a copy of which
is hereto attached and made a part hereof for the construction of
improvements to the City of Fayetteville, Arkansas.
C
I
I
I
I
El
I
I
I
I
r-
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,
alteration 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 way 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.
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.
Payment Bond - 1
Mccrennond
�� Consalrina
Enolnaers
Incarporafed
Fayette ville, Arkansas
2.
r
1
1
i
1
1
1
IN WITNESS HEREOF, this instrument is executed in six (6)
counterpartach one of,.which shall be deemed an original, this
the to "' day _-September 1991.
ATTEST:
Moblev Contractors. Inc.
Principal y�
By: &cdQ / ,1 f Secretary J 7` Ronald F. Mobley, es.
Hwv 287/ P.O. Box 150
- VV14tLjfZtt.t
Witnesas o Principal
.1 tw5-
Address
1 - �_
ATTEST
r! - rte%
l 1Iin^
l'• vW'1 s
Suret 'igm`X t IC
Its ( Y)�r Y
1
W' ass s to Surety
1 P. 0. Box 1310, Little Rock, AR
Address
Morrillton, AR 72110
Address
The American Insurance Company
Surety
By
Attorney-i -fact
Charles R. Dillon
P. 0. Box 1,110) T.itrla Rnr1r AP
Address
1
1
I. Payment Bond - 2
MaCielland
1 � � ncorpor to
g
Engineers
IncorporaMd
• Fayette ville, Arkansas
I.
I
I
GENERAL
POWER OF
ATTORNEY
THE AMERICAN INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY, a Corporation incorporated under the laws of the State of
New Jersey on February 20. 1846. and redomesticated to the State of Nebraska on June 1, 1990, and having its principal office in the City of Omaha, State of
Nebraska. has made, constituted and appointed, and does by these presents make, constitute and appoint CHARLES R. DILLON, JAMES H.
ATKINS, RICHARD P. HERGET, JR., SUE MORTON, JOHN M. ELLIOTT, TOM BERRY and WILLIAM WAYNE
BUSSEY, JR., jointly or severally
its true an awf itoi3cy(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any
and all bonds, undertaking, recognvances or other written obligations in the nature thereof
and to bind the Corporation'thereby as fully and to the same extent as if such booth were signed by the President, sealed with the corporate seal of the
Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do in the premises.
This power of attorney is granted pursuant to Article VII. Sections 45 and 46 of By-laws of THE AMERICAN INSURANCE COMPANY now in full force and
effect.
"Aride VD. Appointment and Authority ofResfdent Secretaries, Attorneys -in -Fad andAgeats to accept Legal Procne and Make Appes rig en.
Section 45. Appointment. The Chairman of the Board of Directors, the President, any Vice -President or any other person authorized by the Board of
Directors, the Chairman of the Board of Directors, the President or any Vice -President may, from time to time, appoint Resident Assistant Secretaries and
Attorneys -in -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the
Corporation. .
Section 46. Authority. The authority of such Resident Assistant Secretaries, Attorneys -in -Fad and Agents shall be as prescribed In the instrument evidencing
their appointment. Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to
make such appointment."
' This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of THE AMERICAN
INSURANCE COMPANY at a meeting duly called and held on the 31st day of July, 1984, and said Resolution has not been amended or repealed:
"RESOLVED, that the signature of any Via -President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this
Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or.on any certificate relating thereto, by facsimile.
and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding
upon the Corporation!'
IN WITNESS WHEREOF, THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice -President, and its corporate seal to
be hereunto affixed this 1st day of _. March 19 91
THE AMERICAN INSURANCE COMPANY
By
' - via-Prmdem
' STATE OF CALIFORNIA ..
ss.
COUNTY OF MARIN -
MarrhR. D. Farnsworth
On this 1st day of .19 91 before me personally came
' to me known, who, being by me duly sworn, did depose and say: that he is Vice -President of THE AMERICAN INSURANCE COMPANY, the Corporation
described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate
seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year herein first above written.
' �tttN11lIu,u ul.nuhttltMtlmNlmatrtrs[mmn U _
OFFICIAL SEAL
5 J, M. VANDEVORT i
NOTARY PUBLIC • CALIFORNIA Jowy public
' Principal Office in Mann County
= My (.remission Expires Aug. 28. 1992 L CERTDTCATE
iumtnwt[rrrrlrttIIIOhOUIOUI[tlhItI[tltt,hUUrar U -
' STATE OF CALIFORNIA
U.
COUNTY OF MARIN
I. the undersigned, Resident Assistant Secretaryof THE AMERICAN INSURANCE COMPANY, a NEBRASKA Corporation, DO HEREBY CERTIFY that
' the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore that Article VII. Sections 45 and 46 of the
By-laws of the Corporation, and the Resolution of the Board of Directors; set forth in the Pyw,er of A rney, are now in force.
Signed and sealed at the County of Marin. Dated the 6Q day of '- - - .199'
- ee'
.— Raidmt Astisuut Secretary
360711 -TA -6-90 r REV)
r
FEDERAL WAGE DECISION
MCClelland
r nedT l Conwlrinp
Engineers
Incap orated
Fayettevlrle, Arkanias
U.S. Department of Labor
GENERAL DECISION NJ. A91-7
Supersedes General wage Decision No. AR90-7
State: ARKANSAS
County("ies): Statewide
Construction
Type: H 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)
Vol. II
17
U,S. Department of Labor
AR91-7
Basic Fringe
Hourly Benefits
Rates
BRICKLAYERS 7.20
CARPENTERS 7.20
CONCRETE FINISHERS 7.20
ELECTRICIANS 8.75
IRONWORKERS:
Structural 6.30
Reinforcing 5.45
LABORERS:
Air Tool Operator 5.15
Aspha;1 heater operator 5.15
Asphalt raker 5.85
Carpenter Helper 5.15
Chain saw Operator 5.15
Checker grade 5.45
Concrete finisher helper 5.15
Concrete joint sealer 5.15
Concrete saw operator 5.15
Formsetter 5.45
Laborer 3.90
Pipelayer 5.45
Powderman 6.40
Vibratorman - 5.15
PAINTER 6.20
PILE DRIVER LEADMAN 6.20
POWER EQUIPMENT OPERATORS:
Aggregate spreader oper. 5.80
Asphalt plant fireman 4.85
' Asphalt plantdrier oper. 4.85
Batch plant oper- 5.80
Bulldozer Operators:
Finish 6.90
Rough 5.65
Bull float operator 5.65
Concrete curing machine operator 5.65
' Concrete mixer operator:
Less than 5 sacks 5.15
5 sacks and over 6.20
Backhoe op. - rubber tired (1 yard or
• less) 6.10
Cherry picker operator 6.10
Concrete paver --operator 6.70
Concrete spreader oper.. 6.70
Crane, derrick, dragline. shovel,
backhoe, opers.:
1-1/2 yards or less 6.70
' over 1-1/2 yards 7.20
Crusner Operator 5.65
Distributor operator 5.65
Drill Operator wagon or truck) 5.65
Elevating grader oper. 6.70
Euclid or like equipment operator �
(bottom or end dump) 5.25
Finishing machine oper. 6.10
1 Vol. 11 18
i
U.S. Department of Labor
AR91-7
Flagger 3.90
' Forklift operator 5.05
Form grader operator 5.05
Front end loader oper.
Finish 6.70
' Rough 5.65
Hydro seeder operators 5.15
Mechanic 6.90
Mechanic Helper 5.25
' Motor patrol operator:
Finish 6.90
Rough 5.65
Mulchingmachine oper. 5.15
Oiler and greaser 5.45
Pile driver operator 6.20
Power broom operator 5.15
I. Pug Mill Operator 5.15
Roller ooeratcr (sell° proce" 52E
Scraper operator:
.Finish 6.90
' Rough 5.65
Sod slicing machine op. 4.95
Stabilizer mixing machine operator 5.65
Tractor operator (crawler type) 5.15
Tractor operator (farm and wheel) 5.15
Tractor operator wheel type (with
attachments 1 yd. or under) 5.55
Trenching macnine oper. 5.55
STONEMASONS 7.20
TRUCK DRIVERS:
Distributor truck driver 5.45
' Semi -trailer 5.45
Lowboy driver 5.65
Transit mix truck driver 5.45
Truck driver (heavy -maximum Ipay
I. load in excess of 3.000 lbs.) 5.15
Truck driver (light -maximum pay
load 3,000 lbs.) 4.85
Well drillers 6.90
WELDERS: Receive rate prescriced 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 in the labor standards contract clauses (29 CPR, 5.5 (a) (1)
' (ii)).
I
IVol. II 19
r
STATE WAGE DECISION
Meplllland
ned Ta - Conw1tin Q
Engineers
Incorporated
Fayetteville, Arkansas
PREVAILING WAGE DETERMINATION -HEAVY RATE
DATE: December 6, 1990 DETERMINATION G 90-80
PROJECT: Drake Field Safety Improvements COUNTY Statewide
Drake Field, Fayetteville EXPIRATION DATE: 6-4-91
Washington County
C1
BASIC
HOURLY
RATE
Drill operator (wagon or truck) 5.65
' Elevating grader operator 6.70
Euclid or like equipment operator
(bottom or end dump) 5.25
' Finishing machine operator 6.10
Forklift operator 5.05
Form grader operator 5.05
' Front end loader operator:
Finish 6.70
Rough 5.65
Hydro seeder operator 5.15
• Mechanic 6.90
Mechanic helper 5.25
Motor patrol operator:
Finish 6.90
Rough 5.65
Mulching machine operator 5.15
Oiler and greaser 5.45
Pile driver operator 6.20
Power broom operator 5.15
Pug mill operator 5.15
' Roller operator (self-propelled) 5.25
Scraper operator:
Finish 6.90
' Rough 5.65
Sod slicing machine operator 4.95
Stabilizer mixing machine operator 5.65
Tractor operator:
'
Crawler type 5.15
Farm and wheel 5.15
Wheel type (with attachment 1 yard
' or under) 5.55
Trenching machine operator 1 5.55
STONEMASONS 7.20
' TRUCK DRIVERS:
Distributor truck driver 5.45
Semi -trailer 5.45
Lowboy driver 5.65
' Transit mix truck driver 5.45
Truck driver (heavy -maximum pay load
in excess of 3000 lbs.) 5.15
' Truck driver (light -maximum pay load
3000 lbs.) 4.85
WELL DRILLERS 6.90
I
C1
FRINGE
BENEFITS
WELDERS --receive rate.prescribed for craft performing operation to
which welding is incidental.
CERTIFIED
S Department of Labd(
Apr11 6, 1989 _
i -
I
PREVAILING WAGE DETERMINATION -HEAVY RATE
I
I
I
I
I
C
L
[]
I
I
I
I
I
I
I
DATE: December 6, 1990
PROJECT: Drake Field Safety Improvenents
Drake Field, Fayetteville
Washington County
BRICKLAYERS
CARPENTERS
CONCRETE FINISHERS
ELECTRICIANS
IRONWORKERS:
Structural
Reinforcing
LABORERS:
Air tool operator
Asphalt heater operator
Asphalt raker
Carpenter helper
Chain saw operator
Checker grade
Concrete finisher helper
Concrete joint sealer
Concrete saw operator
Flagger
Formsetter
Laborer
Pipelayer
Powderman
Vibratorman
PAINTER
PILE DRIVER LEADMAN
POWER EQUIPMENT OPERATORS:
Aggregate spreader operator
Asphalt plant fireman
Asphalt plantdrier operator
Batch plant operator
Bulldozer Operators:
Finish
Rough
Bull float operator
Concrete curing machine operator
Concrete Mixer Operator:
Less than 5 sacks
5 sacks or over
Backhoe operator-rubbertired
(1 yard or less)
Cherry picker operator.
Concrete paver operator
Concrete spreader operator
Crane, Derrick, Dragline, Shovel,
Backhoe Operators:
1-1/2 yards or less
Over 1 1/2 yards
Crusher operator
Distributor operator
DETERMINATION 0 90-80
COUNTY Statewide
EXPIRATION DATE: 6-4-91
BASIC
HOURLY
RATE
7.20
7.20
7.20
8.75
6.30
5.45
5.15
5.15
5.85
5.15
5.15
5.45
5.15
5.15
5.15
3.90
5.45
3.90
5.45
6.40
5.15
6.20
6.20
5.80
4.85
4.85
5.80
6.90
5.65
5.65
5.65
5.15
6.20
6.10
6.10
6.70
6.70
6.70
7.20
5.65
5.65
FRINGE
BENEFITS
r
I.
1
1
•1
i
1
WAGE, LABOR, EEO &.
SAFETY REQUIREMENTS
1
1
1
1
i
1 ,
MCCleIJana
1
S
l Conwkinp
Enalne
Inaaraoratra/ea
Faywevllle, Arkansas
r
WAGE, LABOR, EEO AND SAFETY REOUIREMENTS
' SECTION A (FEDERAL AVIATION ADMINISTRATION REQUIREMENTS)
AA=1. Airport Improvement Program. The work in this Contract
is included in Airport Improvement Program Number 3-05-0020-14
' 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 costs 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
' .disabledveterans 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.
' AA=5. Withholding: Sponsor from Contractor. Whether or not
payment or advances to 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.
AA=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.
1
Wage, Labor, EEO & Safety Regulations - 1
/dcpellno
' �t n ( Cmuuttinq
Enpinsers
Incorporated
Fayetteville, Arkansas
AA=B. 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-99. 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)
BB=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
I. under the Copeland Act (29 CFR Part 3), the full amounts due
at time of payment computed at wages and bona fide fringe
benefits (or cash equivalent thereof) due at time of payment
computed at wage rates not less than those contained in the
' wage determination of the Secretary of Labor which is attached
hereto and made a part hereof, regardless of any contractual
relationship which may be alleged to exist between the
' Contractor and such laborers and mechanics. For the purpose of
this paragraph, contributions made or costs reasonably
anticipated for bona fide fringe benefits 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 (d) below; also,
regular contributions made or costs incurred for more than a
weekly period (but not less often than quarterly) 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)). Such laborers and
mechanics shall be paid the appropriate wage rate and fringe
benefits on the wage scale, except as provided in paragraph B-
4 of this clause. Laborers or mechanics performing work in
I.
more than one classification may be compensated at the rate
specified for each classification for the time actually worked
therein: Provided, however, that the employer's payroll
records accurately set forth the time spent in each
classification in which work is performed. The wage
determination(s) (including any additional classifications and
' wage rates conformed under subparagraph (b) of this section)
and the Davis -Bacon poster shall be posted at all times by the
Contractor and its subcontractors at the site of the work in
a prominent and readily accessible place where it can easily
be seen by the workers.
Wage, Labor, EEO & Safety Regulations - 2
' es nedT rvel Conwltinp
Incorporated
Fayetteville, Arkansas
I
r
1
' (b) (1) Any class of laborers or mechanics, including
apprentices and trainees, which is not listed in the wage
' determination and which is to be employed under the
Contract, shall be classified or reclassified conformably
•to the wage determination. Approval will be given for an
additional classification and wage rate, and fringe
' benefits therefore, only when the following criteria have
been met:
' (i) The work to be performed by the classification
requested is not performed by a classification in the
wage determination; and
' (ii) The classification is utilized in the area by the
construction industry; and
' (iii) The proposed wage rate, including any bona fide
fringe benefits, bears a reasonable relationship to the
wage rates contained in the wage determination.
(2) If the Contractor and the laborers and mechanics to
be representatives, and City of Fayetteville agree on
the classification and wage rate (including the amount
' designated for fringe benefits where appropriate), a
report of the action take shall be sent by City of
Fayetteville to the FAA for tentative approval and
' .transmittal to the Department of Labor, Employment
Standards Administration, Administrator of the Wage and
Hour Division, Washington, D.C. 20210. The Department of
U. Labor will approve, modify or disapprove every additional
classification action within 30 days of receipt and so
advise the FAA or will notify the FAA within the 30 -day
period that additional time is necessary. (29 CFR 5.5
1 (a) (1) (i))•
(3) In the event the Contractor, the laborers or
' mechanics, including apprentices and trainees, to be
employed in the classification or their representatives
and the City of Fayetteville do not agree on the proposed
' classification and wage rate (including the amount
designated for fringe benefits where appropriate), the
City of Fayetteville shall send the questions, including
the views of all interested parties and the
I. recommendation of the sponsor, to the FAA to be referred,
with the recommendation of the FAA, to the Department of
Labor for final determination. The Department of Labor
will issue a determination within 30 days of receipt or
provide notification within the 30 -day period that
additional time is necessary. (Approved by the Office of
Management and Budget under OMB control number 1215-
' 0140.)
Wage, Labor, EEO & Safety Regulations - 3
' \ Male none
'
Engineers
Incorporated
Fa"fteville, Arkansas
Ii
(4) The wage rate (including fringe benefits where
appropriate) determined pursuant to subparagraphs (b) (2)
' and (3) of this paragraph, shall be paid to all workers
performing work in the classification under this contract
from the first day on which work is performed in the
classification.
' (c) Whenever the minimum wage rate prescribed in the Contract
for a class of laborers or mechanics includes a fringe benefit
' which is not expressed as an hourly wage rate the Contractor
shall either pay the benefit as stated in the wage
determination or shall pay another bona fide fringe benefit or
an hourly cash equivalent thereof. In the event the
I.
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, the Contractor may consider as part of the
wages of any laborer or mechanic the, amount of any costs
reasonably anticipated in providing bona fide fringe benefits
under a plan or program. Provided, however, that the
I. 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-
I..0020-14 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, trainee, or helper employed or
working on the site of the work all or part of the wages required
by this contract, the FAA may after written notice to the City of
' Fayetteville take further 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
Wage, Labor, EEO & Safety Regulations - 4
McClellan'
' E nwlrinp
� Enalneers
Inearaorofee
Foyerre villa, Arkansas
1
1 , 1
period of 3 years thereafter for all laborers and mechanics
working at the site of the work. Such records will contain
1 the name and address of each such employee, his correct
classification, rates of pay (including rates of contributions
or costs anticipated for bona fide fringe benefits or cash
1 equivalents thereof 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)
1 (see sub -paragraph (d) of paragraph B-1 above), that the wages
of any laborer or mechanic include the amount of any costs
reasonably anticipated in providing benefits under a plan or
1 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
1 or program has been communicated in writing to the laborers or
mechanics affected, and records which show the costs
anticipated or the actual costs incurred in providing such
1 benefits. Contractors employing apprentices or trainees under
approved programs shall maintain written evidence of the
registration of apprenticeship programs and certification of
trainee programs, the registration of apprentices and
1
trainees, and the ratios and wage rates prescribed in the
applicable programs (29 CFR 5.5 (a)(3)(i)).
1 (b) (1) 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
1 payrolls submitted shall set out accurately and
completely all of the information required to be
maintained by paragraph B-3 (a) above. This information
may be submitted in any form desired. The Contractor is
1 responsible for the submission of copies of payrolls by
all subcontractors.
I.
(2) Each payroll shall be accompanied by a "Statement of
Compliance", signed by the employer or his agent who pays
or supervises the payment of persons employed under the
contract and shall certify the following:
1 (i) That the payroll for the payroll period contains the
information required to be maintained under paragraph B-3
(a) above and that such information is correct and
1 complete.
(ii) That each laborer and mechanic, including each
helper, apprentice and trainee, employed on the contract
during the payroll period has been paid the full weekly
Wage, Labor, EEO & Safety Regulations - 5
ed
1 _
McClelland
1 Conealrinq
` �� Erpinears
Incnrporafed
Fayetteville, Arkonsaa
Ir
R
I. wages earned, without rebate, either directly or
indirectly, and that no deductions have been made either
directly or indirectly from the full wages earned, other
' than permissible deductions as set forth in Regulations
29 CFR Part 3.
(iii) That each laborer or mechanic has been paid not
less than the applicable wage rates and fringe benefits
or cash equivalents for the classification of work
performed, as specified in the applicable wage
determination incorporated into the contract.
(3) The weekly submission of a properly executed
certification set forth on the reverse side of Optional
Form WH-347 shall satisfy the requirement for submission
of the "Statement of Compliance" required by paragraph B-
3 ' (2) of this section.
(4) The falsification of any of the above certifications
may subject the Contractor or subcontractor to civil or
criminal prosecution under Section 1001 or Title 18 and
Section 231 of Title 31 of the United States code.
' (c) The Contractor will make the records required under the
labor standards clauses of the contract available for
inspection, copying or transcription by authorized
representatives of the sponsor, the FAA and the Department of
' Labor, and shall permit such representatives to interview
employees during working hours on the job.
(d) If the Contractor or subcontractor fails to submit the
required records or to make them available, the FAA may, after
written notice to the sponsor or Contractor, take such action
' as may be necessary to cause the suspension of any further
payment, advance, or guarantee of funds.
Furthermore, failure to submit the required records upon request or
Ito make such records available may be grounds for debarment action
pursuant to 29 CFR 5.12 (29 CFR 5.5 (a) (3) (ii)).
' BB=4 Apprentices and trainees
(a) Apprentices. Apprentices will be permitted to work at
less than the predetermined rate for the work they perform
' when they are employed and individually registered in a bona
fide apprenticeship program registered with the U.S.
Department of Labor, Employment and Training Administration,
' Bureau of Apprenticeship and Training, or with a State
Wage, Labor, EEO & Safety Regulations - 6
L /
MCCreliond
' Ergineers
rneortaororee
Fayet? evil le, Arkansas
If
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 apprentice 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 registered or otherwise employed as
stated above, shall be paid not, less than the applicable wage
Irate determined by the Secretary of Labor for the
classification .of work he actually performed. In addition,
any apprentice performing work on the job site in excess of
' the ratio permitted under the registered program shall be paid
not less than the applicable wage rate on the wage
determination of the work actually performed. Where a
Contractor is performing construction on a project in a
' locality other than that in which its program is registered,
the ratios and wage rates (expressed in percentages of the
journeyman's hourly rate) specified in the Contractor's or
subcontractor's registered program shall be observed. Every
apprentice must be paid at not less than the rate specified in
the registered program for the apprentice's level of progress,
expressed as a percentage of the journeyman hourly rate
'
specified in the applicable wage determination. Apprentices
shall be paid fringe benefits in accordance with the
provisions of the apprenticeship program. If the
' apprenticeship program does not specify fringe benefits,
apprentices must be paid the full amount of the fringe
benefits listed on the wage determination for the applicable
t classification. If the Administrator determines that a
different practice prevails for the applicable apprentice
classification, fringe benefits shall be paid in accordance
with that determination. In the event the Bureau of
' Apprenticeship and Training, or a State Apprenticeship Agency
recognized by the Bureau, withdraws approval of the
apprenticeship program, the Contractor will no longer be
' permitted to utilize apprentices at less than the applicable
predetermined rate for the work performed until an acceptable
program is approved. (29 CFR 5.5 (a) (4) (i)).
' (b) Trainees. Except as provided in 29 CFR 5.16, 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
Wage, Labor, EEO & Safety Regulations - 7
Mode Hand
' rras
incorporated
Fayetteville, Arkansas
I r
to journeymen on the job site shall be not greater than
permitted under the plan approved by the Employment and
Training Administration. Every trainee must be paid at not
less than the rate specified in the approved program for the
trainee's level of progress, expressed as a percentage of the
journeyman hourly rate specified in the applicable wage
' determination. Trainees shall be paid fringe benefits in
accordance with the provisions of the trainee program. If the
trainee program does not mention fringe benefits, trainees
' shall be paid the full amount of fringe benefits listed on the
wage determination unless the Administration of the Wage and
Hour Division determines that there is an apprenticeship
program associated with the corresponding journeyman wage rate
the
wage determination which
provides the less than
full
Ion
fringe
benefits for apprentices.
Any employee listed on
the
payroll
at the trainee rate
who is not registered
and
' participating in a training plan approved by the Employment
and Training Administration shall be paid not less than the
applicable wage rate on the wage determination for the
classification of work actually performed. In addition, any
'
trainee performing work on the job site in excess of the ratio
permitted under the registered program shall be paid not less
than the applicable wage rate on the wage determination for
' the work
Training
program,
' trainees
the work
(29 CFR
actually performed. In the event the Employment and
Administration withdraws approval of a training
the Contractor will no longer be permitted to utilize
at less than the applicable predetermined rate for
performed until an acceptable program is approved.
5.5 (a) (iii)).
(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)).
I
I
(d) Application of 29 CFR Part 5.5
excess of $2,000 the employment
trainees as defined in 29 CFR 5.2(c)
provisions of 29 CFR Part 5.5 (a)(4)
(b) and (c) above).
(e) Enforcement.
(a)(4). On contracts in
of all apprentices and
shall be subject to the
(see paragraph B-4 (a),
(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
Wage, Labor, EEO & Safety Regulations - 8
J
I
McClelland
esi nedT rvel con soInn p
Engineers
Incorporated
Fayelfeviffe, Arkansas
' the Department of Labor. No payment, advance, grant,
loan or guarantee of funds shall be approved by the FAA
' after the beginning of construction unless there is on
file with the FAA a certification by the Contractor that
he and his subcontractors have complied or there is
substantial dispute with respect to the required
' provisions (29 CFR 5.6
.(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 ensure
' consistent enforcement of the requirements of these
provisions. Enforcement of these provisions shall be in
accordance with 29 CFR 5.6.
B=55. 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. Compliance with Davis -Bacon and Related Acts
' Requirements. All rulings and interpretations of the Davis -Bacon
and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein
incorporated by reference in this contract.
B-7.Disputes concerning Labor Standards. Disputes arising
out of the labor standards provisions of this contract shall not be
subject to the general disputes clause of this contract. Such
' disputes shall be resolved in accordance with the procedures of the
Department of Labor set forth in 29 CRF Parts 5, 6, and 7.
Disputes within thefl meaning of this clause include sponsor, the
U.S. Department of Labor, or the employees or their
representatives.
B-8. Certification of Eligibility.
(a) By entering into this contract, the Contractor certifies
that neither it nor any person or firm who has an interest in
' the Contractor's firm is a person or firm ineligible to be
awarded Government contracts by virture of Section 3(a) of the
Davis -Bacon Act or 29 CFR 5.12 (2) (1).
(b) No part of this contract shall be subcontracted to any
person or firm ineligible for award of a Government contract
by virtue of Section 3(a) of the Davis -Bacon Act or CFR
'5.12(a) (1).
(c) The penalty for making false statements is prescribed in
the U.S. Criminal Code, 18 U.S.C. 1001.
Wage, Labor, EEO & Safety Regulations - 9
McClelland -
•Egineers
Inttvparaled
Fayesleville, Arkansas
I;.
/
1
B-9. Overtime Requirements. No Contractor or subcontractor
contracting for any part of the contract work which may require or
involve the employment of laborers or mechanics shall require or
permit any laborer or mechanic in any work week in which he is
employed on such work to work in excess of 8 hours in any calendar
' day or in excess of 40 hours in such work week unless such laborer
or mechanic received compensation at a rate not less than 1-1/2
times his basic rate of pay for all hours worked in excess of 8
' hours in any calendar day or in excess of 40 hours in such work
week, as the case may be (29 CFR 5.5 (c)(1)).
B-10. 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: dayon 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-11. Withholding for Unpaid Wages and Liquidated Damages, and
Priority of Payment. The FAA or the sponsor shall upon its own
action or upon written request of an authorized representative of
the Department of Labor withhold or cause to be withheld, from any
monies payable on account of work performed by the Contractor or
subcontractor under such contract or any other Federal contract
with the same prime contractor, or any other federally -assisted
contract subject to the Contract Work Hours and Safety Standards
Act, which is held by the same prime Contractor, such sums as may
administratively be 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-12. Working Conditions. No Contractor may require any
laborer or mechanic employed in the performance of the contract to
work in surroundings or under working conditions that are
' unsanitary, hazardous or dangerous to his health or safety as
determined under construction safety and health standards (29 CFR
Part 1926; 37 F.R. 27503) issued by the Secretary of Labor.
B-13. Subcontracts, The Contractor will insert in each of his
subcontracts the clauses contained in paragraphs B-1 through B-il
of this provision, and also a clause requiring the subcontracts to
include these provisions in any lower tier subcontracts which they
Wage, Labor, EEO & Safety Regulations - 10
E
MCCiellond
I-_ + Engineinc
Engineers
InCMparOleO
Fayetteville, Arkansas
I. r
' may enter into, together with a clause requiring this insertion in
any further subcontracts that may in turn be made. The Contractor
I. shall be responsible for compliance by any subcontractor or lower
tier subcontractor with the labor standards clauses set forth (29
CFR 5.5 (a)(6), 5.5 (c)(4)).
' B-14. Contract Termination; Debarment. A breach of clause
B-1, through B-13 may be grounds for termination of the Contract,
and for debarment as a Contractor or subcontractor as provided for
' in 29 CFR 5.12.
SECTION C (EQUAL EMPLOYMENT OPPORTUNITY CLAUSE)
During the performance of this Contract, the Contractor agrees
as follows:
IC-i. 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
Wage, Labor, EEO & Safety Regulations - 11
IL
MCGeOa ne
' ngine i s
esi ` 1 Enpineers
Incorporated
Fayetteville, Arkansas
I
r
' Labor, or pursuant thereto, and will permit access to his books,
records, and accounts by the administering agency and the Secretary
' of. Labor for purposes of investigation to ascertain compliance with
such rules, regulations, and others.
C_6. In the event of the Contractor's noncompliance with the
' nondiscrimination clauses of this contract or with any of the said
rules, regulations, or orders, this contract may be canceled,
terminated,, or suspended in whole or in part and the Contractor may
' be declared ineligible for further, government contracts or
federally assisted construction contracts, in accordance with
procedures authorized in Executive Order 11246 of September 24,
' 1965, as amended, and such other sanctions may be imposed and
remedies invoked as provided in Executive order 11246 of September
24, 1965, as amended, or by rules, regulations, or orders of the
Secretary of Labor, or as otherwise provided by law.
' C=7. The Contractor will include the portion of the sentence
immediately preceding paragraph C-1 and the provisions of
' paragraphs C-1 through C-7 in every subcontract or purchase order
unless exempted by rules, regulations, or orders of the Secretary
of Labor issued pursuant to Section 204 of Executive order 11246 of
September 24, 1965, as. amended, so that such provisions will be
binding upon each subcontractor or vendor. The Contractor will
take such action with respect to any subcontract or purchase order
as the administering agency may direct as a means of enforcing such
' provisions, including sanctions for non-compliance: Provided,
however, that in the event a Contractor becomes involved, in, or is
threatened with, litigation with a subcontractor or vendor as a
result of such direction by the administering agency, the
'
Contractor may request the United States to enter into such
litigation to protect the interest of the United States.
SECTION D (HEALTH AND SAFETY REQUIREMENTS)
DD=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 1518 36 F.R. 7340 promulgated by the
' United States Secretary of Labor, in accordance with Section 107 of
the Contract Work Hours and Safety Standards Act, 83 STAT. 96).
' SECTION E (AIR AND WATER QUALITY STANDARDS)
E-1. Any other provision herein to the contrary
notwithstanding, the Contractor in carrying out work under this
' Contract, shall at all times comply with all applicable state and
Wage, Labor, EEO & Safety Regulations - 12
'
McClelland
' t n ICoW 9
— incorporated
Fayetteville, Arkansas
r
' 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
I. 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
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))
' FF=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;
1
Wage, Labor, EEO & Safety Regulations - 13
. MCCienane
•
' - (lsesl'm�� rvel Cnginee s
fA � Elpineers
�nmrooraree
Fayetteville, Arkansos
(
' (d) "Minority" includes:
(1) Black (all persons having origins in any of the Black
African racial groups not of Hispanic origin);
(2) Hispanic (all persons of Mexican, Puerto Rican,
' Cuban, Central or South America, or other Spanish culture
or origin regardless of race);
' (3) Asian and Pacific Island (all persons having origins
in any of the original peoples of the Far East,
Southeast, Asia, the Indian Subcontinent, or the Pacific
Islands); and
(4) American Indian and Alaskan Native (all persons
having origins in any of the original peoples of North
America and maintaining identifiable tribal affiliations
• through membership and participation or community
identification).
FF=2. Whenever the Contractor, or any subcontractor any peer,
subcontracts a portion of the work involving any construction
trade, it shall physically include in each subcontract in excess of
I. $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 F -7.a. through F -7.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
Wage, Labor, EEO & Safety Regulations - 14
MaCla❑and
'Consulna
Enalneers
Incorporrated
Fayetteville, Arkansas
area. The Contractor is expected to make substantially uniform
progress towards its goals in each craft during the period
' specified..
F-5. Neither the provisions of any collective bargaining
agreement nor the failure by a union with whom the Contractor has
' a collective bargaining agreement to refer either minorities or
women shall excuse the Contractor's obligations under these
Specifications, Executive Order 11246, as amended, or the
' regulations promulgated pursuant thereto.
F-6. In order for the nonworking training hours of apprentices
' and trainees to be counted in meeting the goals, such apprentices
and trainees must be employed by the Contractor during the training
period and the Contractor must have made a commitment to employ the
apprentices and trainees at the completion of their training,
' subject to. the availability of employment opportunities. Trainees
must be trained pursuant to training programs approved by the U.S.
Department of Labor.
F-7. The Contractor shall take specific affirmative actions to
insure EEO. The evaluation of the Contractor's compliance with
these Specifications shall be based upon its effort to achieve
' maximum results from its actions. The Contractor shall document
these efforts fully and shall implement affirmative action steps at
least as extensive as the following:
' (a) Ensure and maintain a working environment free of
harassment, 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,
I. 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
I. employment opportunities available, and maintain a record of
the organizations' responses.
(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
Wage, Labor, EEO & Safety Regulations - 15
MCCle(Iand
' en rred 'a rve� En ,ne,na
ncorporrs
Inporppralad
Fayetteville, Arkpnsas
I
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 immediate written notification to the Director
when the union or unions with which the Contractor has a
collective bargaining agreement has not referred to the
Contractor a minority person or woman sent by the Contractor,
or when the Contractor has other information that the union
referral process has impeded the Contractor's efforts to meet
its obligations.
(e) Develop on-the-job training opportunities and/or
participate in training programs for the area which expressly
include minorities and women, including upgrading programs and
apprenticeship and trainee programs relevant to the
Contractor's employment needs, especially those programs
funded or approved by the Department of Labor. The Contractor
shall provide notice of these programs to the sources compiled
under 7b above.
(f) Disseminate the Contractor's EEO policy by providing
notice of the policy to unions and training programs and
requesting their cooperation in assisting the Contractor in
meeting its EEO obligations; by including it in any policy
manual and collective bargaining agreement; by publicizing it
in the company newspaper, annual report, etc; by specific
review of the policy with all management personnel and with
all minority and female employees at least once a year; and
by posting the company EEO policy on bulletin boards
accessible to all employees at each location where
construction work is performed.
(g) Review, at least annually, the company's EEO policy and
affirmative action obligations under these Specifications with
all employees having any responsibility for hiring,
assignment, layoff, termination, or other employment decisions
including specific review of these items with on -site
supervisory personnel such as superintendents, general
foreman, etc., prior to the initiation of construction work at
any job site. A written record shall be made and maintained
identifying the time and place of these meetings, persons
attending, subject matter discussed, and disposition of the
subject matter.
(h) Disseminate the Contractor's EEO policy externally by
including it in any advertising in the news media,
specifically including minority and female news media, and
providing written notification to and discussing the
Wage, Labor, EEO & Safety Regulations - 16
Fri
/ MCCI. hand
ncpl
Engineers
incorporated
Fayelleville, Arkansas
' Contractor's EEO policy with other Contractors and
subcontractors with whoa 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
I. 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 so under 41 CFR Part 60-3.
(1) Conduct, at least annually, an inventory and evaluation,
I. 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) Ensure that seniority practices, job classifications, work
assignments, and other personnel practices do not have a
' discriminatory effect by continually monitoring all personnel
and employment related activities to insure that the EEO
policy and the Contractor's obligations under these
' Specifications are being carried out.
(n) Ensure that all facilities and company activities are
nonsegregated except that separate or single -user toilet and
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.
I
Wage, Labor, EEO & Safety Regulations - 17
1
■ M0Cle eland
' I ruse Consulting
-A1.� Engineers
Incorpararoe
Fo)ertevilie, Arkansas
r
(p) Conduct a review, at least annually,. of all supervisor's
adherence to and performance under the Contractor's EEO
' policies and affirmative action obligations.
F-8. Contractors are encouraged to participate in voluntary
' associations which assist in fulfilling one or more. of their
affirmative action obligations (7a through p). The efforts of a
Contractor association, joint Contractor -union,
Contractor -community, or other similar groups of which the
Contractor is a member and participant, may be asserted as
fulfilling any one or more of its obligations under 7a through p of
these Specifications provided that the Contractor actively
.participates in the group, makes every effort to assure that the
group has a positive impact on the employment of minorities and
women in industry, ensures 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
documentation which demonstrates the effectiveness of actions taken
Ion 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
I noncompliance.
FF=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 non -minority. Consequently, the Contractor may be in violation
' of the executive order if a particular group is employed in a
substantially disparate manner (for example, even though the
Contractor has achieved its goals for women generally, the
Contractor may be in violation of the executive order if a specific
minority group of women is under utilized).
F-10. The Contractor shall not use the goals and timetables or
' affirmative action standards to discriminate against any person
because of race, color, religion, sex, or national origin.
F-11. The Contractor shall not enter into any subcontract with
any person or firm debarred from Government contracts pursuant to
Executive Order 11246, as amended.
' F-12. The Contractor shall carry out such sanctions and
penalties' for violation of these Specifications and of the Equal
Opportunity Clause, including suspension, termination, and
' cancellation of existing subcontracts as may be imposed or ordered
pursuant to Executive Order 11246, as amended, and its implementing
regulations, by the OFCCP. Any Contractor who fails to carry out
such sanctions and penalties shall be in violation of these
'Specifications and Executive Order 11246, as amended.
Wage, Labor, EEO & Safety Regulations - 18
J
M.CSiand
Engineers
' esi neA io rwl Conwl
Incorporated
Fayetteville, Arkansas
S.
r
F-13. The Contractor, in fulfilling its obligations under
' these Specifications, shall implement specific affirmative action
steps, at least as extensive as those standards prescribed in
paragraph 7 of these Specifications, so as to achieve maximum
results from its efforts to insure equal employment opportunity.
If the Contractor fails to comply with the requirements of the
executive order, the implementing regulations, or these
Specifications, the Director shall proceed in accordance with 41
' CFR 60-4.8.
F-14. The Contractor shall designate a responsible official to
monitor all employment related activity to insure that the company
EEO policy is being carried out, to submit reports relating to the
provisions hereof as may be required by the Government, and to keep
records. Records shall at least include for each employee, the
' name, address, telephone number, construction trade, union
affiliation if any, employee identification number when assigned,
social security number, race, sex, status (e.g., mechanic,
apprentice, trainee, helper, or laborer), dates of changes in
status, hours worked per week in the indicated trade, rate of pay,
and locations at which the work was performed. Records shall be
maintained in an easily understandable and retrievable form;
' however, to the degree that existing records satisfy this
requirement, Contractors shall not be required to maintain separate
records.
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 (DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS)
' G-1. Policy. It is the policy of the Department of
Transportation (DOT) that disadvantaged 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
DBE requirements of 49 CFR Part 23 apply to this Agreement.
' G`2. DBE Obligation. The Contractor agrees to ensure. that
disadvantaged business enterprises as 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 disadvantaged
business enterprises have the maximum opportunity to compete for
Wage, Labor, EEO & Safety Regulations - 19
1 ` '
McGenand
Incorporated
Fayelleville, Arkansas
I
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.
GG=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 DBE 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.
GG=5. It. is Further Understood and Agreed.
(a) The award selection procedure for this solicitation will
' include the selection criteria of 49 CFR Part 23.45 (1) to
ensure that prime contracts are awarded to competitors that
meet Disadvantaged Business Enterprise (DBE) goals.
(b) Notification is hereby given that DBE contract goals are
established for this prime contract. The goal for firms owned
and controlled by socially and economically disadvantaged
individual is 10 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 DBE 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 DBE 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 sponsor, be awarded to the next low bidder able to
' meet these requirements.
Agreements between bidder/proposer and a DBE in which the DBE
promises not to provide subcontracting quotations to other
'
bidder/proposers are prohibited. All bidders and proposers
shall make a good faith effort to replace a DBE subcontractor
that is unable to perform successfully with another DBE
' sub -contractor.
The bidder shall establish and maintain records and submit
regular reports, as required, which will identify and assess
Wage, Labor, EEO & Safety Regulations - 20
1
MCClenand
Engineers
incorporated
Faretleville, Arkansas
C
1
1
progress in achieving DBE subcontract goals and other DBE
affirmative action efforts.
SECTION H (MONTHLY EMPLOYMENT UTILIZATION REPORT (Standard Form
257 - Aug. 1976) Authorized By Section 204 Of Executive Order 11246
and 41 CPR 60-1.4(5))
.The Contractor will file with the Area Director, U. S. Dept.
of Labor, CFCCP, P. O. 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.
Wage, Labor, EEO & Safety Regulations - 21
.�MCCIelland
ConLDea�ired To Sere) .mil in corp
in Q
^ Engineers
Incorporated
Fayetteville. Arkansas
GENERAL PROVISIONS
• (FAA STANDARDS,
AS REVISED FOR THIS PROJECT)
McLUgen"
Enpinara
InaarporotaJ
Faprlbvlll/, Arkanw
1 r
' 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.
I. 10-02 ACCESS ROAD. The right-of-way, the roadway and all
improvements constructed thereon. connecting the airport to a public
highway.
' 10-03 ADVERTISEMENT. A public announcement, as required by local
law, inviting bids for work to be performed and materials to be
furnished.
' 10-04 AIP. The Airport Improvement Program, a grant-in-aid
program, administered by the Federal Aviation Administration.
' 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,
orsurface 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.
' 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.
General Provisions - 1
1
Mccte done
•
Erglneers
Incorporated
• Faysrleville, Arkansas
ad
' 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 surface or subsurface waters are collected and
conducted from the airport area.
10-18 ENGINEER. The individual, partnership, firm, or corporation
duly authorized by the owner (sponsor) to be responsible for
engineering supervision of the contract work and acting directly or
through an authorized representative.
10-19 EQUIPMENT. All machinery, together with the necessary
supplies for upkeep and maintenance, and also all tools and
' apparatus necessary for the proper construction and acceptable
completion of the work.
10-20 EXTRA WORK. An item of work not provided for in the awarded
contract as previously modified by change order or supplemental
agreement, but which is found by the Engineer to be necessary to
complete the work within the intended scope of the contract as
' previously modified.
10-21 FAA. The Federal Aviation Administration of the U.S.
Department of Transportation. When used to designate a person, FAA
General Provisions - 2
' � _ McCle Mane
ncr
' ` Engineers
incorporated
FayeHevilleq Arkansas
' /
' shall mean the Administrator or his/her 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.
10-23 INSPECTOR. An authorized representative of the Engineer
' assigned to make all necessary inspections and/or tests of the work
performed or being performed, or of the materials furnished or
being furnished by the Contractor.
10-24 INTENTION OF TERMS. Whenever, in these specifications or on
the plans, the words "directed,'' ''required,'' ''permitted,''
''ordered,1' ''designated,'' ''prescribed,'' or words of the like
' import are used, it shall be understood that the direction,
requirement, permission, order, designation, or prescription of the
Engineer is intended; and similarly, the words ''approved,''
' ''acceptable,'' ''satisfactory,'' or words of like import, shall
mean approved by, or acceptable to, or satisfactory to the
Engineer, subject in each case to the final determination of the
owner.
' Any reference to a specific requirement of a numbered paragraph of
the contract specifications or a cited standard shall be
interpreted to include all general requirements of. the entire
section, specification item, or. cited standard that may be
pertinent to such specific reference.
10-25 LABORATORY. The official testing laboratories of the owner
or such other laboratories as may be designated by the Engineer.
' 10-26 LIGHTING. A system of fixtures providing or controlling the
light sources used on or near the airport or within the airport
buildings. The field lighting includes all luminous signals,
' markers, floodlights, and illuminating devices used on or near the
airport or to aid in the operation of aircraft landing at, taking
off from, or taxiing on 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 20 percent of the total amount of the
' award 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.
10-29 NOTICE TO PROCEED. A written notice to the Contractor to
begin the actual contract work on a previously agreed to date. If
General Provisions - 3
MCGfe❑and
rp a rp
' °Si ` ' Engineers
Inn rpocoraoted
Fayetteville, Arkansas
I
'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 Al? 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/her surety as a guaranty that he will pay in
' full all bills and accounts for materials and labor used in the
construction of the work.
' 10-33 PERFORMANCE BOND. The approved form of security furnished
by the Contractor and his/her 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 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
Ion 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. The security furnished with a proposal
to guarantee that the bidder will enter into a contract if his/her
' proposal is accepted by the owner.
10-38 RUNWAY. The area on the airport prepared for the landing
and takeoff of aircraft.
' 10-39 SPECIFICATIONS. A part of the contract containing the
written directions and requirements for completing the contract
' work. Standards for specifying materials or testing which are
cited in the contract specifications by reference shall have the
same force and effect as if included in the contract physically.
' 10-40 STRUCTURES. Airport facilities such as bridges; culverts;
catch basins, inlets, retaining walls, cribbing; storm and sanitary
sewer lines; water lines; underdrains; electrical ducts, manholes,
' handholes, lighting fixtures and bases; transformers; flexible and
General Provisions -4
IL
MCClelland
r � rw� Cansulllnp
ncorporaTed
ras
Fa)elfevill., Arkansas
1 r
1 rigid pavements; navigational aids; buildings; vaults; and, other
manmade features of the airport that may be encountered in the work
1 and not otherwise classified herein.
10-41 SUBGRADE. The soil which forms the pavement foundation.
1 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
1 and direct the construction.
10-43 SUPPLEMENTAL AGREEMENT. A written agreement between the
1 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
1 (2) work that is not within the scope of the originally awarded
contract.
1 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.
1 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
1 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.
1 10-47 WORKING DAY. A working day shall be any day other than a
legal holiday, Saturday, or Sunday on which the normal working
1 forces of the Contractor may proceed with regular work for at least
6 hours toward completion of the contract. Unless work is
suspended for causes beyond the Contractor's control, Saturdays,
1 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.
END OF SECTION 10
I
General Provisions - 5
1
MaCle fiend
1 �f � rnl LnneWtlnp
w ` ncorporat
�LJ In Corp a rated
FayeHeville, Arkansas
ir
' SECTION 20
PROPOSAL REQUIREMENTS AND CONDITIONS
20-01 ADVERTISEMENT (Notice to Bidders).
' 20-02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the
owner satisfactory evidence of his/her 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/her financial responsibility. Such
evidence of financial responsibility, unless otherwise specified,
shall consist of a confidential statement or report of the bidder's
' financial resources and liabilities as of the last calendar year or
the Contractor's last fiscal year. Such statements or reports
shall be certified by a public accountant. At the time of
submitting such financial. statements or reports, the bidder shall
further certify whether his/her 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/her (bidder's) true financial condition at
the time such qualified statement or report is submitted to the
' owner.
Unless otherwise specified, a bidder may submit evidence that he is
prequalified with the State Highway Division and is on the current
'bidder's list'' of the state in which the proposed work is
located. Such evidence of State Highway Division prequa1ification
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.
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:
General Provisions - 6
MCClenane
Engineers
Inporporarea
Fayelleville, Arkansas
i.
r
I
I
I
C
I
I
I
I
I
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 accordancewith 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.
' BoringS 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 owner's design and
estimating purposes only. Such information has been made available
for the convenience of all bidders. It is further understood and
agreed that each bidder is solely responsible for all assumptions,
General Provisions - 7
McClelland
' „� rve) Con.utflnq
ncaln..rs
Incorporated
Fayettevilt., Arkansas
1 r
deductions, or conclusions which he may make or obtain from his/her
examination of the boring logs and other records of subsurface
' investigations and tests that are furnished by the owner.
20-07 PREPARATION OF PROPOSAL. The bidder shall submit his/her
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/her proposal correctly and in ink. If
the proposal is made by an individual, his/her 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/her 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 a 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.
Id. If the proposal contains unit prices that are obviously
unbalanced.
I.. If the proposal is not accompanied by the proposal
guaranty specified by the owner.
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.
General Provisions - 8
MaCte l land
•
Enineers
Incorporated
Fayetteville, Arkansas
I r .
' 20-09 BID GUARANTEE. Each separate proposal shall be accompanied
by a certified check, or other specified acceptable collateral, in
I. 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. A 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.
END OF SECTION 20
I
General Provisions - 9
McClelland
CD' so �eic„eATo Ferrel Engine
rnv
`� Elpineers
Jncorporared
Fayetteville, Arkansas
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
I. 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 PROPOSALS of Section 20.
b. If the bidder is disqualified for any, of the reasons
specified in the subsection titled DISQUALIFICATION OF BIDDERS of
Section 20.
• In addition, until the award of a contract 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 interests.
' 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be
awarded, shall be made within 30 calendar days of the date
specified for publicly opening proposals, unless otherwise
' specified herein.
Award of the contract shall be made by the owner to the lowest,
' qualified bidder whose proposal conforms to the cited requirements
of the owner.
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
General Provisions - 10
1
.tapettand
•ncoineers
�(� Incdradraled
Fayetteville, Arkansas
I
r
is made, at which time, the unsuccessful bidder's proposal guaranty
will be returned. The successful bidder's proposal guaranty will
' be. returned as soon as the owner receives the contracts bonds as
specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS
of this 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 the 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.
I. 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 local laws or ordinances, and return the fully
' executed contract to the Contractor. Delivery of the fully
executed contract to the Contractor shall constitute the owner's
approval to be bound by the successful bidder's proposal and the
terms of the contract.
' 30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful
bidder to execute the contract and furnish an acceptable surety
bond or bonds within the 15 calendar day period specified in the
subsection titled REQUIREMENTS OF CONTRACT BONDS of this section
shall be just cause for cancellation of the award and forfeiture of
the proposal guaranty, not as a penalty, but as liquidation of
'damages to the owner.
END OF SECTION 30
1
I
I
General Provisions - 11
MaC/ellana
Con
' incorporated
Engineers
Incu'poralee
Fayelleville, Arkansas
I
r
' 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. It is further intended that the Contractor shall
furnish all labor,. materials, equipment, tools, transportation, and
supplies required to complete the work in accordance with the
' plans, specifications, and terms of the contract.
40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and
shall have the right to make such alterations in the work as may be
necessary or desirable to complete the work originally intended in
an acceptable manner. Unless otherwise specified herein, the
Engineer shall be and is hereby authorized to make such alterations
in the work as may increase or decrease the originally awarded
contract quantities, provided that the aggregate of such
alterations does not change the total contract cost or the total
' cost of any major contract item by more than 25 percent (total cost
being based on the unit prices and estimated quantities in the
awarded contract). Alterations which do not exceed the 25 percent
limitation shall not invalidate the contract nor release the
' surety, and, the contractor agrees to accept payment for such
alterations as if the altered work had been a part of the original
contract. H 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. 1
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.
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 contract items may be omitted by a
supplemental agreement. Such omission 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.
General Provisions - 12•
Mccfellond
�aiemd To reel Conao/f ate
Erpine.rs
I. Incwporofed
Fayetteville, Arkansas
I
40-04 EXTRAS WORKe Should acceptable completion of the contract
require the Contractor to perform an item of work for which no
' basis of payment has been provided in the original contract or
previously issued change orders or supplemental agreements, the
same shall be called Extra Work. Extra work that is within the
general scope of the contract shall be covered by written change
' order. Change orders for such extra work shall contain agreed unit
prices for performing.the change order work in accordance with the.
requirements specified in the order, and shall contain any
adjustment to the contract time that, in the Engineer's opinion, is
necessary for completion of such extra work.
When determined by the Engineer to be in the owner's best interest,
he may order the contractor to proceed with extra work by force
account as provided in the subsection titled PAYMENT FOR EXTRA AND
FORCE ACCOUNT WORK of Section 90.
Extra work that is necessary •for. acceptable completion of the
project, but is not within the general scope of the work covered by
the original contract shall be covered by a Supplemental Agreement
as hereinbefore defined in the subsection titled SUPPLEMENTAL
AGREEMENT of Section 10.
' Any claim for payment of extra work that is not covered by written
agreement (change order or supplemental agreement) shall be
rejected by the owner.
40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of thefl
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/her own operations and the
operations of all his/her 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/her own operations and the operations of all
his/her subcontractors, the Contractor shall provide marking,
lighting, •and other acceptable means of identifying: personnel;
equipment; vehicles; storage areas; and any 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
General Provisions -13
Maple nand
�s1rre�� rve� ngine rs
�1 ncorporas
incorporated
Fayetteville, Arkansas
r
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
t 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
I. required to furnish snow removal for such existing road, street, or
highway.
' The Contractor shall make his/her own 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.
Ti
I
I
I
I
J
Should the Contractor encounter an existing structure (above or
below ground) in the work for which the disposition is not
indicated on the plans, the Engineer shall be notified prior to
disturbing such structure. The disposition of existing structures
so encountered shall be immediately determined by the Engineer in
accordance with the provisions of the contract.
Except as provided in the subsection titled RIGHTS IN AND USE OF
MATERIALS FOUND IN THE WORK of this section, it is intended that
all existing materials or structures that may be encountered
(within the lines, grades, or grading sections established for
completion of the work) shall be utilized in the work as otherwise
providedforin the contract and shall remain the property of the
owner when so utilized in the work.
General Provisions - 14
1
J
McClelland
�dT Canto iting
sp/ a M1 Engineers
Incorporated
Fayetteville, Arkansas
40-07 RIGHTS IN AND USE OF MATERIALS FOUND FOUND IN THE WORK.
Should the Contractor encounter any material such as (but not
' restricted to) sand, stone, gravel, slag, or concrete slabs 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/her 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/her own temporary construction
on site; or,
'• d. Use such material as intended by the terms of the
contract.
Should the Contractor wish to exercise option a., b., or c., he
shall request the Engineer's approval in advance of such use.
' Should the Engineer approve the Contractor's request to exercise
option a., b., or c., the Contractor shall be paid for the
excavation or removal of such material at the applicable contract
' price. The Contractor shall replace, at his/her 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/her 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
1 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/her 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.
C
General Provisions - 15
' � J
MCCIeliand
' Gonspe
Engineers
Incorpororared
Fa,elle villa, Arkansas
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.
END OF SECTION 40
1
I
I
C
L
1
I
I
I
I
I
General Provisions - 16
MaCle Hand
a ng
Engineers
1nCNpor00/alatl
Fayeflevilie, Arkansas
' r
SECTION 50
I. CONTROL OF WORK
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 the under 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/her 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/her
determination that the affected work be accepted and remain in
place. In this event, the Engineer will document his/her
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/her opinion, needed. Changes in the contract price
shall be covered by contract modifications (change order or
supplemental agreement) as applicable.
If the Engineer finds the materials furnished, work performed, or
the finished product are not in reasonably close conformity with
the plans and specifications and have resulted in an unacceptable
finished product, the affected work or materials shall be removed
' and replaced or otherwise corrected by and at the expense of the
Contractor in accordance with the Engineer's written orders.
For the purpose of this subsection, the term 'reasonably close
conformity'' shall not be construed as waiving the Contractor's
responsibility to complete the work in accordance with the
contract, plans, and specifications. The term shall not be
construed as waiving the Engineer's right to insist on strict
General Provisions - 17
' �'-- Incorporated
Eipineers
corporated
Fayertevill., Arkansas
I
r
' 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.
For the purpose of this subsection, the term "reasonably close
conformity'' is also intended to provide the Engineer with the
authority to use good engineering , judgment. in his/her
determinations as to acceptance of work that is not in strict
1 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/her interpretation and
decision, and such decision' shall be final.
50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied
with two copies each of the plans and specifications. He shall
have available on the work at all times one copy each of the plans
and specifications. Additional copies of plans and specifications
may be obtained by the Contractor for the cost of reproduction.
The Contractor shall give constant attention to the work to
facilitate the progress thereof,, and he shall cooperate with the
Engineer and his/her inspectors and with other contractors in every
way possible. The Engineer shall allocate he 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/her agent
Ion 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/her
authorized representative.
I
General Provisions - 18
McC eriand
' en rndT real Cngine i s
Intorporated
Foyelleville, Arkansas
I r
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/her 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.
' Each Contractor involved shall assume all liability, financial or
otherwise, in connection with his/her contract and shall protect
and save harmless the owner from any and all damages or claims that
may arise because of inconvenience, delays, or loss experienced by
him because of the presence and operations of other Contractors
working within the limits of the same project.
The Contractor shall arrange his/her work and shall place and
dispose of the materials being used so as not to interfere with the
' operations of the other. Contractors within the limits of the same
project. He shall join his/her work with that of the others in an
acceptable manner and shall perform it in proper sequence to that
of the others.
50-06 CONSTRUCTION LAYOUT AND STARES. The Engineer shall
establish horizontal and vertical control only. The Contractor
' must establish all layout required for the construction of the
work. Such stakes and markings as the Engineer may set for either
his/her own or the Contractor's guidance shall be preserved by the
Contractor. In case of negligence on the part of the Contractor,
or his/her 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 48 hours following the breakdown or
I
malfunction, provided this method of operations will product
results which conform to all other requirements of the contract.
I
50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by
the owner shall be authorized to inspect all work done and all
material furnished. Such inspection may extend to all or any part
of the work and to the preparation, fabrication, or manufacture of
the materials to be used. Inspectors are not authorized to revoke,
alter, or waive any provision of the contract. Inspectors are not
authorized to issue instructions contrary to the plans and
specifications or to act as foreman for the Contractor.
General Provisions - 19
19
Mccle flood
ed To ml Con wiling
Engineers
lnwraorafed
Fo)etteville, Arkansas
' Inspectors employed by the owner are authorized to notify the
Contractor or his/her representatives 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/her decision.
50-09 INSPECTION OF THE WORK. All materials and each part or
detail of the work shall be subject to inspection by the Engineer.
The Engineer shall be allowed access to all parts of the work and
shall be furnished with such information and assistance by the
Contractor as is required to make a complete and detailed
inspection.
If the Engineer requests it, the Contractor, at any time before
acceptance of the work, shall remove or uncover such portions of
the finished work as may be directed. After examination, the
Contractor shall restore said portions of the work to the standard
required by the specifications. Should the work thus exposed or
examined prove acceptable, the uncovering, or removing, and the
replacing of the covering or making good of the parts removed will
be paid for as extra work; but should the work so exposed or
examined prove unacceptable, the uncovering, or removing, and the
replacing of the covering or making good of the parts removed will
be at the. Contractor's expense.
Any work done or materials used without supervision or inspection
by an authorized representative of the owner may be ordered removed
and replaced at the Contractor's expense unless the owner's
representative failed to inspect after having been given reasonable
notice in writing that the work was to be performed.
Should the contract work include relocation, adjustment, or any
other modification to existing facilities, not the property of the
(contract) owner, authorized representatives of the owners of such
facilities shall have the right to inspect such work. Such
inspection shall in no sense make any facility owner a party to the
contract, and shall in no way interfere with the rights of the
parties to this contract.
' 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work
which does not form to the requirements of the contract, plans, and
specifications will be considered unacceptable, unless otherwise
determined acceptable by the Engineer as provided in the subsection
titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section.
Unacceptable work, whether the result of poor workmanship, use of
defective materials, damage through carelessness, or any other
cause found to exist prior to the final acceptance of the work,
shall be removed immediately and replaced in an acceptable manner
in accordance with the provisions of the subsection titled
General Provisions - 20
Ma6lspaed
eWtinq
gel Engineers
Incorporated
Foyettevllle, Arkansas
r
' CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70.
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 unauthorizedand will not be paid for under the
' provisions of the contract. Work so done may be ordered removed or
replaced at the Contractor's expense.
Upon failure on the part of the Contractor to comply forthwith with
any order of the Engineer made under the provisions of this
subsection, the Engineer will have authority to cause unacceptable
work to be remedied or removed and replaced and unauthorized work
to be removed and to deduct the costs (incurred by the owner) from
any monies due or to become due the Contractor.
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
I 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/her hauling equipment and
shall correct such damage at his/her own expense.
50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall
maintain the work during construction and until the work is
' accepted. This maintenance shall constitute continuous and
effective work prosecuted day by day, with adequate equipment and
forces so that the work is maintained in satisfactory condition at
all times.
In the case of a contract for the placing of a course upon a course
or subgrade previously constructed, the Contractor shall maintain
'the previous course or subgrade during all construction operations.
All costs of maintenance work during construction and before the
' project is accepted shall be included in the unit prices bid on the
various contract items, and the Contractor will not be paid an
additional amount for such work.
1 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
General Provisions - 21
MCClallorM
i Erpineen
IncoraoraraE
Fayetteville, Arkansas
I
r
' notification shall specify a reasonable time within which the
Contractor shall be required to remedy such unsatisfactory
maintenance condition. The time specified will give due
consideration to the exigency that exists.
Should the Contractor fail to. respond to the Engineer's
' notification, the Engineer may suspend any work necessary for the
owner to correct such unsatisfactory maintenance condition,
depending on the exigency that exists. Any maintenance cost
incurred by the owner, shall be deducted from monies due or to
become due the Contractor.
50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution
of the project the Contractor substantially completes a usable unit
or portion of the work, the occupancy of which will benefit the
owner, he may request the Engineer to make final inspection of that
unit. If,the Engineer finds upon inspection that the unit has been
satisfactorily completed in compliance with the contract, he may
accept it as being completed, and the Contractor may be relieved of
further responsibility for that unit. Such partial acceptance and
beneficial occupancy by the owner shall not void or alter any
provision of the contract.
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.
If, however, the inspection discloses any work, in whole or in
' part, as being unsatisfactory, the Engineer will give the
Contractor the necessary instructions for correction of same and
the Contractor shall immediately comply with and execute such
instructions. Upon correction of the work, another inspection will
be made which shall constitute the final inspection, provided the
work has been satisfactorily completed. In such event, the
Engineer will make the final acceptance and notify the Contractor
in writing of this acceptance as of the date of 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/her 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
General Provisions - 22
McClelland
ngineers
i es� ` N°� Elgineers
Incoraorored
Fayelreville, Arkaneos
I
Li
I
I
Ii
I
1
I
I
I.
I
1
I.
hereby agrees to waive any claim for such additional compensation.
Such notice by the Contractor and the fact that the Engineer has
kept account of the cost of the work shall not in any way be
construed as proving or substantiating the validity of the claim.
When the work on which the claim for additional compensation is
based has been completed, the Contractor shall,. within 10 calendar
days, submit his/her 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.
END OF SECTION 50
McClelland
si 0L conal?ing
Engineers
osl a rwl rs
Incoraoraled
FayflIev IIs, Arkansas
General Provisions - 23
r
r
SECTION 60
CONTROL OF MATERIALS
60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials
I. 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 stated. If it is found after trial
' that sources of supply for previously approved materials do not
produce specified products, the Contractor shall furnish materials
from other sources.
' The Contractor shall furnish airport lighting equipment that
conforms to the requirements of cited materials specifications. In
addition, where an FAA specification for airport lighting equipment
is cited in the plans or specifications, the Contractor shall..
furnish such equipment that is:
' a. Listed in FAA Advisory Circular (AC) 150/5345-1, Approved
Airport Equipment, that is in effect on the date of advertisement;
and,
b. Produced by the manufacturer qualified (by FAA) to produce
such specified and listed equipment.
60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials
used in the work shall be inspected, tested, and approved by the
Engineer before incorporation in the work. Any work in which
untested materials are used without approval or written permission
of the Engineer shall be performed at the Contractor's risk.
Materials found to be unacceptable and unauthorized will not be
'
paid for and, if directed by the Engineer, shall be removed at the
Contractor's expense. Unless otherwise designated, tests in
accordance with the cited standard methods of AASHTO or ASTM which
I 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
General Provisions - 24
1 '
Mcperiand
' VIP sgrgtl To rvel Incorporated
—� Engineers
InoorpororeC
Fayertevlrle, Arkansas
' furnished to the Contractor's representative at his/her request.
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 certificate shall be
signed by the manufacturer. Each lot of such materials or
assemblies delivered to the work must be accompanied by a
certificate of compliance in which the lot is clearly identified.
Materials or assemblies used on the basis of certificates of
' compliance may be sampled and tested at any time and if found not
to be in conformity with contract requirements will be subject to
rejection whether in place or not.
' The form and distribution of certificates of compliance shall be as
approved by the Engineer.
When a material or assembly is specified by ''brand name or equal''
and the Contractor elects to furnish the specified 'brand name,''
the Contractor shall be required to furnish the manufacturer's
certificate of compliance for each lot of such material or assembly
delivered to the work. Such certificate of compliance shall
clearly identify each lot delivered and shall certify as to:
' a. Conformance to the specified performance, testing, quality
or dimensional requirements; and,
b. Suitability of the material or assembly for the use
intended in the contract work.
Should the Contractor propose to furnish an "or equal'' material
' or assembly, he shall furnish the manufacturer's certificates of
compliance as hereinbefore described for the specified brand name
material or assembly. However, the Engineer shall be the sole
judge as to whether the proposed ''or equal'' is suitable for use
in the work.
The Engineer reserves the right to refuse permission for use of
'materials or assemblies on the basis of certificates of compliance.
60-04 PLANT INSPECTION. The Engineer or his/her 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
I compliance with specified manufacturing methods or materials to be
used in the work and to obtain samples required for his/her
acceptance of the material or assembly.
General Provisions - 25
IL
MCClel land
•
Engineers
Incorporated
Fayetleville, Arkansas
Ir
Should the Engineer conduct plant inspections, 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.
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.
a.` 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 STORGE 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
I. 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
withthe 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.
General Provisions - 26
1
M�Olalland
�I l Consullinp
' ` Elpineers
Incarp.roled
Fayelleville, Arkansas
I
All storage sites on private or airport property shall be restored
to their original condition by the Contractor at his/her 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.
No rejected material or assembly, the defects of which have been
'
corrected by the Contractor, shall not be returned to the site of
the work until such time as the Engineer has approved its used 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 any 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.
V
END OF SECTION 60
General Provisions - 27
J
MCCis(land
consulting
Engineers
Incorporated
Fayetteville, Arkansas
I
SECTION 70
LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC
70--1 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
I. the conduct of the work. He shall at all times observe and comply
with all such laws, ordinances, regulations, orders, and decrees;
and shall protect and indemnify the owner and all his/her officers;
agents, or servants against any claim or liability arising from or
based on the violation of any such law, ordinance, regulation,
order, or decree, whether by himself or his/her employees.
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,
I. or any trademark or copyright, and shall indemnify the owner fpr
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, firm, or
corporation to excavate or otherwise disturb such utility services
' 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
General Provisions - 28
MCCle ganJ
r Engineers
InWrparaled
Fay.11eville, Arkansas
41
' 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.
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 Sates Government's (FAA's) agreement
' with the owner, the owner has included provisions in this contract
pursuant to the requirements of the Airport Improvement Act of
1982, as amended by the Airport and Airway Safety and Capacity
Expansion Act of 1987, and the Rules and Regulations of the FAA
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, FAA, 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 nor 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/her 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 are unsanitary, hazardous, or dangerous to
his/her health or safety.
' 70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control
his/her operations and those of his/her subcontractors and all
suppliers, to assure the least inconvenience to the traveling
public. Under all circumstances, safety shall be the most
' important consideration.
General Provisions - 29
`
MCC/e'IOad
�� Canepliind
Erglnesrs
Incorporated
Farat]eville, Arkansas
Th
I
I
I
The Contractor shall maintain the free and unobstructed movement of
aircraft and vehicular traffic with respect to his/her own
operations and those of his/her 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 markings shall be suitably
illuminated.
I
I
I
I
I
I
I
L
I
I
I
For vehicular and pedestrian traffic, the Contractor shall furnish,
erect, and maintain barricades, warning signs, lights and other
traffic control devices in reasonable conformity with the Manual of
Uniform Traffic Control Devices for Streets and Highways (published
by the United States Government Printing Office).
When •the work requires closing an air operations area of the
airport •or portion of such area, the Contractor shall furnish,
erect, and maintain temporary markings and associated lighting
conforming to the requirements of AC 150/5340-1, 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/her parked construction equipment that may be
hazardous to the operation of emergency fire -rescue or maintenance
vehicles on the airport in reasonable conformance to AC 150/5370-2,
Operational Safety on Airports During Construction Activity.
The Contractor shall identify each motorized vehicle or piece of
construction equipment in reasonable conformance to AC 150/5370-2.
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 withinthe 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
General Provisions - 30
McClelland
Lonsalfinp
/en rn1 incorporated
♦ u raled
Fayetteville, Arkansas
' the use of explosives.
All explosives shall be stored in a secure manner in compliance
with all laws and ordinances, and all such storage places shall be
clearly marked. Where no local laws or ordinances apply, storage
shall be provided satisfactory to the Engineer and, in general, not
' closer than 1,000 feet from the work or from any building, road, or
other place of human occupancy.
' The Contractor shall notify each property owner and public utility
company having structures or facilities in proximity to the site of
the work of his/her 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.
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 markers 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/her
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/her own expense, such property to a condition
similar or equal to that existing before such damage or injury was
done, by repairing, 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
General Provisions - 31
IL
Mole eland
' �1 Consallinp
Erpineers
Ineareorared
Fay.11eville, Arkansas
If
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/her 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/her
' 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
t owner, except that money due the Contractor will not be withheld
when the Contractor produces satisfactory evidence that he is
adequately protected by public liability and property damage
insurance.
' 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed
between the parties executing the contract that it is not intended
' by any of the provisions of any part of the contract to create the
public or any member thereof a third party beneficiary or to
authorize anyone not a party to the contract to maintain a suit for
personal injuries or property damage pursuant to the terms or
'
provisions of the contract.
70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be
' necessary for the Contractor to complete portions of the contract
work for the beneficial 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/her own estimate of the difficulties
involved in arranging his/her 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
' Security Fence
Access Road Lighting Phase I 3, 5, 6, 7, 8,
Emergency Generator (Contract Section II) 9, 10, & 11
• Extended Runway Phase II 3, 4, 5, 8,
Safety Area (Contract Section I) 9, 12 & 13
Upon completion of any portion of the work listed above, 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
General Provisions - 32
MOCIe Hand
' ncoWHlna
'EMinsers
Incorporated
Fayetteville, Arkansas
I
Ir
El
I
I
I
L
I
H
I
I
I
I
[I
I
C
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/her expense.
The Contractor shall make his/her 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 oz negligence of the Contractor,
including but not 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 government authorities.
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/her 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 planting, seedings, and
soddings furnished under his/her 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 NOAA, or a utility service of another
General Provisions - 33
I
Maclellan
gel Consulting
Engineers
Incorporated
Fo)sffeville, Arkansas
r
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/her 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 1-501-521-4750
' Airport Manager 1-501-521-2489
Fayetteville, AR
' MALS (Approach Lights) Mr. Dale Eastburn
VASI Control Cable Flight Service Station 1-501-442-5221
REIL Lights & Cable Fayetteville, AR 1-501-267-2339
Electricty SWEPCO 1-501-521-3000
Telephone S.W. Bell Telephone Co. 1-501-980-3100
I. Contel 1-800-482-8998
Gas Ark. Western Gas Co. 1-501-521-5400
' Water Water Department
City of Fayetteville 1-501-521-1250
' All Utilities Arkansas One Call 1-800-482-8998
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/her 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/her plan of operations. Such
' notification shall be in writing addressed to THE PERSON TO CONTACT
as provided hereinbefore in this subsection and the subsection
titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this
section. A copy of each notification shall be given to the
' Engineer.
General Provisions - 34
McCle Oand
CoaeWlinO
Etglneers
Incorporated
Fayetteville, Arkansas
It
' 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/her plan of
operations that would affect such owners.
Prior to commencing the work in the general vicinity of an existing
' utility service or facility, the Contractor shall again notify each
such owner of his/her 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 advice 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 day's 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
• been located and staked
required to use excavat
' within 3 feet (90 cm) of
be required to ensure
Contractor's operations.
of an underground utility
on the ground, the Contra'
ion methods acceptable to
such outside. limits at such
protection from damage
service have
,tor shall be
the Engineer
points as may
due to the
Should the Contractor damage or interrupt the operation of a
utility service or facility by accident or otherwise, he shall
immediately notify the proper authority and the Engineer and shall
' take all reasonable measures to prevent further damage or
interruption of service. The Contractor, in such events, shall
cooperate with the utility service or facility owner and the
Engineer continuously until such damage has been repaired and
service restored to the satisfaction of. the utility or facility
owner.
The Contractor shall bear all costs of damage and restoration of
service to any utility service or facility due to his/her
operations whether or not due to negligence or accident. The
' contract owner.reserves the right to deduct such costs from any
monies due or which may become due the Contractor, or his/her
surety.
' 70-16 FURNISHING RIGHTS -OF -WAY. The owner will be responsible for
furnishing all rights -of -way upon which the work is to be
constructed in advance of the Contractor's operations.
General Provisions - 35
1
Motblland
' Incorporated
Fayette villa, Arkansas
I r
I
I
I
I
I
I
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/her authorized representatives, or any officials
of the owner either personally or as an 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/her surety, or
both, such overpayment as may be sustained, or by failure on the
part of the Contractor to fulfill his/her 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
rights under any warranty or guaranty.
'70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with
all.Federal, state, and local laws and regulations controlling
pollution of the environment. He shall take necessary precautions
to prevent pollution of streams, lakes, ponds, and reservoirs with
fuels, oils, bitumens, chemicals, or other harmful materials and to
prevent pollution of the atmosphere from partiulate and gaseous
matter.
' 70-20 ARCHAEOLOGICAL 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/her 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/her operations or to
suspend operations as directed.
General Provisions - 36
1 41
Mcpelland
Engineers
Incaporatea
Fayetteville, Arkansas
IShould the Engineer order suspension of the Contractor's operations
in order to protect an archaeological 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.
' END OP SECTION 70
1 .
1
I
C
I
I
I
General Provisions - 37
pccfellana
cansalre es� ` rnl Engineers -
lnmeorated
Fayerrevilb, Arkansas
1 r
1 SECTION 80
I. 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/her contract, said
t assignment shall be concurred in by the surety, shall be presented
for the consideration and approval of the owner, and shall be
consummated only on the written approval of the owner. In case of
approval, the Contractor shall file copies of all subcontracts with
the Engineer.
80-02 NOTICE TO PROCEED. The notice to proceed shall state the
' date on which it is expected the Contractor will begin the
construction and from which date contract time will be charged.
The Contractor shall begin the work to be performed under the
contract within 10 days of the date set by the Engineer in the
written notice to proceed, but in any event, the Contractor shall
notify the Engineer at least 24 hours in advance of the time actual
construction operations will begin.
' 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the
Contractor shall submit his/her 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/her 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 AIP contracts, the Contractor shall not commence any actual
construction prior to the date on which the notice to proceed is
' issued by the owner.
General Provisions - 38
1
M�Cle 1laM
' npo
Engineers
incorporated
Fayetteville, Arkansas
' 80-04 LIMITATION OF OPERATIONS. The Contractor shall control
his/her operations and the operations of his/her subcontractors and
all suppliers so as to provide for the free. and unobstructed
movement of aircraft in the AIR OPERATIONS AREAS of the airport.
When the work requires the Contractor to conduct his/her operations
' within an AIR OPERATIONS AREA of the airport, the 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 in the AIR OPERATIONS
AREA until the satisfactory conditions are provided. The following
AIR OPERATIONS AREA (AOA) cannot be closed to operating aircraft to
permit the Contractor's operations on a continuous basis and will
'therefore be closed to aircraft operations intermittently as
follows:
AOA The Periods of Type of Control
'
AOA Can be Closed Communications Authority
Required When Working
In AOA
Runway Displaced Threshold
34 & for Runway 34 to
Taxiways Daily as required
80-05 CHARACTER OF WORKERS,
Contractor shall, at all times,
equipment for prosecuting the work
and time required by the contract,
Monitor ATCT
Frequency 118.5
METHODS, AND EQUIPMENT. The
employ sufficient labor and
to full completion in the manner
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.
General Provisions - 39
Mace Stand
�si ne� rvei Engineers
ncorporas
Incore orated
Fayetteville, Arkansas
SI
Ir
IAll equipment which is proposed to be used on the work shall be of
sufficient size and in such mechanical condition as to met
' requirements of the work and to produce a satisfactory quality of
work. Equipment used on any portion of the work shall be such that
no injury to previously completed work, adjacent property, or
existing airport facilities will result from its use.
When the methods and equipment to be used by the Contractor in
accomplishing the work are not prescribed in the contract, the
' Contractor is free to use any methods or equipment that will
accomplish the work in conformity with the requirements of the
contract, plans, and specifications.
When the contract .specifies the use of certain methods and
equipment, such methods and equipment shall be used unless others
are_ authorized by the Engineer. If the Contractor desires to use
' a method or type of equipment other than specified in the contract,
he may request authority from the Engineer to do so. The request
shall be in writing and shall include a full description of the
methods and equipment proposed and of the reasons for desiring to
make the change. If approval is given, it will be on the condition
that the Contractor will be fully responsible for producing work in
conformity with contract requirements. If, after trial use of the
' substituted methods or equipment, the Engineer determines that the
work produced does not meet contract requirements, the Contractor
shall discontinue the use of the substitute method or equipment and
' -shall complete .the remaining work with the specified methods and
equipment. The Contractor shall remove any deficient work and
replace it with work of specified quality, or take such other
' corrective action as the Engineer may direct. No change. will be
made in basis of payment for the contract items involved nor in
contract time as a result of authorizing a change in methods or
equipment under this subsection.
' 80-06 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have
the authority to suspend the work wholly, or in part, for such
t period or periods as he may deem necessary, due to unsuitable
weather, or such other conditions as are considered unfavorable for
the prosecution of the work, or for such time as is necessary due
to the failure on the part of the Contractor to carry out orders
'given or perform any or all provisions of the contract.
In the event that the Contractor is ordered by the Engineer, in
' writing, to suspend work for some unforeseen cause not otherwise
provided for in the contract and over which the Contractor has no
control, the Contractor may be reimbursed for actual money expended
Ion 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
twork. Claims, for such compensation shall be filed with the
General Provisions -.40
krcCle Mond
I '-_ no p rina
EMineers
Incarararod
Fayetteville, Arkansas
I
r
10
' Engineer within the time period stated in the Engineer's order to
resume work. The Contractor shall submit with his/her 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 theywill 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 shall
be stated in the proposal and contract and shall be known as the
CONTRACT TIME.
Should the contract time require extension for reasons beyond the
Contractor's control, it shall be adjusted as follows:
' a. .CONTRACT TIME based on WORKING DAYS -shall be calculated
weekly by the Engineer. The Engineer will furnish the Contractor
a copy of his/her 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/her 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 on. 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.
General Provisions - 41
Mc[IellnM
Engineers
Incorporated
Fayetteville, Arkansas
H.
I r.
' (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.
(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 l'week in which to
' file a written protest setting forth his/her objections to the
Engineer's weekly statement. If no objection is filed within such
specified time, the weekly statement shall be considered as
acceptable to the Contractor.
' The contract time (stated in the proposal) is based on the
originally estimated quantities as described in the subsection
' titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section
20. Should the satisfactory completion of the contract require
performance of work in greater quantities than those estimated in
the proposal, the contract time shall be increased in the same
' proportion as the cost of the actually completed quantities bears
to the cost of the originally estimated quantities in the
proposal. Such increase in contract time shall not consider either
the cost of work or the extension of contract time that has been
covered by change order or supplemental agreement and shall be made
at the time of final payment.
' b. CONTRACT TIME based on CALENDAR DAYS 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 nonwork 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 cost of work or the extension of contract time that
t 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.
General Provisions - 42
McC nand
•
Engineers
Incorporated d
Fayetteville, Arkansas
I(
' If the Contractor finds it impossible for reasons beyond his/her
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/her 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.
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/her
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/her 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 wavier 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/her 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
1
General Provisions - 43
MaCIa IIa9
•
Elyineers
Incorporated
Fayetteville, Arkansas
1
If
e. Fails to resume work which has been discontinued within a
reasonable time after notice to do so, or
f. Becomes insolvent or is declared bankrupt, or commits any
act of bankruptcy or insolvency, or
g. Allows any final judgment to stand against him unsatisfied
for a period of 10 days, or
' h. Makes an assignment for the benefit of creditors, or
i. For any other cause whatsoever, fails to carry on the work
' in an acceptable manner.
Should the Engineer consider the Contractor in default of the.
contract for any reason hereinbefore, he shall immediately give
' written notice to the Contractor and the Contractor's surety as to
the reasons for considering the Contractor in default and the
owner's intentions 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 charges incurred by the owner, together with the cost
of completing the work under contract, will be deducted from any
' monies due or which may become due the Contractor. If such expense
exceeds the sum which would have been payable under the contract,
then the Contractor and the surety shall be liable and shall pay to
' the owner the amount of such excess.
80-10 TERMINATION FOR NATIONAL EMERGENCIES. The owner shall
terminate the contract or portion thereof by written notice when
' the Contractoris 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.
I
General Provisions - 44
IL
MaClalland
ng,neea
Inrs
ot
carp orated
Fayetteville, Arkansas
I r .
' When the contract, or any portion thereof, is terminated before
completion of all items of work in the contract, payment will be
made for the actual number of units or items of work completed at
' the contract price or as mutually agreed for items of work
partially completed or not started. No claims or loss of
anticipated profits shall be considered.
Reimbursement for organization of the work, and other overhead
expenses, (when not otherwise included in the contract) and moving
t 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/her responsibilities for the
completed work nor shall it relieve. his/her surety of its
obligation for and concerning any just claim arising out of the
' work performed.
END OF SECTION 80
I
I
I
I
,I
I
General Provisions - 45
Macro gland
' Con
sp
Engineers
Incorporraafed d
Fayette vii)., Arkansas
' SECTION 90
MEASUREMENT AND PAYMENT
90-01 MEASUREMENT OF QUANTITIES. All work completed under the
contract will be measured by the Engineer, or his/her authorized
representatives, using United States Customary Units of Measurement
or the International System of Units.
' The method of measurement and computations to be used in
determination of quantities of 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 (0.8 square meter) or less. Unless otherwise
specified, transverse measurements for area computations will be
' the neat dimensionsshown 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
' (907 kilograms) avoirdupois. All materials which are measured or
proportioned by weights shall be weighed on accurate, approved
scales by competent, qualified personnel at locations designed 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.
1
General Provisions - 46
■ MCCle Stand
' �el Coneolling
A ` Engineers
Incorporated
Fayerte villa, Arkansas
Ir
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 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 the Engineer and shall
be agreedto 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
1 be corrected to the volume at 60 F using ASTM D 1250 for asphalts
or ASTM D 633 for tars.
Net certified scale weights or weights based on certified volumes
'
in the case of rail shipments will be used as a basis of.
measurement, subject to correction when bituminous material has
been lost from the car or the distributor, wasted, or otherwise not
' incorporated in the work.
When bituminous materials are shipped by truck or transport, net
' certified weights by volume, subject to correction for loss or
foaming, may be used for computing quantities.
Cement will be measured by the ton or hundredweight.
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
General Provisions - 47
McClelland
•A/ � `� Erglneers
♦ u Incorporated
Fayetteville, Arkansas
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 gage, 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.
Scales for weighing materials which are required to be proportioned
or measured and paid for by weight shall be furnished, erected, and
maintained by the Contractor, or be certified permanently installed
commercial scales.
Scales shall be accurate within one-half percent 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 1
percent of the nominal rated .capacity of the scale, but not less
than 1 pound. The use of spring balances will not be permitted.
Beams, dials, platforms, and other scale equipment shall be so
arranged that the operator and the inspector can safely and
conveniently view them.
I ' Scale installations shall have available ten standard 50 -pound (2.3
kilogram) 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 ''over -weighing'' (indicating more than correct weight) will
not be permitted to operate, and all materials received subsequent
Ito the last previous correct weighting -accuracy test will be
reduced by the percentage of error in excess of one-half of '1
percent.
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,
General Provisions - 48
'
McClelland
Inoorp
0Cras
Corp orated
Footreville, Arkansas
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.
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/her
unbalanced allocation of overhead and profit among the contract
items, or from any other cause.
' 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection
titled OMITTED ITEMS of Section 40, the Engineer shall have the
right to omit from the work (order nonperformance) any contract
' item, except major contract items, in the best interest of the
owner.
Should the Engineer omit or order nonperformance of a contract item
or portion of such item from the work, the Contractor shall accept
General Provisions - 49
IL
as MKle Hood
•
(Desi. rve� nwrp rare
.A Engineers
InosrporaleE
FaleHeville, Arkansas
' 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 the amount of such costs.
90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work,
performed in accordance with the subsection titled EXTRA WORK of
' Section 40, will be paid for at the contract prices or agreed
prices specified in the change order or supplemental agreement
authorizing the extra work. When the change order or supplemental
agreement authorizing the extra work requires that it be done by
force account, such force account shall be measured and paid for
based on expended labor, equipment, and materials plus a negotiated
and agreed upon allowance for overhead and profit.
' a. 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.
b. Comparison of Record. 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 the Engineer or their duly authorized
representatives.
C. Statement. No payment will be made for work performed on
a force account basis until the Contractor has furnished the
' Engineer with duplicate itemized statements of the cost of such
force account work detailed as follows:
(1) Name, classification, date, daily hours, total
' hours, rate and extension for each laborer and foreman.
(2) Designation, dates, daily hours, total hours, rental
' rate, and extension for each unit of machinery and equipment.
(3) Quantities of materials, prices, and extensions.
(4) Transportation of materials.
General Provisions - 50
'
MaCle fiend
•
�si l CoaeWHny
` Enpinears
Incorporated
Fay.Me ville, Arkansas
I
(5) Cost of property damage, liability and workman's
compensation insurance premiums, unemployment insurance
' contributions, and social security tax.
Statements shall be accompanied and supported by a 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/her stock, that the quantity claimed was actually
used, and that the price and transportation claimed represent the
actual cost to the Contractor.
, 90-06 PARTIAL PAYMENTS. Partial payments will be made at least
once each month as •the work progresses. Said payments will be
' based upon estimates prepared by the Engineer of the value of the
work performed and materials complete in place in accordance with
the contract, plans, and specifications. Such partial payments may
also include the delivered actual cost of those materials
stockpiled and stored in accordance with the subsection titled
PAYMENT FOR MATERIALS ON HAND of this section.
' No partial payment will be made when the amount due the Contractor
since the last estimate amounts to less than five hundred dollars.
' From.the total of the amount determined to be payable on a partial
payment, 10 percent of such total amount will be deducted and
retained by the owner until the final payment is made, except as
may be.provided (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/her
' option, as provided in the subsection titled PAYMENT OF WITHHELD
FUNDS of this section, no such 10 percent retainage shall be
deducted.
I
I
1
•1
When not less than 95 percent of the work has been completed the
Engineer may, at his/her 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
entitled to demand or
of work in excess of t
approved change orders
excess quantities have
of the final quantity
agreed that ti
receive partial
hose provided in
or supplemental
been determined
for the item of
ie Contractor shall not be
payment based on quantities
the proposal or covered by
agreements, except when such
by the Engineer to be a part
work in question.
MCCle fiend
Conaltill
Engineers
In corpora Ted
Fayetteville, Arkansas
General Provisions - 51
I
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.
I. 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made
to the extent of the delivered cost of materials to be incorporated
in the work, provided that such materials meet the requirements of
' the contract, plans, and specifications and are delivered to
acceptable sites on the airport property or at other sites in the
vicinity that are acceptable to the owner. Such delivered costs of
stored or stockpiled materials may be included in the next partial
'payment after the following conditions are met:
a. The material has been stored or stockpiled in a manner
acceptable to the Engineer at or on an approved site.
b. The Contractor has furnished the Engineer with acceptable
' evidence of the quantity and quality of such stored or stockpiled
materials.
c. The Contractor has furnished the Engineer with
' satisfactory evidence that the material and transportation costs
have been paid.
I-. d. The Contractor has. furnished the owner .legal title (free
of liens or encumbrances 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 anytime 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/her responsibility for furnishing
and placing such materials in accordance with the requirements of
the contract, plans, and specifications.
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.
General Provisions - 52
Macfenane
' Lansullag
Engineers
Inaarp orated
Fayefleville� Arkansas
t `
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/she may request that the owner accept (in lieu of the 10 percent
retainage on partial payments described in the subsection titled
PARTIAL PAYMENTS of this section) the Contractor's deposits in
escrow under the following conditions.
' a. The Contractor shall bear all expenses of establishing and
maintaining an escrow account and escrow agreement acceptable to
' the owner.
b. The Contractor shall deposit to and maintain in such
escrow only those securities or bank certificates of deposit as are
' acceptable to the owner and having a value not less than the 10
percent retainage that would otherwise be withheld from partial
payment.
c. The Contractor shall enter into an escrow agreement
satisfactory to the owner.
d. The Contractor shall obtain the written consent of the
surety to such agreement.
' 90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has
been accepted in accordance with the requirements of the subsection
titled FINAL ACCEPTANCE of Section 50,'the Engineer will prepare
' the final estimate of the items of work actually performed. The
Contractor shall approve the Engineer's final estimate or advise
the Engineer of his/her 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 the 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.
1 After the Contractor has approved, or approved under protest, the
Engineer's final estimate, final payment will be processed based on
the entire sum, or the undisputed sum in case of approval under
protest, determined to be due the Contractor less all previous
payments and all amounts to be deducted under the provisions of the
contract. All prior partial estimates and payments shall be
subject to correction in the final estimate and payment.
General Provisions - 53
' � J
MoClellaa0
•
Engineers
InausoraleC
Fayetteville, Arkansas
71
If the Contractor has filed a claim for additional compensation
under the provisions of the subsection titled CLAIMS FOR
ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of
this subsection, such claims will be considered by the owner in
accordance with local laws or ordinances. Upon final adjudication
of such claims, any additional payment determined to be due the
Contractor will be paid pursuant to a supplemental final estimate.
END OF SECTION 90
General Provisions - 54
J
,pcCfelfand
ncnmm frg
Engineers
b- Incorporated
Fayeffeviffe, Arkansas
r
a
SPECIAL PROVISIONS
L.
Maple cane
Consulting
Engineers
Incorpaarporate0
Fayetteville, Arkansas
C
r
' SPECIAL PROVISIONS
1 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
Project will consist of two (2) Contracts and include the
' furnishing of all equipment, materials, and incidental items, and
performing all labor required to construct in every detail the
clearing and grubbing, box culvert (cast -in -place or precast)
' safety area grading, access road lighting, emergency generator,
security fence, isolation fence and seeding.
The work can be constructed in two phases. Phase I will be the
Contract Section II work consisting of access road lighting,
emergency generator, and security fence construction which will not
interfere with normal airport activities. Phase II will be the
' Contract Section i work consisting of the extended runway safety
area construction and isolation fencing. The Phase II work is to
be performed during the July, 1991 - Nov, 1991 time period.
1 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. to hold the
' "displaced runway threshold" to the minimum time required. the
airport is to remain open during the construction of these
improvements, 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 or 300' feet from the end of the existing runway unless
' under a "Displaced Threshold" condition. Additional safety and.
construction requirements are listed hereinafter in these SPECIAL
PROVISIONS under the sub -heading SAFETY REQUIREMENTS AND
' CONSTRUCTION PROCEDURES.
In addition, the Contractors and/or Subcontractors must coordinate
' their activities so that one does not damage work previously
completed by the other.
SAFETY REQUIREMENTS AND CONSTRUCTION PROCEDURES
"Safety Requirements on Airports During Agency Funded Construction
Activity" (Order SW 5200.5). These safety requirements shall
govern the construction process.
1
Revised Special Provisions - 1
' Moueooad
• --1 ' nmrpo ing
Engineers
IncoraaraleL
Fayerleville, A rkansos
1 S Y r•
1
I.
1
1
1
1
1
1
1
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 runway 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 h}s 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 general utility 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 one 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 one
mile, equipment shall not be permitted within 250 feet
from the runway centerline.
Revised Special Provisions - 2
J
MCCfefla nd
may) Consulting
Engineers
incorporated
Foyetteville, Arkansas
(c) All work which is too close to the ends of the runway for
accomplishment during condition (a) above, shall be
performed during periods when the runway threshold is
displaced. (Ref. NOTAM requirements hereafter).
(d) When construction is being accomplished adjacent to an
active runway, equipment below the VFR 7:1 slope but
penetrating the IFR 7:1 slope shall be obstruction -marked
and lighted for night operations.
(e) Men, equipment •or other construction material will be
permitted in the approach or departure zones of active
runways, provided that the construction activity is
conducted below 20:1 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) Open trenches, excavation and stockpiled material will
not be permitted within 250 feet of the centerline of the
active runways at general aviation airports. 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.
Notams
(a) The Airport Owner 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 Owner 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
Revised Special Provisions -3
MCCle nand
�r- _ , Cnnsalrs
� Elpinaers
Incorporated
Fay.rrevll/e, Arkansas
r
construction situation. Active NOTAMS shall be reviewed
periodically and revised to reflect the current
conditions.
' (b) Inspections will be made frequently by both the Airport
Owner and Engineer during critical phases of the work to
insure that the Contractor is following the required
I. safety procedures.
Due to the nature of the proposed, project the Contractor's work
schedule and working , hours shall be subject to several
' restrictions. In order to maintain the schedule of aircraft
operations, a portion of the project must be constructed under
displaced threshold conditions. In addition, upon completion of
'each day's work, the Contractor must restore the runway safety
. zone to a condition meeting safety requirements. The runway
threshold must be displaced for a portion of the work at the south
end of the runway, however runway threshold displacement shall
occur only during daytime working hours. The following sections
contain additional information and requirements on the construction
procedures.
' Construction Procedures. The proposed project is subject to
several restrictions. In order to maintain air carrier and private
' aircraft operations at the airport, the project must be constructed
in several phases. The displaced threshold time, if used, shall be
held to the minimum time required for the safety area work and the
area within the runway safety area shall be graded or finished so
all slopes are 5% maximum.
(a) Work Requirements. The Contractors will be working
within the runway approach slopes for both the access
road lighting and the Runway 34 extended safety area
improvements. These approach slopes have required
obstruction free areas which depend upon the distance
'from the end of the runway as herein before described.
The Contractor under Contract Section II is not subject
Ito the displaced threshold requirements, however, he is
subject to the 34:1 clear zone requirements for'Runway 16
(north end) for any equipment used to erect the light
' poles.
The Contractor under Contract Section II will be subject
to working within the existing 20:1 clear zone/approach
slope for Runway 34 (south end) and shall keep his
equipment below this slope during air carrier airline
operations.
Revised Special Provisions -4
' - - ■ � MCCle❑and
1pesi,rred io rve) Cpnwlr .� ` Engineers
Irc pororeored
Fayette vii)., Arkansas
W
1
I.
1
I..
1
1
1
1
1
The Contractor under Contract Section I would be working
•in the Localizer Critical Area. The ILS Localizer is a
means of providing a horizontal alignment signal to
aircraft approaching Drake Field. This alignment signal
is required at all times of marginal visibility, i.e.
heavy clouds, rain, fog, and other low visibility
conditions. The Localizer is required to be out of
service for this project beginning when the first
equipment and construction work is started until the
final work is completed within the safety area between
the Localizer and the end of the Runway. The Localizer
will be placed in service only after completion of the
box culvert and major earthwork and a flight check is
made by the FAA.
(b) Order of Work. The construction items have been grouped
into phases and listed in an ordered sequence in the
following tables. The purpose of this ordered sequence
is to limit the disruption of aircraft operations and at
•the same time to minimize the required displaced
threshold. This order of work is a suggested schedule,
subject to variations; such variations can be approved by
the Engineer.
Order of Work
Work Work
Phase Time
I Day
(Contract
Section II)
II Day
(Contract and/or
Section I) Night
Runway -Taxiway
Limitations
None
Displaced
Threshold
for Runway 34
(500 Feet)
Work Items
Access Road
Lighting, Emergency
Generator, and
Security Fencing.
Runway Safety Area
Improvements and
Isolation Fencing
Work Phases I and II may proceed at same time.
(c) Temporary Displaced Threshold.
(1) The Contractor shall construct and install displaced
threshold markers along the south end of the runway as
needed, to perform work within the extended runway safety
area during working hours. This Displaced Threshold will
apply for all aircraft landing or taking off on Runway 34
and for those aircraft landing on Runway 16. The
Displaced Threshold will not apply for those departing
air carrier aircraft using Runway 16, i.e departing
south; therefore, the standard 20:1 clear zone beginning
Revised Special Provisions - 5
. � Mtclenana
LOe,r�rrei io vet Consultis
ng
e
bVIincorporated
Fo)erreville, Arkansas
200 feet from the end of Runway 34 will be in effect for
I. those departing aircraft.
Threshold Displacement
Displacement Work Phase Time
Runway 34 (500 Ft) II 24 hours per day
• or as required.
' Note: 1. Threshold displacement will remain in place 24
hours per day until the construction items in
Work Phase II are completed if Contractor is
working more than one daily shift.
(2) The Contractor shall make every effort to limit
I. total threshold displacement time. Installation of
displaced thresholds shall be approved by the Engineer
and Owner:
(3) The following items are an integral part of each
displaced threshold.
' (a) Two 10' x 50' wooden frame outboard markers
with white fabric, tarps attached as approved by
the Engineer. The frames shall be placed on each
side of the runway and secured to the ground.
(b) Unscrew the bulbs in all runway edge lights
and runway end identifier lights between the
' temporary displaced threshold and normal threshold.
Install battery powered threshold lights at the
temporary threshold location, 4 per side. Lights
shall be provided by the Airport, however, the
Contractor shall provide batteries and light bulbs.
(c) Wire stake mounted red flags (18 inch square
flags) shall be placed along displaced threshold (8
required). This requirement applies to 24 hours
per day threshold displacements only.
(d) The aircraft shall have access to the closed
runway area for use as a taxiway.
' (4) The Contractor shall supply the two outboard markers
and flags as shown on the plans. At the end of the
work, the outboard markers and flags shall remain the
' property of the Contractor. The Contractor shall be
responsible for maintaining the markers, flags, and
portable lights while they are being used. No separate
' payment shall be made for providing, installing and
removing of the displaced threshold markers.
Revised Special Provisions - 6
' Macfarland
�si/ rwi nginerina
A Erpina ers
Mcarpprared
Fayelte villa, Arkansas
I
' (d) Standby Time: This condition occurs when the scheduled
Air Carrier Aircraft will be departing to the south and
the factors controlling standby time are as follows:
(1) The Contractor working in the safety area
' using the 500 foot displaced threshold.
(2) The Engineer's notification to the
' Contractor to lower any equipment
• extending above, or any equipment within
• the standard 20:1 clear zone under a
displaced threshold condition.
' Measurement and Payment: Standby time will be
measured to nearest 5 minute increments and payment
shall be made at the unit price bid under Item 18
of the Proposal for Contract Section I.
(e) Workina Hours.
Day: Working hours for those Work Phases for which "Day"
is listed in Work Time columns are at the discretion of
the Contractor (see Order of Work Table).
Legal Holidays: Observation of legal holidays during the
Work Phases shall be at the discretion of the Contractor.
Engineering observation will be furnished on all days
worked unless prevented by weather conditions.
The Contractor for Contract Section I shall generally follow the
sequence of work set out below:
RUNWAY 34 SAFETY AREA
SEQUENCE OF WORK
' 4.
5.
6.
Perform work under displaced runway threshold with
localizer. out of service.
Construct temporary security fencing.
Strip topsoil from area.
Clear and grub area.
Construct side ditches.
Excavate channel, spread earthwork over safety
area.
7. Seed completed area.
Revised Special Provisions - 7
'
I
"MapetIne
llond Cansulets
Incorporatedras
Fayetteville, Arkansas
r •
8. Construct box culvert
a. Cast -in -Place concrete
'• b. Precast Culvert 7 - 8'x 6'
C. Precast Culvert 6 - 9'-3" x 6'
' 9. Backfill culvert sections
10. Fill existing ditch to grade
' 11. Construct isolation fence and remove temporary
fence.
12. Finish seeding.
Clearance for use with FAA. At the end of each days work within
the.
he construction 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 a method
' of inspection that will produce the required information, and
without interference with the work.
Radio Control. The construction of the extended runway safety
'
areas requires that during certain periods of time, the Contractor
will be within active runway area with equipment and materials.
The Contractor shall have personnel stationed to control
construction traffic within the safety area of the runway. 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 or approved equal by the Airport Manager complete
with combination ear phone and microphone headset and carrying
case, manufactured by Terra Corporation in operable condition and
' shall be tuned to the specified frequency at all times. All
instructions issued to the Contractor by the control tower or by
the Engineer shall be complied with in a prompt manner. Upon
' direction from the control tower the Contractor shall move all of
his equipment and personnel to an area at least 250 feet from
runway centerline or 300 feet beyond the end of the runway.
Equipment and personnel shall not be returned to the restricted
work area until permission for such return is granted by the 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.
1
Revised Special Provisions - 8
Mctlelingd
esi ne 0 rvej gine
Consulting
Enngineerrss lncarporalea
Fayette ville, Arkansas
.1I.
I.
1
I.
I.
1
1
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 flay or
escort vehicle is not required for vehicles which have
been painted; marked and lighted for routine use on
aircraft movement areas. Optionally, all vehicles may be
• equipped with a flashing yellow dome -type light. 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 clgarly 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 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 sign 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.
Revised Special Provisions -9
McClelland
Consulting
a
s
rva/Conitin
s
Incorporated
FayeBeville, Arkansas
1
r
1
Clean-up. From timeto time the Contractor shall clean up the
construction site, in order that the site presents 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. Clean-up will
not be measured for separate payment but shall be considered
subsidiary work pertaining to the several items of the contract.
Entrance. Parking Areas and Security. Forces of the Contractor and
the Engineer shall enter and leave the airfield at the gate
location(s) shown on the Plans. Only the designated entrances
shall be used. The gate(s) shall be unlocked or opened at work
time for access to the airfield than shall be locked or closed for
the remainder of the. work day. The movement of equipment and
materials shall be made through the designated gate(s). The
gate(s) shall remain locked or closed at all times except when
needed for access. Should the gate(s) need to remain unlocked or
opened of 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 during non -working hours
at locations approved by the Airport Manager within the airport
property close to the project sites.
Schedule of Work. The schedule of each day's wor$ shall be as
proposed by the contractor, but subject to the approval of the
Engineer. 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 available for use by aircraft at all times.
IDENTIFICATION OF "ENGINEER". "Engineer" shall mean the firm of
McCLELLAND CONSULTING ENGINEERS, INC., which has been employed by
the Owner for this work, or the firm's duly authorized agents, such
agents acting severally within the scope of the particular duties
entrusted to them, whose decisions shall, in all cases, be subject
to final approval by the Engineer.
AUTHORITY OF THE ENGINEER. The Engineer shall have the following
authority:
(1) to interpret the Plans and Specifications and define
their intent and meaning;
Revised Special Provisions - 10
McClelland
Con SQ Engineers
s
o
lncorcarporaled
Faye"eville, Arkansas
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;
I(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
I. term is hereinafter used to describe Work that is
unsatisfactory, faulty or defective, or does not conform
to the requirements of the Plans and Specifications, or
' does not meet the requirements of any inspection, test or
approval referred to hereafter or has been damaged prior
to approval of final payment);
' (11) to require special inspection or testing of the Work as
provided for hereafter whether or not the Work is
fabricated, installed, or completed;
' (12) to exercise his best, efforts to insure faithful
performance by both the Owner and the Contractor. He
will not show partiality to either and will not be liable
for the result of any interpretation or decision rendered
in good faith. Claims, disputes and other matters
relating to the execution and progress of the Work or the
I. interpretation of or performance under the Plans and
Specifications shall be referred to the Engineer for
Revised Special Provisions - 11
' �1anmjtlane
�s,q To ur.e� Cansarrrna
incorporated
Fayerrevirre, Arkansas
I
i
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 I to the Contractor, any
' Subcontractor, any materialman, fabricator, supplier, or any of
their agents or employees or any other person performing any of the
Work. The Engineer will not be responsible for the Contractor's
means, methods, techniques, or procedures of construction, or the
safety precautions and programs incident thereto, and, he will not
be responsible for the Contractor's failure to perform the Work in
accordance with the Plans and Specifications. The Engineer will
not be responsible for the acts or omissions of the Contractor, or
any Subcontractors, or any of his or their agents or employees, or
any other persons at the site or otherwise performing any of the
' work.
ENGINEER'S VISITS TO THE SITE. The Engineer will make periodic
visits to the site to observe the progress and quality of the
' executed Work and to determine, in general, if the Work is
proceeding in accordance with the Plans and Specifications. He
will not be required to make exhaustive or continuous on -site
inspections to check the quality or quantity of the Work. His
efforts will be directed toward providing assurance for the owner
that the completed Project will conform to the requirements of the
Plans and Specifications. On the basis of his on -site
observations, he will keep the Owner informed of the progress of
the Work and will endeavor to guard the Owner against defects and
deficiencies in the Work of the Contractor.
' All of the work performed shall be subject to the inspection and
• approval of the Engineer. The Engineer and his representatives
' shall at all times have access to the work and the materials
necessary for the performance thereof, and the Contractor shall
provide proper facilities for access and inspection. If the Plans
and Specifications, the Engineer's instructions, laws, ordinances,
' or any public authority require any of the work to be tested or
approved, the Contractor shall give the Engineer timely notice of
its readiness for inspection and, if the inspection is by authority
' other than the Engineer, of the date fixed for such inspection, but
any such inspection shall not diminish the necessity of inspection
Revised Special Provisions - 12
\ ! •
•
MKblland
InCMpOlafe�
Fayeffeville, Arkansas
I
I
r.
and approval by the. Engineer. Inspections made by the Engineer
shall be promptly made. If any work4should be covered up without
the approval or consent of the Engineer, it must be uncovered for
inspection at the Contractor's expense if required by the Engineer.
CONTRACTOR'S EXAMINATION. The Contractor will be held to have
examined all information, documents, and drawings furnished to him
by or on behalf of the Owner in connection with this Contract and
shall consult with the Engineer in! the event of any error or
' inconsistency or in the event, any portion of the work is not
sufficiently detailed or explained,[ and in no event shall the
Contractor proceed with the Work in uncertainty. It is understood
' and agreed that the Contractor has, by personal examination at the
site, checked the material and location of the work; the type of
equipment, storage space and facilities needed preliminary to, and
' during execution of the work; the general and local conditions, and
all other matters which may, in any way, affect or have a bearing
on the work of -the Contract and its. costs. The Contractor also
represents that he has studied all surveys and investigation
' reports of subsurface and latent physical conditions provided in
the Specifications and made such additional surveys and
investigations as he deems necessary for the performance of the
Work at the Contract price in accordance with the requirements of
the Plans and Specifications and that he has correlated the results
of all such data with the requirements of the Plans and
Specifications.' Failure on the part of the Contractor to have
' fully informed himself of site conditions, and to fully understand
the extent of the Work required, shall not excuse him in any way
from his obligation to supply and install the Work in accordance
' with the Specifications and Plans, and under all conditions as they
exist. No extra compensation will be allowed because of his
failure to so inform himself.- His submission of a bid on the
' project shall be considered as sufficient evidence that the
Contractor has complied with the above requirements.
ARRANGEMENT OF SPECIFICATIONS AND PLANS. Titles to sections and
' paragraphs in the Specifications are used merely for convenience,
and shall not be taken as a correct or complete segregation of the
several units of materials, equipment and labor, nor as an attempt
to outline or define jurisdictional procedures. Likewise, the
identifications of any Plans shall not control the Contractor in
dividing the Work among Subcontractors or delineating the Work to
' be performed by any specific trade. No responsibility, -either
direct or implied, is assumed by the Engineer, or the Owner, for
omissions or duplications by the Contractor or by any of his
subcontractors, due to real or alleged errors in arrangement of
matter in the Plans and Specifications.
WORKMEN. The Contractor shall employ, or cause to be employed, on
' or in connection with the performance of the Work only persons who
are fit and skilled in the work assigned. The Contractor shall at
Revised Special Provisions - 13
s �� Cnginee s
norporas
lncoraorole0
Fayetteville, Arkansas
'
all times enforce, or cause to be enforced, strict discipline and
good order among the workmen employed on the Work. Should any
'disorderly, incompetent, or objectionable person be employed by the
Contractor, or by any subcontractor, upon or about the Construction
Site, the Contractor shall, upon request of the Engineer, cause
' such person to be removed from the fWork and not again employed
thereon without the written permission of the Engineer.
HORSEPLAY, FIGHTING AND ROAMING. Horseplay, scuffling, fighting or
' carrying of firearms is not permitted on the Construction Site.
The Contractor's men shall confine their activities to the specific
area of construction work.
INSURANCE GENERAL
The Contractor shall provide (from insurance companies acceptable
to the Owner) the insurance coverage designated hereinafter and pay
all costs.
Before execution of. the Contract, Contractor shall furnish the
I. Owner with complete copies of all insurance policies and
certificates of insurance specified herein showing the type,
amount, class of operations covered, effective dates, and date of
' expiration of policies, and containing substantially the following
statement. "The insurance covered by this certificate will not be
canceled or materially altered, except after 30 days written notice
has been received by the Owner".
In case of the breach of any provision of this Article, the Owner
at his option, may take out and maintain, at the expense of the
' Contractor, such insurance as the Owner may deem proper and may
deduct the cost of such insurance from any monies which may be due
' or become due the Contractor under this Contract.
CONTRACTOR AND SUBCONTRACTOR INSURANCE The Contractor shall not
execute the Contract or commence Work under this Contract until he
has obtained all the insurance required hereunder and such
insurance has been reviewed and approved by the Owner, nor shall
the Contractor allow any subcontractor to commence Work on his
subcontract until insurance specified below has been obtained.
Review of the insurance by the Owner shall not relieve or decrease
the liability of the Contractor hereunder.
' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE The Contractor
shall maintain during the life of this Contract the statutory
Workmen's Compensation, in addition, Employer's Liability Insurance
in an amount not less than $100,000 for each occurrence, for all of
his employees to be engaged in Work on the Project under this
Contract and, in case any such 'Work is' sublet, the Contractor shall
' require the subcontractor similarly to provide Workman's
Compensation and Employer's Liability Insurance for all of the
Revised Special Provisions - 14
' ` I J
- S Mccielland
(6si1nedT rnl C°nwllinp
,V— Inc
oineers
rcaa/Oled
Fayetteville, Arkansas
• {
latter's employees to be en a engaged suc
h Work. Where
4 4 Work under
this Contract includes any water or navigational exposure, coverage
shall be included to cover the l Federal Longshoremen's and
Haborworker's Act and the Federal Jones Act. Employer's Liability
Insurance shall be extended to include waiver of subrogation to the
' Owner. [
GENERAL LIABILITY INSURANCE The Contractor shall maintain during
' the life of this Contract such general liability, completed
operations and products liability, and automobile liability
insurance as will provide coveragej for claims for damages for
personal injury, including accidental death, as well as for claims
for property damage, which may arise directly or indirectly from
performance of the Work -under this Contract. The general liability
policy should also specifically ensure the contractual liability
assumed by the Contractor under Article Indemnification. Coverage
for property damage shall be on al"broad form" basis with no
exclusions for "XC & u". Amount of insurance to be provided shall
be as shown below:
' 1. 'Contractor's Comprehensive General Liability Insurance
' For not less than the following limits of
liability:
Bodily Injury: $500,000 each occurrence
$500,000 aggregate
Property Damage: $250,000 each occurrence
$250,000 aggregate
Include the following coverage:
• ' 0 Waiver of all "XCU" exclusions.
o Broad Form Property Damage and Personal
• '
Injury Liability.
o Independent Contractor's Coverage
' 2. Contractor's Comprehensive Automobile Liability Insurance
' For not less than, the following ' limits of
liability:
' Bodily Injury: $ 500,000 each person
$1,000,000 each occurrence
Property Damage: $ 100,000 each occurrence
Revised Special Provisions - 15
\ _I
MoC/elland
•
Engineers
eu ` rvel Ergineers
Inooraorafae
Foyeffeville, Arkansas
,
1
I
I
L
L
I
I
OR
Bodily Injury and Property Damage: $1,000,000 combined
single limit each occurrence.
Include Hired car and Non -Ownership Coverage.
3. Contractor's.. Excess Umbrella policy: $1,000,000 limit of
liability policy shall be provided.
ENGINEER SHALL BE INCLUDED AS ADDITIONAL INSURED:
Insurance certificates furnished by the Contractor and/or
subcontractor(s) shall include the Engineer as an
"Additional Insured" for all Liability and Property
Damage policies.
In the event any Work under this Contract
a subcontractor, the Contractor shall be
any liability directly or indirectly an
Work performed under this Contract by a
which liability is not covered by the
insurance.
is performed by
responsible for
sing out of the
subcontractor,
subcontractor's
The Contractor's and any subcontractor's general
liability and automobile liability insurance policies
shall include the Owner and Engineer, their officers,
agents, and employees as additional insured for any
claims arising out of Work performed under this Contract.
BUILDER'S RISK ALL-RISK INSURANCE Unless otherwise modified in the
Supplementary Conditions, the Contractor shall secure and maintain
during the life of this Contract, Builders Risk All Risk Insurance
coverage in an amount equal to the full replacement value of
structures, equipment, electrical, and mechanical systems only.
Such insurance shall not exclude coverage for earthquake,
landslide, flood, collapse, blasting, or loss due to the results of
faulty workmanship and shall provide for losses to be paid to the
Contractor, Subcontractor, and the Owner as their interests may
appear.
OWNER'S AND CONTRACTOR'S PROTECTIVE LIABILITY INSURANCE The
contractor's shall, at his expense, provide the Owner with an
Owner's and Contractor's Protective Liability Insurance Policy
naming the Owner as the named insured and the Engineer, its
architects and engineers, and each of their officers, agents, and
employees as additional insured under that policy, said policy to
protect said parties from claims which may arise from operations
under the Contract.
Revised Special Provisions - 16
McClelland
o
Engineers
Incorporated
Fayetleville, Arkansas
Limits of policy coverage shall be:
Bodily Injury: $ 500,000 each person
$1,000,000 aggregate
Property Damage $ 250,000 each person
$ 250,000 aggregate
OR
$1,000,000 combined -single limit each
occurrence/aggregate.
INSURA
NCE ANCE COVERAGE FOR SPECIAL CONDITIONS When the construction is
to be accomplished within a public or private right-of-way
requiring special insurance coverage, the Contractor shall conform
to the particular requirements and provide the required insurance.
The Contractor shall include in his liability policy all
endorsements that the said authority may require for the protection
' of the authority, its officers, agents and employees. Insurance
coverage for special conditions, when required, shall be provided
as set forth in these SPECIAL PROVISIONS.
' NO PERSONAL LIABILITY OF PUBLIC OFFICIALS In carrying out any of
• the provisions hereof in exercising any authority granted by the
Contractor, there will be no personal liability upon any public
official.
INDEMNITY The Contractor shall indemnify and hold harmless the
Owner, the Engineer, and their agents and employees from and
against damages, losses, and expenses including attorney's fees, up
to the amount of the Contract price, 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 or to destruction of
tangible property (other than the Work itself), including the loss
' of use resulting therefrom, and (2) is caused in whole or in part
by any act or omission 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, provided that such claims, damages,
losses, and expenses are not proximately caused by the negligence
of any indemnitee in the design, or by the sole negligence of any
indemnitee in the observation of the Work that is the subject of
this construction Contract.
In any and all claims against the Owner, 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 Article shall not be limited
in any way by any limitation on the amount or type of damages,
' Revised Special Provisions - 17
•
I iansears
Elpineers
Inmporated
Falerleville, Arkansas
r
compensation, or benefits payable by or for the Contractor or any
subcontractor under Workmen's Compensation Acts, Disability Benefit
Acts, or other Employee Benefit Acts.
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.
CONTRACTOR'S LIABILITY INSURANCE REQUIREMENTS The bidder shall
provide with the Proposal a listing of both automobile and personal
liability insurance coverage currently in force, along with a copy
of a Certificate of Insurance as verification of that coverage.' In
addition, the bidder shall provide a statement of premium cost
issued by the agent or insurance carrier for that coverage.
In the event the Owner determines that the low bidder's coverage in
force is inadequate, the Owner may require the low bidder to
procure additional coverage in amounts specified by the Owner. The
cost of premiums for such additional coverage shall be paid by the
Owner in the form of a reimbursement under the contract.
In the event the low bidder is unable, after diligent effort, to
procure such additional coverage as may be required,by the Owner,
the Owner shall provide such additional coverage, naming the
contractor as insured or, at the option of the Owner, reduce the
amount of additional coverage required or waive any requirement for
additional coverage.
Third Party Coverage The bidding documents require the contractor•
to name the consultant and/or the Owner as additional insured, the
bidder shall show the premium cost for the additional insured in
the Proposal in the item for additional coverage. The amount shown
in the bid item for additional premium cost shall be that amount of
additional premium, for the named Owner and Engineer, above the
premium for the coverage shown in the Certificate of Insurance
1 submitted with the bid. The: additional coverage is required by
the Owner, the additional premium cost for third party coverage
above the amounts shown in the Certificate of Insurance shall be
paid by the Owner in the form of a reimbursement under the contract
under Bid Item Nos. I-17 & II -12
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
Revised Special Provisions - 18
H.
' - Mapelland
Elpineers
Inmrp orated
Fayetteville, Arkansas
1
I
I
C
commence work until he has provided and obtained approval of such
compensation and General Liability insurance as may be required
under the laws of the State. The approval of such Subcontract by
the owner will in no manner release the Contractor, from any of his
obligations as set out in the Plans, Specifications, Contract and
Bonds.
CONTRACTOR'S ROUTINE ACCESS TO SITE. The location and route to be
used by the Contractor for the use of his employees,
subcontractors, suppliers, etc. in gaining routine access to the
site on a daily basis is described in Section "SAFETY REQUIREMENTS
AND CONSTRUCTION PROCEDURES" of these SPECIAL PROVISIONS. The
Owner may limit the areas available for parking for the
Contractor's work force.
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.
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
tr Conactor. It is the expressed intent of these Plans and
Specifications that the Contractor is to make his own investigation
of 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 work "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
Revised Special Provisions - 19
' MOCIe'land
LUes'p i .A ngineE'gineen
Incorporated
Foysnevitle, Arkansas
I.
make such necessary alterations as are approved by the Engineer and
such alterations shall not constitute a basis for extra payment.
PARTIAL ACCEPTANCE. Sections 50-14 and 70-13 of the GENERAL
PROVISIONS do not apply to this project. The entire project is to
' be satisfactorily completed and ready for the Owner's use before
acceptance.
' PROGRESS SCHEDULE. Section 80-03 of. the GENERAL PROVISION is
emphasized. Within 7 days following execution of the Contract, the
Contractor shall provide the Engineer with a suggested progress
schedule for the project. The schedule shall be subject to
approval by the Engineer.
At least monthly, generally in conjunction with the processing of
' requests for partial payment, the Engineer and Contractor shall
review the progress schedule, assess whether the project is on
schedule, and adjust the schedule as necessary to maintain the
required project completion date. Alterations to the progress
' schedule may require that the Contractor implement a larger work
force and/or work weekends and/or holidays to meet the required
deadline. Extra payment will not be made for required changes in
' size of work force or work hours.
CONTRACTOR TO PERFORM CONSTRUCTION STAKING. Special attention is
' called to the fact that the Contractor will be required to perform
his own construction staking. The Engineer, however, will provide
a reference line for project alignment and a temporary bench mark
from which the Contractor may work. Thereafter it will be the
' Contractor's responsibility to set all grade hubs (blµe tops),
clearing stakes, slope stakes., etc.
I.
The Contractor shall verify all grades and dimensions as shown on
the Plans, and he shall report any errors or inconsistencies in the
above to the Engineer before commencing work. The Contractor will
' be held responsible for the accuracy of the layout of all the work.
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
subgrade 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.
Revised Special Provisions - 20
MCCle Mane
i Elgineers
Incorporalee
Fayetteville, Arkansas
r
PRESERVATION OF MONUMENTS AND STARES. 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
through 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 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
Ito 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.
1 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
Revised Special Provisions - 21
'
\ J
' McClelland
esi m7 io rvel ngineers
IncorppraleJ
Fayefleville, Arkansas
I:.
i
' him to an extension of the Contract Time, he may make a claim
therefore.
'RECORD 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.
IPUBLICITY. No information relative to the Work shall be released
by the Contractor, either before or after completion of the Work,
t for publication or for advertising purposes without the prior
written consent of the Owner and the Engineer.
MODIFICATIONS AND WAIVERS. No change in, addition to, or waiver of
'
any of the. provisions of the Construction Contract shall be binding
upon .either Party unless in writing signed by an authorized
representative of such Party. No waiver by either Party of any
breach of the other Party of any of the provisions of the
Construction Contract shall be construed as a waiver of any
subsequent breach, whether of the same or of a different provision
' of the Construction Contract.
STANDARDS. Materials or processes for which ASTM standards have
been adopted shall, unless in conflict with specified requirements,
' meet the requirements of the latest edition of the ASTM standards.
Where a specified material is followed by a reference to a
specification, standard, test method or code such as "ASTM C150",
"ASA Code", etc., it shall be understood to mean that the material
shall meet the requirements of the referenced specification,
standard, test method or code; and, except where a specific edition
is referred to, it shall be understood that the latest edition
including additions and/or amendments thereto, as of the date the
Contract is awarded, shall apply to Work under this Contract.
I. TESTING. The Engineer will conduct OR CALL FOR compaction tests on
earthwork, as necessary to assure proper compaction .and therefore,
a stable, a subgrade and base. Also, concrete cylinder tests will
' be made by a laboratory 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 thefl
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.
Revised Special Provisions - 22
1
' Mginerrane
esi rvel Coneulrinq
` crras
Incorpor
ated
Fayetteville, Arkansas
r
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 Owner and if such testing delays the Work,
the time within which the Workis 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.
' 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
giving a clear description
' individual value. Invoices
• and identified as being
covered by these Specificat
supplier(s) of the materials
of each stored item and its
shall be clearly descriptive
for the particular project
ions.
I. (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 insured "as their interests may appear".
(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
each prime Contractor three (3) sets of Plans and Specifications to
' permit the Contractor to construct the project. The Contractor
shall, in return, compensate the Engineer with payment of fifty
dollars ($50.00) per set of documents for each set required in
addition to the three sets.
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.
' • Revised Special Provisions - 23
' McClelland
�SIy1M i (.andal/lea
--AA`i `i` Enflnears
Incorporated
Fayetteville, Arkansas
' PARTIAL SETS OF PLANS AND SPECIFICATIONS FOR SUBCONTRACTORS.
Separate sheets of the Plans and/or Specifications will not 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 starting the Work at the site, a conference
will be held to review the 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
' representat=ive, 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 the sole responsibility of the
Contractor.
1
' Revised Special Provisions - 24
' MK/euand
Incorporated
Fayetteville, Arkansas
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.
I. 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:
I(1) to interpret the Plans and Specifications and define
their intent and meaning;
' (2) to determine, whether the work. done and materials
furnished are in accordance with the terms of the Plans
and Specifications and to condemn such in accordance
herewith;
(3) to make decisions on all matters relating to the
execution and the progress of the Work;
(4) to coordinate the Work of the Contractor with the Work of
other contractors;
' (5) to stop the Work whenever, in the opinion of the
Engineer, such stoppage may be necessary to insure the
I. 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;
Revised. Special Provisions - 25
'
McClelland
'
si ` rvel Engineers
Inoorparated
Fayetteville, Arkansas
(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
I. defective, or does not conform to the requirements of the
Plans and Specifications, or does not meet the
requirements of any test;
I
(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
t 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.
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
Revised Special Provisions - 26
1 `
MCWe nand
• �,�f Gon7Wtinq
Engineers
Incorporated
Fayetteville, Arkansas
I:
r
is in strict accordance with the intent of these Plans and
Specifications.
CONTRACTOR'S RESPONSIBILITY REGARDING SPECIAL APPLICATION MATERIALS
AND PRODUCTS. Within this project may be specified certain
I. 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,
I. 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.
The Contractor shall be liable for any failure o€ 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
Revised Special Provisions - 27
' MCC1e Hand
�, � CanaWOnp
Enoineers
Incorporated
Foyeifevills, Arkansas
been discontinued, unless otherwise approved by the
Owner.
' (b) Drinkin4 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 put any
drainage pipes that may become clogged due to negligence
or failure on his part to comply with this provision.
(f) Roadways - The Contractor shall use established roadways
where practical and when it is necessary to cross
curbing, sidewalks or railroad tracks, protection against
damage shall be provided by the Contractor. Any roads,
curbing, sidewalks or railroad trackage 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
Revised Special Provisions - 28
- Mcporland
' �srs To rust Cngine rs
roearvorored
Fayette vMe, Arkansas
r
' .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
t 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
I. shall also pay all public utility charges.
The Contractor shall give all necessary notices, shall pay all fees
I. 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,
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, and/or its representatives of all work during
construction.
Revised Special Provisions - 29
'•
McClelland
N)ne rs
sreel ers
Incorporoted
Fayetfeviffe, Arkansas
1
J
I..
1
1
1
1
1
1
1
1
r
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.
Revised Special Provisions - 30
J
MCCIe Ilona
fn n�edT - rvel Con go
Engineers orated
lnca0oralaJ
Fareneville, Arkansas
I
1
1
1
1
1
1
1
1 FAA STANDARD SPECIFICATIONS
(AS REVISED FOR THIS PROJECT)
1
1
1
1
1
1
IL
•
Incorporated
Fartte vllle, Arkansas
/ 1
' REVISED
ITEM P-151 CLEARING AND GRUBBING
DESCRIPTION
151-1.1 This item shall consist of clearing and grubbing,
including the disposal of materials, for all areas within the
limits designated on the plans or as required by the Engineer.
1 Clearing shall consist of the clearing the surface of the ground of
the designated area of all trees, stumps, down timber logs, snags,
' brush, undergrowth, hedges, heavy growth of. grass or weeds, fences,
structures, debris, and rubbish of any nature, natural obstruction
or such material which in the opinion of the Engineer is unsuitable
for the foundation of strips, pavements, or other required
'
structures, including the grubbing of stumps,roots, matted roots,
foundations, and the disposal from the project of all spoil
materials resulting from clearing and grubbing by burning or
' otherwise.
CONSTRUCTION METHODS
I
151-2.1 GENERAL. The areas denoted on the plans to be cleared and
grubbed shall be staked on the ground by the Engineer. The
clearing and grubbing shall be done at a satisfactory distance in
advance of the grading operations.
All spoil materials removed by clearing and grubbing shall be
disposed of by removal to approved disposal areas. Burning of
I. material will be permitted, provided the burning operations are
conducted a minimum of 1,000 feet east of the runway under such
conditions that any smoke produced will not be blown in the
' direction of the runway. Burning shall be subject to any approval
conditions set forth by the City of Fayetteville's Fire Marshal and
burning may be used upon the Fire Marshal's approval. The debris
remaining from the burning operation may be placed within the
' existing channel to be filled beyond the limits of the runway
safety area. The debris shall be mixed with soil and placed so as
to minimize voids within the channel fill. Otherwise burial of the
' debris can be on site at locations approved by the Airport Manager.
As far as practicable, waste concrete and masonry shall be placed
on slopes of embankments or channels. When embankments are
'
constructed of such material, this material shall be placed in
accordance with requirements for formation of embankments. Any
broken concrete or masonry which cannot be used in construction,
' and all other materials not considered suitable for use elsewhere,
shall be disposed of by the Contractor. In no case shall any
discarded materials be left in windrows or piles adjacent to or
within the airport limits. The manner and location of disposal of
materials shall be subject to the approval of the Engineer and
Revised Section P-151 - 1
'
MCC/8 Stand
Ena/nasrs
Incnraorolsa
FaYaflevills, Arkansas
1 mF.
r �
' shall not create an unsightly or objectionable view. When the
Contractor is required to locate a disposal area outside the
' airport property limits at his/her.own expense, he shall obtain and
file with the Engineer, permission in writing from the property
owner for .the use of private property for this purpose.
If the plans or the specifications require the saving of
merchantable timber, the Contractor shall trim the limbs and tops
from designated trees, saw them into suitable lengths, and make the
material available for removal by other agencies.
Any blasting necessary shall be done at the Contractor's
responsibility, and the utmost care shall be taken not to endanger
life or property.
' The removal of existing structure and utilities required to permit
orderly progress of work shall be accomplished by local agencies,
unless otherwise shown on the plans. Whenever a telephone or
telegraph pole, pipeline, conduit, sewer, roadway, or other utility
' is encountered and must be removed or relocated the Contractor
shall advise the Engineer who will notify the proper local
authority or owner and attempt to secure prompt action.
151-2.2 CLEARING AND GRUBBING. In areas designated to be cleared
and grubbed, all stumps, roots, buried logs, brush, grass, and
otherunsatisfactory materials shall be removed, except where
' embankments exceeding 3-1/2 feet in depth are to be made outside of
paved areas. In cases where such depth of embankments is to be
made, all unsatisfactory materials shall be removed, but sound
' trees, stumps, and brush can be cut off within 6 inches above the
ground and allowed to remain. Tap roots and other projections over
1-1/2 inches in diameter shall be grubbed out to a depth of at
' least 18 inches below the finished subgrade or slope elevation.
Any buildings and miscellaneous structures that are shown on the
plans to be removed shall be demolished or removed, and all
' materials therefrom shall be disposed of either by burning or
otherwise removed, from the site. The remaining or existing
foundations, wells, cesspools, and all like structures shall be
' destroyed by breaking our or breaking down the materials of which
the foundations, wells, cesspools, etc., are built to a depth at
least 2 feet below the existing surrounding ground. Any broken
concrete, blocks, or other. objectionable material which cannot be
'
used in backfill shall be removed and disposed of. The holes or
openings shall be backfilled with acceptable material and properly
compacted.
All holes remaining after the grubbing operation in embankment
areas shall have the sides broken down to flatten out the slopes,
and shall be filled with acceptable material, moistened and
properly compacted in layers to the density required in Item
Revised Section P-151 - 2
'� ' J
' M0Cle Oa na
norporas
Incarporafe0
Fayelleville, Arkansas
r
U
1
I
I....
I.
I.
I.
P-152. The same construction procedure shall be applied to all
holes remaining after grubbing in excavation areas where the depth
of holes exceeds the depth of; the proposed excavation.
151-3.1 The quantities of clearing or clearing and grubbing as
shown by the limits on the plans or as ordered by the Engineer
shall be the complete item' of land specifically cleared and
grubbed.
I$1'
151-4.1 Payment shall be made at the contract lump sum price for
clearing. This price shall be full compensation for furnishing all
materials and 'for all labor, equipment, tools, and incidentals
necessary to complete the item.
Payment will be made under:
Bid Item No. I-1 Clearing and Grubbing -- per lump. sum
II -1 Clearing and Grubbing for security fence
-- per lump sum
END OF SECTION
Revised Section P-151 - 3
Mccle'land
Conspiring
ev ` ivel Engineers
Incorporated
Fayetteville, Arkansas
J
z./ 1
REVISED
ITEM P-152 EXCAVATION AND EMBANKMENT
DESCRIPTION
152-1.1 This item covers excavation, disposal, placement, and
compaction of all materials within the limits of the work required
to construct runway safety areas, and intermediate as well as other
areas for drainage, or other purposes in accordance with these
specifications and in conformity to the dimensions and typical
section shown on the plans.
152-1.2 CLASSIFICATION. All material excavated shall be
classified as defined below:
a. Unclassified Excavation. Unclassified excavation shall
consist of the excavation material required to construct the runway
safety area embankment. The excavation material shall be obtained
from the box culvert excavation, on site channel excavations and
other on site excavations or off site excavations.
b. Borrow Excavation. Borrow excavation shall consist of
approved material required for the construction of embankment or
for other portions of the work in excess of the quantity of usable
material available from required excavations. Select borrow
material shall be obtained from areas outside limits of the airport
property grading, outside the airport, and be approved by the.
Engineer.
152-1.3 Unsuitable Excavation. Any material containing vegetable
or organic matter, such as muck, peat, organic silt, or sod shall
be considered unsuitable for use in embankment construction.
Material, when approved by the Engineer as suitable to support
vegetation, may be used on the embankment slope.
152-1.6 Riprap. Hard and durable quarry -run limestone with less
than 35 percent wear when tested for resistance to abrasion in
conformance to ASTM C 535. Bulk density shall not be less than 160
' pounds per dry cubic foot. The least dimension of any one piece
shall not be less than 1/3 the greatest dimension. A minimum of 35
percent of the volume shall be in pieces ranging in size from 1/2
I
cubic foot to 2 cubic feet. Smaller pieces will be allowed only to
fill in the voids in the larger stone.
' CONSTRUCTION METHODS
152-2.1 General. Before beginning excavation, grading, and
' embankment operations in any area, the area shall be completely
cleared and grubbed in accordance with Item P-151.
Revised Section P-152 - 1
'
Mcclelland
'no ri
Engineers
Incorpp orated
Fayetteville, Arkansas
The suitability of material to be placed in embankments shall be
subject to approval by the Engineer. All unsuitable material shall
' be disposed of in waste areas shown on the plans. All waste areas
shall be graded to allow positive drainage of the area and of
adjacent areas. The surface televation of waste areas shall not
' extend above the surface elevation of adjacent usable areas of the
airport, unless specified on tie plans or approved by the Engineer.
The Contractor shall inform and satisfy himself as to the
character, quantity, and distribution of all material to be
excavated. No payment will be made for any excavated material which
is used for purposes other than those designated.
All stockpile areas, if required, shall be leveled to a uniform
line and section and shall present a neat appearance before project
' acceptance.
When the contractor's excavating operations encounter artifacts of
historical or archaeological significance, the operations shall be
' temporarily discontinued. At the direction of the Engineer, the
Contractor shall excavate the site in such a manner as to preserve
the artifacts encountered and allow for their removal. Such
' excavation will be paid for as extra work.
Those areas outside of the pavement areas in which the top layer of
soil material has become compacted, by hauling or other activities
'
of the Contractor shall be scarified and disked to a depth of 4
inches, in order to loosen and pulverize the soil.
' If it is necessary to interrupt existing surface drainage, sewers
or under -drainage, conduits, utilities,, or similar underground
structures the Contractor shall be responsible for and shall take
' all necessary precautions to preserve them or provide temporary
services. When such facilities are encountered, the Contractor
shall notify the Engineer, who shall arrange for their removal if
necessary. The Contractor shall, at his/her own expense,
'satisfactorily repair or pay the cost of all damage to such
• facilities or structures which may result from any of the
Contractor's operations during the period of the contract.
152-2.2 EXCAVATION. No excavation shall be started until the work•
has been staked out by the Contractor and the Engineer has obtained
' elevations and measurements of the ground surface. All suitable
excavated material shall be used in the formation of embankment,
subgrade, or for other purposes shown on the plans. All unsuitable
material shall be disposed of as shown on the plans, or at off -site
locations secured by the Contractor.
1
Revised Section P-152 - 2
'
"elfrie
ht n qyr rro" Engineers
InCprppraree
Fayetteville, Arkansas
i 1
When the volume of the excavation exceeds that required to
' construct the embankments to the grades indicated, the excess shall
be used to grade the areas of ultimate development or disposed of
as directed. When the volume of excavation is not sufficient for
constructing the fill to the grades indicated, the deficiency shall
be obtained from borrow areas.
The grade shall be maintained so that the surface is well drained
' at all times. When necessary, temporary drains and drainage
ditches shall be installed to intercept or divert surface water
which may affect the work.
'• a. Selective Grading. When selective grading is indicated on
the plans, the more suitable material as designated by the Engineer
shall be used in constructing the embankment or in capping the
' pavement subgrade. If, at the time of excavation, it is not
possible to place this material in its final location, it shall be
stockpiled in approved areas so that it can be measured for payment
for rehandling as specified in paragraph 3.3.
'
b. Undercutting.. Rock, shale, hardpan, loose rock, boulders,
or other material unsatisfactory for runway safety areas,
' subgrades, or any areas intended for turfing shall be excavated to
a minimum depth of 12 inches, or to the depth specified by the
Engineer, below the subgrade. Muck, peak, matted roots, or other
' yielding material, unsatisfactory for subgrade foundation, shall be
removed to the depth specified. Unsuitable materials shall be
disposed of at locations shown on the plans. This excavated
material shall be paid ,for at the contract unit price per cubic
' yard for Unclassified Excavation. The excavated area shall be
refilled with suitable material, obtained from the grading
operations or borrow areas and thoroughly compacted by rolling.
' The necessary refilling will constitute a part of the embankment.
c. Overbreak. Overbreak, including slides, is that portion
' of any material displaced or loosened beyond the finished work as
planned or authorized by the Engineer. The Engineer shall
determine if the displacement of such material was unavoidable and
his/her decision shall be final. All overbreak shall be graded or
' removed by the contractor and disposed of as directed; however,
payment will not be made for the removal and disposal of overbreak
which the Engineer determines as avoidable. Unavoidable overbreak
' will be classified as "Unclassified Excavation."
d. Compaction Requirements. The subgrade under areas to be
paved shall be compacted to a depth of 6 -inches and to a density of
not less than 95 percent of the maximum density as determined by
ASTM D 1557.
P
' Revised Section P-152 - 3
Con nd Cnei
en n ` rust Engineers
copo
Incorporated
Fayetteville, Arkansas
T
The in -place field density shall be determined in accordance with
' ASTM D 2922. Stones or rock fragments larger than 4 inches in
their greatest dimension will not be permitted in top 6 inches of
the subgrade.
' All cut -and -fill slopes shall be uniformly dressed to the slope,
cross section, and alignment shown on the plans or as directed by
the Engineer.
No payment or measurement of, pa'yment will be made for suitable
materials removed, manipulated, and replaced in order to obtain
density. Any removal, manipulation, aeration, replacement, and
' recompaction of suitable materials necessary to obtain the required
density shall be considered as incidental to the excavation and
embankment operations and shall be performed by the Contractor at
' no additional cost to the Project.
Blasting should not be required for this project.
152-2.3 BORROW EXCAVATION. Compacted select borrow area shall
consist of excavation made from borrow areas outside the airport to
supplement the compacted embankment. Borrow excavation shall be
' made only at these designated locations and within the horizontal
and vertical limits as staked or as directed.
' when borrow sources are outside the boundaries of the airport
property, it shall be the Contractor's responsibility to locate and
obtain the supply, subject to the approval of the Engineer. The
Contractor shall notify the Engineer, at least 15 days prior to
beginning the excavation, so necessary measurements and tests can
be made. All unsuitable material shall be disposed of by the
Contractor. All borrow pits shall be opened up to expose the
' vertical face of various strata of acceptable material to enable
obtaining a uniform product. Borrow pits shall be excavated •to
regular lines to permit accurate measurements, and they shall be
drained and left in a neat, presentable condition with all slopes
'dressed uniformly.
The select borrow material may be a locally available red silty
'• clay with broken chert material having a Unified Soil
Classification of (GC).
P152-2.4 PREPARATION OF EMBANKMENT AREA. Where an embankment is to
be constructed, all sod and vegetable matter shall be removed from
the surface upon which the embankment is to be placed, and the
I. cleared surface shall •be completely broken up by plowing or
scarifying to a minimum depth of 6 inches. This area shall then be
compacted as indicated in paragraph 2.5.
1
' Revised Section P-152 - 4
\ J • McClelland
l Engineers
nrporas
incorporated
Fayelleville, Arkansas
I.
r `
No direct payment shall be made for the work performed under this
' section. The necessary clearing and grubbing and the quantity of
excavation removed will be paid for under the respective items of
work.
' 152-2.5 FORMATION OF EMBANKMENTS. Embankments shall be formed in
successive horizontal layers of not more than 8 inches in loose
depth for the full width of the cross section, unless otherwise
' approved to the Engineer.
The grading operations shall be conducted, and the various soil
strata shall be placed, to produce a soil structure a shown on the
' typical cross section or as directed. Materials such as brush,
hedge, roots, stumps, grass and other organic matter, shall not be
incorporated or buried in the embankment.
' Operations on earthwork shall be suspended at any time when
satisfactory results cannot be obtained because of rain, freezing,
, or other unsatisfactory conditions of the field. The Contractor
shall drag, blade, or slope the embankment to- provide proper
surface drainage.
'The material in the layer shall be within +/-2 percent of optimum
moisture content before rolling to obtain the prescribed
compaction. In order to achieve a uniform moisture content
' throughout the layer, wetting or drying of the material and
manipulation shall be required when necessary. Should the material
be too wet to permit proper compaction or rolling, all work on all
of the affected portions of the embankment shall be delayed until
' the material has dried to the required moisture content.
Sprinkling of dry material to obtain the proper moisture content
shall be done with approved equipment that will sufficiently
'• distribute theater. Sufficient equipment to furnish the required
water shall be available at all times. Compaction tests shall be
performed on each 5000 square feet of each embankment lift. The
' Contractor shall make the necessary corrections and adjustments in
methods, materials or moisture content in order to achieve the
correct embankment density.
I
Rolling operations shall be continued until the embankment is
compacted to not less than .95, percent of maximum density as
determined by ASTM D 1557.
' The in -place field density shall be determined in accordance with
ASTM D 2922.
Compaction areas shall be kept separate, and no layer shall be
covered by another until the proper density is obtained.
P
Revised Section P-152 - 5
Mcclellend
si�na�To serve/ consWOna
ngineers
IEngineersed
FayertevWe, Arkansas
I.
During construction of the embankment, the Contractor shall route
his/her equipment at all times, both when loaded and when empty,
I.
over the layers as they are placed and shall distribute the travel
evenly over the entire width of the embankment. The equipment
shall be operated in such a manner that hardpan, cemented gravel,
' clay, or other chunky soil material will be broken up into small
particles and become incorporated with the other material in the
layer.
' In the construction of embankments, layer placement shall begin in
the deepest portion of the fill; as placement progresses, layers
shall be constructed approximately parallel to the finished
' pavement grade line.
When rock and other embankment material are excavated at
' approximately the same, time, the rock shall be incorporated into
the outer portion of the embankment and the other material shall be
incorporated under the future paved areas. Stones or fragmentary
rock larger than 4 inches in their greatest dimensions will not be
t
allowed in the top 6 inches of the subgrade. Rockfill shall be
brought up in layers as specified or as directed and every effort
shall be exerted. to fill the voids with the finer material forming
a dense, compact mass. Rock or boulders shall not be disposed of
outside the excavation or embankment areas, except at places and in
the manner designated by the Engineer.
' Frozen material shall not be placed in. the embankment nor shall
embankment be placed upon frozen material.
' 152-2.6 FINISHING AND PROTECTION OF SUBGRADE. After the subgrade
has been substantially completed the full width shall be
conditioned by removing any soft or other unstable material which
' will not compact properly. The resulting areas and all other low
areas, holes or depressions shall be brought to grade with suitable
select material. Scarifying, blading, rolling and other methods
' shall be performed to provide a thoroughly compacted subgrade
shaped to the lines and grades shown on the plans.
Grading of the subgrade shall be performed so that it will drain
readily. The Contractor shall take all precautions necessary to
protect the subgrade from damage. He/she shall limit hauling over
the finished subgrade to that which is essential for construction
' purposes.
All ruts or rough places that develop in a completed subgrade shall
be smoothed and recompacted.
Revised Section P-152 - 6
McCle Ilona
ea�Lrred io rvel Cngineern si p
-` `� ncorporas
IncorporaleE
Fayetteville, Arkansas
I
152-2.7 HAUL. All hauling will be considered a necessary and
incidental part of the work. Its cost shall be considered by the
Contractor and included in the contract unit price for the pay of
items of work involved. No payment will be made separately or
directly for hauling on any part of the work.
152-2.8 TOLERANCES. In those areas upon which a select borrow
course is to be placed, the top of the subgrade shall be of such
' smoothness that, when tested with a 16 -foot straightedge applied
parallel and at right angles to the centerline, it shall not show
any deviation .in excess of 1/2 -inch, or shall not be more than
0.05 -foot from true grade as established by grade hubs or pins.
' Any deviation in excess of these amounts shall be corrected by
loosening, adding, , or removing materials; reshaping; and
recompacting by sprinkling and rolling.
On runway safety areas, intermediate and other designated areas,
the surface shall be of such smoothness that it will not vary more
than 0.10 foot from true grade as established by grade hubs. Any
' deviation in excess of this amount shall. be corrected by loosening,
adding or removing materials,•and reshaping.
' 152-2.9 TOPSOIL. When topsoil is specified or required as shown
on the plans or under Item •T-905, it shall be salvaged from
stripping or other grading operations. The topsoil shall meet the
' requirements of Item T-905. If, at the time of excavation or
stripping, the topsoil cannotbe placed in its proper and final
section of finished construction, the material shall be stockpiled
at approved locations. Stockpiles shall not be placed within 500
feet of runway or taxiway pavement and shall not be placed op areas
which subsequently will require any excavation or embankment. If,
in the judgment of the Engineer, it is practical to place the
salvaged topsoil at the time of excavation or stripping, the
material shall be placed in its final position without stockpiling
or further rehandling.
' Upon completion of grading operations, stockpiled topsoil shall be
handled and placed as directed, or as required in Item T-905.
' No direct payment will be made for topsoil as such under Item
P-152. The quantity removed and placed directly or stockpiled
shall be paid for at the contract unit price per cubic yard for
"Unclassified Excavation."
• When stockpiling of topsoil and later rehandling of such material
is directed by the Engineer, the material so rehandled shall be
paid for at the contract unit price per cubic yard for
"Topsoiling," as provided in Item T-905.
i
' Revised Section P-152 - 7
' McClelland
EnJneers
Incmporaletl
Fayetteville, Arkansas
' 152-2.10 Placing Riprap. Place riprap carefully p p to avoid
' disturbing the prepared grade. Depth of riprap shall be as shown.
Intermix the sizes of riprap material to provide uniform gradation
between small and large material. The surface of the riprap shall
be according to the finished grade shown on the Plans.
METHOD OF MEASUREMENT
' 152-3.1 The quantity of Unclassified Excavation to be paid for
shall be the number of cubic yards excavated. Pay quantities shall
be accepted as the plan quantity presented in the proposal.
152-3.2 Topsoil Excavation shall be paid for on the basis of the
number of cubic yards excavated and stockpiled. Pay quantities
shall be accepted as the plan quantity presented in the proposal.
152-3.3 Compacted Embankment material shall be paid for on the
basis of the number of cubic yards placed. Pay quantities shall be
accepted as the plan quantity presented in the proposal.
152-3.4 Compacted Select Embankment material shall be paid for on
the basis of the number of cubic yards placed. Pay quantities
' shall be accepted as the plan quantity presented in the proposal.
152-3.5 The quantity of riprap to be paid for shall be the number
• ' of square yards of 18 -inch thick riprap in place.
BASIS OF PAYMENT
' 152-4.1 Payment shall be made at the contract unit price per cubic
yard for "Unclassified Excavation". This price shall be full
compensation for furnishing all materials, labor, equipment, tools,
and incidentals necessary to complete the item.
152-4.2 Payment shall be made at the contract unit price per cubic
yard for topsoil excavation and stockpiling. This price shall be
full compensation. for furnishing all materials, labor, equipment,
tools, and incidentals necessary to complete the item.
' 152-4.3 Payment shall be made at the contract unit price per cubic
yard for compacted embankment. This price shall be full
compensation for furnishing all materials, labor, equipment, tools,
' and incidentals necessary to complete the item.
152-4.4 Payment shall be made at the contract unit price per cubic
yard for compacted select embankment. This price shall be full
compensation for furnishing all materials, labor, equipment, tools,
and incidentals necessary to complete the item.
Revised Section P-152 - 8
J
McClelland
esi reel Consaltin 9
� ` Law ineers
-u incorporated
Fayetteville, Arkansas
152-4.5 Payment shall be made at the contract unit price per
square yard of 18 -inch thick riprap. This price shall be full
' compensation for furnishing all materials, labor, equipment, tools,
and incidentals necessary to complete the item.
' Payment will be made under:
Bid Item No. I-3 Unclassified Excavation --per cubic yard
(Plan Quality)
' Bid Item No. I-2 Topsoil Excavation --per cubic yard (Plan
Quality)
' Bid Item No. 1-4 Compacted Embankment --per cubic yard
(Plan Quality)
Bid Item No. I-5 Compacted Select Excavation --per cubic
• yard (Plan Quality).
'• Bid Item No. I-9 Riprap (18 -inch Thickness) --per square
yard.
END OF SECTION
I
1 p -
I
I
Revised Section P-152 - 9
aiipned� To server Cngineer a
ncorneers
Inazporore0
EnFayette vii Is, Arkansas
ITEM P-156 TEMPORARY AIR AND WATER POLLUTION,
SOIL EROSION, AND SILTATION CONTROL
DESCRIPTION
156-1.1 This item shall consist of temporary control measures as
' required during the life of a contract to control water pollution,
soil erosion,and siltation through the use of berms, dikes, dams,
sediment basins, fiber mats, gravel, mulches, grasses, slope
drains, and other erosion control devices or methods.
The temporary erosion control measures contained herein shall be
coordinated with the permanent erosion control measures specified
as part of this contract to the extent practical to assure
economical, effective, and continuous erosion control throughout
the construction period.
' Temporary control may include work outside the construction limits
such as borrow pit operations, equipment and material storage
sites, waste areas, and temporary plant sites.
MATERIALS
' 156-2.1 GRASS. Grass which will not compete with the grasses sown
later for permanent cover shall be a quick -growing species (such as
ryegrass, Italian ryegrass, or cereal grasses) suitable to the area
' providing a temporary cover.
156-2.2 MULCHES.
Mulches may be hay, straw, fiber mats, netting, bark, wood chips,
or other suitable material reasonably clean and free of noxious
weeds and deleterious materials.
' 156-2.3 FERTILIZER. Fertilizer shall be a standard commercial
grade and shall conform to all Federal and state regulations and to
the standards of the Association of Official Agricultural Chemists.
' 156-2.4 SLOPE DRAINS. Slope drains may be constructed of pipe,
fiber mats, rubble, portland cement concrete, bituminous concrete,
' or other materials that will adequately control erosion.
156-2.5 OTHER. All other materials shall meet commercial grade
standards and shall be approved by the Engineer before being
' incorporated into the project.
CONSTRUCTION REQUIREMENTS
' 156-3.1 GENERAL. In the event of conflict between these
requirements and pollution control laws, rules, or regulations of
other Federal, state, or local agencies, the more restrictive laws,
rules, or regulations shall apply.
Section P-156 - 1
Mccla nand
�n n nurrinv
` Engineers
Incxpo raled
Fayetteville, Arkansas
1
The Engineer shall be responsible for assuring compliance to the
extent that construction practices, construction operations, and
' construction work are involved.
156-3.2 SCHEDULE. Prior to the start of construction, the
Contractor shall submit schedules for accomplishment of temporary
' and permanent erosion control work, as are applicable for clearing
and grubbing; grading; construction; paving; and structures at
watercourses. The Contractor shall also submit a proposed method
of erosion and dust control on haul roads and borrow pits and a
plan for disposal of waste materials. Work shall not be started
until the erosion control schedules and methods of operation for
' the applicable construction have been accepted by the Engineer.
156-3.3 AUTHORITY OF ENGINEER. The Engineer has the authority to
limit the surface area of erodible earth material exposed by
clearing and grubbing, to limit the surface area of erodible earth
material exposed by excavation, borrow and fill operations, and to
direct the Contractor to provide immediate permanent or temporary
' pollution control measures to minimize contamination of adjacent
streams or other watercourses, lakes, ponds, or other areas of
water impoundment.
' 156-3.4 CONSTRUCTION DETAILS. The Contractor will be required to
incorporate all permanent erosion control features into the project
at the earliest practicable time as outlined in the accepted
' schedule. Except where future construction operations will damage
slopes, the Contractor shall perform the permanent seeding and
mulching and other specified slope protection work in stages, as
soon as substantial areas of exposed slopes can be made available.
Temporary erosion and pollution control measures will be used to
correct conditions that develop during construction that were not
foreseen during the design stage; that are needed prior to
' installation of permanent control features; or that are needed
temporarily to control erosion that develops during normal
construction practices, but are not associated with permanent
control features on the project.
Where erosion is likely to be a problem, clearing and grubbing
operations should be scheduled and performed so that grading
operations and permanent erosion control features can follow
immediately thereafter if the project conditions permit; otherwise,
temporary erosion control measures may be required between
successive construction stages.
The Engineer will limit the area of clearing and grubbing,
excavation, borrow, and embankment operations in progress,
commensurate with the Contractor's capability and progress in
• keeping the finish grading, mulching, seeding, and other such
permanent control measures current in accordance with the accepted
schedule. Should seasonal limitations make such coordination
Section P-156 - 2
IL
MKlelland
` Elgineers
Incarparaled
. Fayetteville, Arkansas
I,
' unrealistic, temporary erosion control measures shall be taken
immediately to the extent feasible.and justified.
In the event that temporary erosion and pollution control measures
are required due to the Contractor's negligence, carelessness, or
failure to install permanentcontrols as a part of the work as
' scheduled or are ordered by the Engineer, such work shall be
performed by the Contractor at his/her own expense.
' The Engineer may increase or decrease the area of erodible earth
material to be exposed at one time as determined by analysis of
project conditions.
' The erosion control features installed by the Contractor shall be
acceptably maintained by the Contractor during the construction
period.
' Whenever construction equipment must cross watercourses at frequent
intervals, and such crossings will adversely affect the sediment
' levels, temporary structures should be provided.
Pollutants such as fuels, lubricants, bitumen, raw sewage, wash
water from concrete mixing operations, and other harmful materials
' shall not be discharged into or near rivers, streams, and
impoundments or into natural or manmade channels leading thereto.
I. METHOD OF MEASUREMENT
156-4.1 Temporary erosion and pollution control work required
which is not attributed to the Contractor's negligence,
carelessness, or failure to install permanent controls will be
performed as scheduled or ordered by the Engineer.
' 156-4.2 Control work performed for protection of construction
areas outside the construction limits, such as borrow and waste
areas, haul roads, equipment and material storage sites, and
' temporary plant sites, will not be measured and paid for directly
but shall be considered as a subsidiary obligation of the
Contractor with costs included in the contract prices bid for the
' items to which they apply.
BASIC OF PAYMENT
' 156-5.1 Payment for temporary erosion and pollution control work
shall be subsidary to the overall project cost.
' END OF SECTION
Section P-156 - 3
MCCJO Oond
sliDing
Engineers
InttcorporatoleL
Fayefleviffe, Arkansas
I
r
I
I
I
I
I
DESCRIPTION
209-1.1 This item consists of a base course for the box culvert
composed of crushed aggregates constructed on a prepared course in
accordance with these specifications and in conformity to the
dimensions and typical cross sections shown on the plans.
MATERIALS
209-2.1 AGGREGATE. Aggregates shall consist of clean, sound,
durable particles of crushed stone, crushed gravel, or crushed slag
and shall be free from coatings of clay, silt, vegetable matter,
and other objectionable materials and shall contain no clay balls.
Fine aggregate passing the No. 4 sieve shall consist of fines from
the operation of crushing the coarse aggregate. If necessary, fine
aggregate may be added to produce the correct gradation. The fine
aggregate shall be produced by crushing stone, gravel, or slag that
meet the requirements for wear and soundness specified for coarse
aggregate.
The crushed slag shall be an air-cooled, blast furnace slag and
shall have a unit weight of not less than 70 pounds per cubic foot
when tested in accordance with ASTM C 29.
' The crushed aggregate portion which is retained on the No. 4 sieve
shall contain not more than 15 percent, by weight, of flat or
elongated pieces as defined in ASTM D 693 and shall have at least
' 90 percent by weight of particles with at least two fractured faces
and 100 percent with 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 fractured faces are
contiguous, the angle between the planes of fractures shall be at
least 30 to count as two fractured faces.
The percentage of wear shall hot be greater than 45 percent when
tested in accordance with ASTM C 131. The sodium sulfate soundness
loss shall not exceed 12 percent, after 5 cycles, when tested in
' accordance with ASTM C 88.
The fraction passing the No. 40 sieve shall have a liquid limit no
greater than 25 and a plasticity index of not more than 4 when
' tested in accordance with ASTM D 4318. The fine aggregate shall
have a minimum sand equivalent value of 35 when tested in
accordance with ASTM D 2419.
i
L
Mcpellane
Consulting
WE Engineers
IncwagrafeC
Fbye?teviffe, Arkansas
Section P-209 - 1
a. Sampling and Testing. Aggregates for preliminary testing
shall be furnished by the Contractor prior to the start of
production. All tests for initial aggregate submittals necessary
to determine compliance with the specification requirements will be
made by the Engineer at no expense to the Contractor.
' Samples of aggregates shall be furnished by the Contractor at the
start of production and at intervals during production. 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.
In lieu of testing, the Engineer may accept certified state test
results indicating that the aggregate meets specification
requirements.
' Samples of aggregates to check gradation shall be taken by the
Engineer at such times throughout the project as to ensure proper
gradation. Sampling shall be in accordance with ASTM D 75, and
testing shall be in accordance with ASTM C 136 and C 117.
b. Gradation Requirements. The gradation of the final
' mixture shall fall within the design range indicated in Table 1,
• when tested in accordance with ASTM C 117 and C 136. The final
gradation shall be continuously well graded from coarse to fine and
' shall not vary from the low limit on one sieve to the high limit on
an adjacent sieve or vice versa.
TABLE 1. REQUIREMENTS, FOR GRADATION OF AGGREGATE
1 Sieve Size Design Range
Percentage by Weight
' Passing Sieves
1-1/2 100
3/4 50-90
No. 4 25-55
No. 40 10-30
No. 200 3-10
The fraction of the final mixture that passes the No. 200 sieve
shall not exceed 66 percent of the fraction passing the No. 40
' sieve.
CONSTRUCTION METHODS
209-3.1 PREPARING UNDERLYING COURSE. The underlying course shall
be checked and accepted by the Engineer before placing and
spreading operations are started. Any -ruts or soft yielding places
caused by improper drainage conditions,' hauling, or any other cause
' shall be corrected at the Contractor's expense before the base
Section P-209 - 2
_ Mpcle Hand
Engineers
Ineorporared
Fayerrevine, Arkansas
I
I
G
I
I
I
I
i
L
I
I
J
course is placed thereon.. Material shall not be placed on frozen
subgrade.
I
209-3.2 MIXING AND PLACING. {:The base materials are to be mixed
in -place, and the base aggregate shall be deposited and spread
evenly to a uniform thicknessand width. There shall be as many
layers of materials added as the Engineer may direct to obtain the
required gradation and layer thickness. When the required amount
of materials have been placed, they shall be thoroughly mixed and
blended by means of approved graders, discs, harrows, rotary
tillers, or a machine capable of combining these operations,
supplemented' by other suitableequipment if necessary. The mixing
shall continue until the mixture is uniform throughout and accepted
by the Engineer.. Areas of segregated material shall be corrected
by the addition of needed material.. and by remixing. Water shall be
uniformly applied, prior and during the mixing operation if
necessary to maintain the material at the proper moisture content.
When the mixing and blending have been completed, the materials
shall be bladed arid dragged, if necessary, until a smooth uniform
surface isobtained, true to line, and grade.
The base course shall be constructed in a layer not less than 3
inches nor more than 6 inches of compacted thickness. The
aggregate as spread shall be of uniform grading with no pockets of
fine or coarse materials. The aggregate, unless otherwise
permitted by the Engineer, shall not be spread more than 2,000
square yards in advance of the rolling. Any necessary sprinkling
shall be kept within these limits. No material shall be placed in
snow or on a soft, muddy, or frozen course.
During the mixing and spreading process, sufficient caution shall
be exercised to prevent the. incorporation of subgrade, subbase, or
should material in the base course mixture.
209-3.3. Not Used.
209-3.4 COMPACTION. Immediately upon completion of the spreading
operations, the crushed aggregate shall be thoroughly compacted.
The number, type, and weight of rollers shall be sufficient to
compact the material to the required density.
The moisture content of the material during placing operations
shall not be below, nor more than 1-1/2 percentage points above,
the optimum moisture content as determined by ASTM D 1557.
209-3.5 ACCEPTANCE SAMPLING AND TESTING FOR DENSITY. Aggregate
base course shall be accepted for density on a lot basis. A lot
will consist of one day's production where it is not expected to
exceed 10,000 square yards. A lot will consist of one-half day's
production where a day's production. is expected to consist of
between 5,000 and 10,000 square yards.
Revised Section P-209 - 3
C
MCCle eland
�rj ro ruse consulting
be ` Incorporated
lncsryarared
Fayetteville, Arkansas
I
pI
Each lot shall be divided into two equal sublots. One test shall
be made for each sublot. Sampling locations will be determined by
the Engineer on a random basis in accordance with statistical
procedures contained in.ASTM D 3665.
Each lot will be accepted for density when the field density is at
least 95 percent of the maximum density of laboratory specimens
prepared from samples of the base course material delivered to the
' job site. The specimens shall be compacted and tested in
accordance with ASTM D 1557. If the in -place field density shall
be determined in accordance with ASTM D 2922. If the specified
' density is not attained, the entire lot shall be reworked and/or.
recompacted and two additional random tests made. This procedure
shall be followed until the specified density is reached.
' 209-3.6 FINISHING. The surface of the aggregate base course shall
be finished by blading or with automated equipment especially
designed for this purpose.
' In no case will the addition of thin layers of material be added to
the top layer of base course to meet grade. If the elevation of
the top layer is 1/2 inch or more below grade, the top layer of
' base shall be scarified to a depth of at least 3 inches, new
material added, and the layer shall be blended and recompacted to
bring it to grade. If the finished surface is above plan grade, it
' shall be cut back to grade and rerolled.
209-3.7 SURFACE TOLERANCES. The finished surface shall not vary
' more than 3/8 inch when tested with a 16 -foot straightedge applied
parallel with or at right angles to the centerline. Any deviation
in excess. of this amount shall be corrected by the Contractor at
the Contractor's expense.
' 209-3.8 THICKNESS CONTROL. The completed thickness of the base
course shall be within 1/2 inch of the design thickness. Four
' determinations of thickness shall be made for each lot of material
placed. The lot size shall be consistent with that specified in
paragraph 3.5. Each lot shall be divided into four equal sublots.
' One test shall be made for each sublot. Sampling locations will be
determined by the Engineer on a random basis in accordance with
procedures contained in ASTM D 3665. Where the thickness is
deficient by more than 1/2 inch, the Contractor shall correct such
' areas at no additional cost by excavating to the required depth and
replacing with new material. Additional test holes may be required
to identify the limits of deficient areas.
209-3.9 MAINTENANCE. The base course shall be maintained in a
conditionFthat will meet all specification requirements until the
work is accepted. Equipment used in the construction of an
' adjoining section may be routed over completed portions of the base
course, provided no damage results and provided that the equipment
'• Revised Section P-209 - 4
1
MaCle'land
�SI n/ B� TO M� n n po afe
-A `u` Engineers
Incoraoraled
Fayetteville, Arkansas
is routed over the full width of the base course to avoid rutting
or uneven compaction.
METHOD OF MEASUREMENT
209-4.1 Not Applicable.
• ' BASIS OF PAYMENT
209-5.1 Payment shall be considered subsidiary to the price for
the box culvert cost. This price shall be full compensation for
' furnishing all materials, for preparing and placing these
materials, and for all labor, equipment tools, and incidentals
necessary to complete the item.
1
END OF SECTION
•
I
r
L
I
I
•
Revised Section P-209 - 5
I
McClelland
Cnginee s
ncorporat
incorporated
Fayetteville, Arkansas
r
ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE
DESCRIPTION
610-1.1 This item shall consist of reinforced structural portland
cement concrete, prepared and constructed in accordance with these
'
specifications, at the locations and of the form and dimensions
shown on the plans.
610-2.1 GENERAL. Only approved materials, conforming to the
requirements of these specifications, shall be used in the work.
They may be subjected to inspection and tests at any time during
the progress of their preparation or use. The source of supply of
each of the materials shall be approved by the Engineer before
' delivery or use is started. Representative preliminary samples of
the materials shall be submitted by the Contractor, when required,
for examination and test. Materials shall be scored and handled to
' insure the preservation of their quality and fitness for use and
shall be located to facilitate prompt inspection. All equipment
for handling and transporting materials and concrete must be clean
before any material or concrete is placed therein.
In no case shall the use of pit -run or naturally mixed aggregates
be permitted. Naturally mixed aggregate shall be screened and
' washed, and all fine and coarse aggregates shall be stored
separately and kept clean. The mixing of different kinds of
aggregates from different sources in one storage pile or
• alternating batches of different aggregates will not be permitted:
610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall
meet the requirements of ASTM C 33.
Coarse aggregate shall be well graded from coarse to fine and shall
meet one of the gradations shown in Table 1, using ASTM C 136.
' 610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall
meet the requirements of ASTM C 33.
' The fine aggregate shall be well graded from fine to coarse and
shall meet the requirements of Table 2, when tested in accordance
with ASTM C 136:
I
I
El
Section P-610 - 1
��� Maglegond coflsullincwpar np Engineers
Incorparored
Fayetteville, Arkansas
I
TABLE 1. GRADATION FOR COARSE AGGREGATE
' Sieve Designation Percentage by Weight Passing Sieves
(square openings)
1½ inch 1-00
' 1 inch 90-100
h inch 20-25
No 4 inch 0-10
TABLE 2. GRADATION FOR FINE AGGREGATE
' Sieve Designation
(square openings) Percentage by Weight Passing Sieves
3/8 inch 100
No. 4 95-100
No. 16 45-80
' No. 30 25-55
No. 50 10-30
No. 100 2-10
' Blending will be permitted, if necessary, in order to meet the
gradation requirements for fine aggregate. Fine aggregate
deficient in the percentage of material passing the No. 50 mesh
' sieve may be accepted, provided that such deficiency does not
exceed 5% and is remedied by the addition of pozzolanic or
cementitious materials other than portland cement, as specified in
.610-2.6 on admixtures, in sufficient quantity to produce the
'
required workability as approved by the Engineer.
610-2.4 CEMENT. Cement shall conform to the requirements of C-150
' Type I.
The Contractor shall furnish vendors' certified test reports for
' each carload, or equivalent, of cement shipped to the project. The
report shall be delivered to the Engineer before permission to use
the cement is granted. All such test reports shall be subject to
verification by testing sample materials received for use on the
' project.
610-2.5 WATER. The water used in concrete shall be free from
' sewage, oil, acid, strong alkalies, vegetable matter, and clay and
loam. If the water is of questionable quality, it shall be tested
in accordance with AASHO T 26.
610-2.6 ADMIXTURES. The use of any material added to the concrete
mix shall be approved by the Engineer. Before approval of any
material, the Contractor shall be required to submit the results of
' complete physical and chemical analyses made by an acceptable
Section P-610 - 2
1
MCCle Nand
•
. si To rve/ [miens
Incorporated
Fayelteville, Arkansas
r
' testing laboratory. Subsequent tests shall be made of samples
taken by •the Engineer from •the supply of the material being
furnished or proposed for use on the work to determine whether the
admixture is uniform in quality with that approved.
Pozzolanic admixtures shall be fly ash or raw or calcined natural
' pozzolons meeting the requirements of ASTM C 618.
Air -entraining admixtures shall meet the requirements of ASTM C
' 260. Air -entraining admixtures shall be added at the mixer in the
amount necessary to produce the specified air content.
Water -reducing, set -controlling admixtures shall meet the
requirements of ASTM C 494, Type A, water -reducing or Type D,
water -reducing and retarding. Water -reducing admixtures shall be
added at the mixer separately from air -entraining admixtures in
accordance with the manufacturer's printed instructions.
610-2.7 PREMOLDED JOINT MATERIAL. Premolded joint material for
' expansion joints shall meet the requirements of ASTM D 1751.
610-2.9 COVER MATERIALS FOR CURING. Curing materials shall
conform to one of the following specifications:
Waterproof paper for curing concrete ASTM C 171
Polyethylene Sheeting for Curing Concrete ASTM C 171
' Liquid Membrane -Forming Compounds for Curing
Concrete ASTM C 309,
Type 2
CONSTRUCTION METHODS
610-3.1 GENERAL. The Contractor shall furnish all labor,
' materials, and services necessary for, and incidental to, the
completion of all work as shown on the drawings and specified
herein. All machinery and equipment owned or controlled by the
' Contractor, which he proposes to use on the work, shall be of
sufficient size to meet the requirements of the work, and shall be
such as to produce satisfactory work; all work shall be subject to
' the inspection and approval of the Engineer.
610-3.2 CONCRETE COMPOSITION. The concrete shall develop a
compressivestrength of 3500 psi in 28 days as determined by test
' cylinders made in accordance with ASTM C 31 and tested in
accordance with ASTM C 39. The concrete shall contain not less
than 470 pounds of cement per cubic yard. The concrete shall
contain 5 percent of entrained air, plus or minus 1 percent, as
determined by ASTM C 231 and shall have a slump of not more than 4
inches as.determined by ASTM C143.
1
Section P-610 - 3
1
MCClenand
•
Elglne
Inaa'p orated
Fayette villa, Arkansas
IJ
I H H
' 610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each
structure will be accepted on the basis of the compressive strength
' specified in paragraph 3.2. ` The concrete shall be sampled in
accordance with ASTM C 172. Compressive strength specimens shall
be. made in accordance with ASTM C 31 and tested in accordance with
ASTM,C 39.• '
Concrete cylindrical test specimens shall be made in accordance
with ASTM C 31 and tested in accordance with ASTM C 39. The
• ' Contractor shall cure and store the test specimens under such
conditions as directed. The Engineer will make the actual tests on
the specimens at no expense to the Contractor.
• 610-3.4 PROPORTIONING AND MEASURING DEVICES. When package cement
is used, the quantity for each batch shall be equal to one or more
' whole sacks of cement. The aggregates shall be measured separately
by weight. If aggregates are delivered to the mixer in batch
trucks, the exact amount for each mixer charge shall be contained
in each batch compartment. Weighing boxes or hoppers shall be
' approved by the Engineer and shall provide means of. regulating the
flow of aggregates into the batch box so that the required and
exact weight of aggregates can be readily obtained.
610-3.5 CONSISTENCY. The consistency of the concrete shall be
checked by the slump test specified in ASTM C 143.
' 610-3.6 MIXING. Concrete may be mixed at the construction site,
at a central point, or wholly or in part in truck mixers. The
concrete shall be mixed and delivered in accordance with the
' requirements of ASTM C 94.
610-3.7 MIXING CONDITIONS. :The concrete shall be mixed only in
quantities required for immediate use. Concrete shall not be mixed
'
while the air temperature is below 400 F without permission of the
Engineer. If permission is granted for mixing under such
conditions, aggregates or water, or both, shall be heated and the
t concrete shall be placed at a temperature not less than 50 nor more
than 1000 F. The Contractor shall be held responsible for any
defective, work, resulting from freezing or injury in any manner
' during placing and curing, and shall replace such work at his/her
expense.
1 Retempering of concrete by adding water or any other material shall
not be permitted.
The delivery of concrete to the job shall be in such a manner that
' batches of concrete will be deposited at uninterrupted intervals.
610-3.8 FORMS. Concrete shall not be placed until all the forms
and reinforcements have been inspected and approved by the
Engineer. Forms shall be of suitable material and shall be of the
Section P-610 - 4
'
\ 1
McCtepand
' _ �ar � corporind
Engineers
maaaoraree
Fayetteville, Arkansas
1
type, size, shape, quality, and strength to build the structure as
designed on the plans. The forms shall be true to line and grade
' and shall be mortar -tight and sufficiently rigid to prevent
displacement and sagging between supports. The Contractor shall
bear responsibility for their adequacy. The surfaces of forms
' shall be smooth and free from irregularities, dents, sags, and
holes.
The internal ties shall be arranged so that, when the forms are
' removed, no metal will show in,the concrete surface or discolor the
surface when exposed to weathering. All forms shall be wetted with
water or with a nonstaining mineral oil which shall be applied
' shortly before the concrete is placed. Forms shall be constructed
so that they can be removed' without injuring the concrete or
concrete surface. The forms shall not be removed before the
expiration of at least 30 hours from vertical faces, walls, slender
columns, and similar structures; forms supported by falsework under
slabs, beams, girders, arches, and similar construction shall not
be removed until tests indicate that at least 60% of the design
' strength of the concrete has developed.
610-3.9 PLACING REINFORCEMENT. All reinforcement shall be
accurately placed, as shown on the plans, and shall be firmly held
in position during concreting. Bars shall be fastened together at
intersections. The reinforcement shall be supported by approved
metal chairs. Shop drawings, lists, and bending details shall be
supplied by the Contractor when required.
610-3.10 EMBEDDED ITEMS. Before placing concrete, any items that
' are to be embedded shall be firmly and securely fastened in place
as indicated. All such items shall be clean and free from coating,
rust, scale, oil, or any foreign matter. The embedding of wood
shall be avoided. The concrete shall be spaded and consolidated
'around and against embedded items.
610-3.11 PLACING CONCRETE. All concrete shall be placed during
daylight, unless otherwise approved. The concrete shall not be
placed until the depth and character of foundation, the adequacy of
forms and falsework, and the placing of the steel reinforcing have
' been approved. Concrete shall be placed as soon as practical after
mixing and in no case later than 1 hour after water has been added
to the mix. The method and 'manner of placing shall be such to
avoid segregation and displacement of the reinforcement. Troughs,
' pipes, and chutes shall be used as an aid in placing concrete when
necessary. Dropping the concrete a distance of more than 5 feet,
or depositing a large quantity at one point, will not be
permitted. Concrete shall be placed upon clean, damp surfaces,
free from running water, or upon properly consolidated soil.
The concrete shall be compacted with suitable mechanical vibrators
'
operating within the concrete. When necessary, vibrating shall be
Section P-610 - 5
•
•
MOGerbnd
•
Erpineers
Incorvarorad
Fayetteville, Arkansas
r �
supplemented by hand spading with suitable tools to assure proper
and adequate compaction. Vibrators shall be manipulated so as to
' work the concrete thoroughly around the reinforcement and embedded
fixtures and into corners and angles of the forms. The vibration
at any joint shall be of sufficient duration to accomplish
' compaction but shall not be prolonged to the point where
segregation occurs. Concrete deposited under water shall be
carefully placed in a compact mass in its final position by means
of a tremie, a closed bottom dump bucket, or other approved method
and shall not be disturbed after being deposited.
610-3.12 CONSTRUCTION JOINTS. When the placing of concrete is
suspended, necessary provisions shall be made for joining future
work before the placed concrete takes its initial set. For the
proper bonding of old and new concrete, such provisions shall be
made for grooves, steps, keys,dovetails, reinforcing bars or other
devices as may be prescribed.The work shall be arranged so that
a section begun on any day shall be finished during daylight of the
same day. Before depositing new concrete on or against concrete
which has hardened, the surface of the hardened concrete shall be
cleaned by a heavy steel broom, roughened slightly, wetted, and
covered with a neat coating of cement paste or grout.
' 610-3.13 EXPANSION JOINTS. Expansion joints shall be constructed
at such points and of such dimensions as may be indicated on the
drawings. The premolded filler shall be cut to the same shape as
that of the surfaces being joined. The filler shall be fixed
firmly against the surface of the concrete already in place in such
manner that it will not be displaced when concrete is deposited
against it. ,
610-3.14 DEFECTIVE WORK. Any defective work disclosed after the
forms have been removed shall be immediately removed and replaced.
If any dimensions are deficient, or if the surface of the concrete
is bulged, uneven, or shows honeycomb, which in the opinion of the
Engineer cannot be repaired satisfactorily, the entire section
shall be removed and replaced at the expense of the Contractor.
610-3.15 SURFACE FINISH. All exposed concrete surfaces shall be
true,, smooth, free from open or rough spaces, depressions, or
projections. The concrete in horizontal plane surfaces shall be
brought flush with the finished top surface at the proper elevation
and shall be struck -off with a straightedge and floated. Mortar
' finishing shall not be permitted, nor shall dry cement or
sand -cement mortar be spread over the concrete during the finishing
of horizontal plane surfaces..
The wingwalls and headwalls shall be a rubbed finish. If forms can
be removed while the concrete is still green, the surface shall be
pointed and wetted and then rubbed with a wooden float until all
'irregularities are removed. If the concrete has hardened before
Section P-610 - 6
' i
S Mccrerland
'
Engineers
Incorporated
Fayetteville, Arkansas
r
1
i
1
I
1
1
I
I
being rubbed, a carborundum 'stone shall be used to finish the
surface. When approved, the finishing can be done with a rubbing
machine.
610-3.16 CURING AND PROTECTION. All concrete shall be properly
cured and protected by the Contractor. The work shall be protected
from the elements, flowing water, and from defacement of any nature
during the building operations. The concrete shall be cured as
soon as it has sufficiently hardened by covering with an approved
material. Water -absorptive coverings shall be thoroughly saturated
when placed and kept saturated for a period of at least 3 days.
All curing mats or blankets shall be sufficiently weighted or tied
down to keep the concrete surface covered and to prevent the
surface from being exposed to currents of air. Where wooden forms
are used, they shall be kept wet at all times until removed to
prevent the opening of joints and drying out of the concrete.
Traffic shall not be allowed on concrete surfaces for 7 days after
the concrete has been placed.
610-3.17 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts
that are •to be encased in concrete shall be installed by the
Contractor before the concrete is placed. The pipe shall be held
rigidly so that it will not' be displaced or moved during the
placing of the concrete.
610-3.18 COLD WEATHER PROTECTION. When concrete is placed at
temperatures below 40° F, the Contractor shall provide satisfactory
methods and means to protect the mix from injury by freezing. The
aggregates, or water, or both', shall be heated in order to place
the concrete at temperatures between 50 and 100° F.
Calcium chloride may beincorporated in the mixing water when
directed by the Engineer. Not more than 2 pounds of Type 1 nor
more than 1.6 pounds of Type 2 shall be added per bag of cement.
After the concrete has been placed, the Contractor shall provide
sufficient protection such as cover, canvas, framework, heating
apparatus, etc., to enclose and protect the structure and maintain
the temperature of the mix at not less than 50° F until at least
60% of the designed strength has been attained.
METHOD OF MEASUREMENT
610-4.1 Not Applicable.
BASIC OF PAYMENT
610-5.1 Payment for structural concrete shall be subsidiary to the
box culvert cost or to the access road lighting cost.
END OF SECTION
Section P-610 - 7
I
McClelland
n
Engi e
nalnerrrs
IncsrparalaC
Fayenevllls, Arkansas
I
ITEM F-160 BARBED WIRE FENCE WITH WOOD POSTS
I. DESCRIPTION
160-1.1 This item covers the requirements for furnishing materials
and constructing new barbed wire fences and gates with wood posts
in accordance with the details included herein and as shown on the
Plans. The class of fence torbe erected shall be Class Special,
ten strand foot barbed wire, as indicated on the plans and in the
bid proposal.
MATERIALS
160-2 WIRE.
a. Barbed Wire (Zinc -coated). Zinc -coated barbed wire shall
be 2 -strand twisted No. 12 1/2 ASW gauge galvanized steel wire with
4 -point barbs of No. 14 ASW gauge galvanized steel wire. All wire
shall conform to Fed. Spec. RR -F-221, Type A. The barbs shall be
spaced approximately 4 inches apart.
b. Bracing Wire (Zinc -coated). Wire used for cable for
bracing shall be No. 9 smooth galvanized soft wire.
160-2.2 GATES AND HARDWARE. Gates shall be constructed of
galvanized steel tubing conforming to Fed. Spec. RR -F-191 and shall
be the size shown on the plans. Heavily galvanized hinges and
latches for wood posts shall,be furnished with each gate. A bolt
screw hinge shall be used, and either a wing or butterfly latch
' shall be furnished.
160-2.3 POSTS.
' a. Species. All posts shall be 6" x 6" x loft and one of the
following species of wood, unless otherwise noted in the proposal.
I. Group II
Douglas Fir
Gum, Red.
'
Larch, Western
Pine, Southern Yellow
Pine, Lodgepole
I. 'Tamarack
Ash
Maple, Sugar
Oak, Red
Spruce
Posts shall be given a preservative treatment in accordance with
' the method specified under subparagraph "e" below.
Section F-160 - 1
�Met leOand
' "asisxd T �erwl ncr r
.�� `� Engineers
Incora Incorporated d
Fayetteville, Arkansas
I
1
b. Quality. Posts shall be peeled, sound, straight -grained,
free from decay, cracks, and splits; shakes shall not be in excess
of 1/4 inch wide and 3 feet long. Checks (lengthwise separations
of the wood in a generally radial direction) are permitted,
provided they are not injurious.
Ic. Dimensions. All posts shall be of the length shown on the
plans. Posts shall have the minimum top diameters shown on the
plans or as specified. Sawed and split posts are acceptable in
lieu of round posts provided their dimensions are such that round
posts of required diameter could be turned therefrom.
d. Manufacture. Outer bark shall be completely removed from
all posts including depressions. Inner bark shall be removed from
all post surfaces to be treated, except inner bark may remain in
' depressions. The amount of wood shaved off in the removal of inner
bark shall be held to a minimum.
' e. Treatment.
(1) Full length treatment. Posts shall be conditioned
by air seasoning,steaming, or heating in oil in a manner that
prevents injurious checking, splitting, or warping before
treating. The treatment, care and preservative shall be in
accordance with Fed. Spec. TT -W-571.
' 160-2.4 BRACES. Cleats, gate stops, and braces shall be of the
size shown on the plans. They shall be of the same species and
' quality specified for the posts or approved by the Engineer, and
they shall be free from knots larger than one-third the width of
the piece. Gate stops shall be made of posts of suitable length.
Braces may be made of posts of suitable length or of sawed lumber.
All cleats, gate stops, and any braces in contact with the ground
and for a distance of at least 6 inches above the ground shall be
treated by the hot and cold bath process, specified herein for
' posts. The wire used in cable for bracing shall conform to
160-2.1e.
160-2.5 STAPLES. The staples shall be No. 9 galvanized steel
wire, 1 inch long for hardwood:posts and 1-1/2 inches long for use
in softwood posts.
160-2.6 CONCRETE. Concrete shall be of commercial grade with a
minimum 28 -day compressive strength of 3,000 psi.
CONSTRUCTION METHODS
160-3.1 GENERAL. The fence shall be constructed in accordance
' with the details on the plans and as specified herein using new
Section F-160 - 2
Mccle none
' �-u ncorpor ore
en n ` ^'el Engineers
lnnxvororee
Fayetteville, ,Arkansas
materials, and all work shall be performed in a workmanlike manner,
satisfactory to the Engineer. Prior to the beginning of the work
or upon the request of the Contractor, the Engineer shall locate
the position of the work by establishing and marking the property
line or fence line. When directed, the Contractor shall span the
opening below the fence with barbed wire fastened to posts of extra
' length at locations of small natural or drainage ditches where it
is not practical to conform the fence to the general. contour of the
ground surface. The new fence shall be permanently tied to the
' terminals of existing fences whenever required by the Engineer.
The finished fence shall be plumb, taut, true to line and ground
contour, and complete in every detail. When directed, the
Contractor shall stake down the woven wire fence at several points
' between posts.
When directed, in order to keep stock on adjoining property
enclosed at all times, the Contractor shall arrange the work so
that construction of the new fence will immediately follow the
removal of existing fences. The length of unfenced section at any
time shall not exceed 300 feet or such length that the stock can be
kept in the proper field. The work shall progress in this manner,
and at the close of the working day, the newly constructed fence
shall be tied to the unremoved existing fence. Any openings in the
fence shall be guarded when stock is using the adjoining property.
160-3.2 CLEARING PENCE LINE. The site of the fence shall be
' sufficiently clear of obstructions, and surface irregularities
shall be graded so that the fence will conform to the general
contour of the ground. The fence line shall be cleared to a
minimum distance of 25 feet or as indicated on the Drawings. This
' clearing shall consist of the removal of all stumps, brush, rocks,
trees, or other obstructions. which will interfere with proper
construction of the fence. Stumps within the cleared area of the
fence line shall be grubbed or excavated. The bottom of the fence
shall be placed a uniform distance above ground as specified in the
plans. When shown on the plans or as directed by the Engineer, the
existing fences which coincide with, or are in a position to
interfere with, the new fence location shall be removed by the
Contractor as part of the construction work, unless such removal is
listed as a separate item in the bid schedule. All holes remaining
I. after post and stump removal shall be refilled with suitable soil,
gravel, or other material acceptable to the Engineer and shall be
compacted properly with tampers.
' The work shall include the handling and disposal of all material
cleared, of excess excavation and the removal of spoiled material
regardless of the type, character, composition, or condition of
'such material encountered.
1
Section F-160 - 3
1 ` 1 '
McClelland
Consulting
es� ` rnl Engineers
Cans
incorporated
Fayelfeville, Arkansas
160-3.3 SETTING POSTS. Posts shall be set with large ends down,
plumb, and in good line on the side on which the wire is to be
fastened. Posts shall be set 'full depth and shall not be cut off
to eliminate rock or other excavation. Where rock is encountered,
it shall be removed, even if, blasting is necessary, to provide
full -depth and full-size holes;. The bottoms of all posts shall be
' cut off square. The diameter of the holes shall be at least 6
inches larger than the diameter of the posts. When cleats are used
on posts, the holes shall be dug large enough to accommodate them.
After posts are, placed and lined, the holes' shall be backfilled
with suitable material which shall be properly compacted by the use
of tampers. The posts adjacent to end, corner, anchor, and gate
' posts shall be set and braced with braces and wire, as shown on the
plans. No extra compensation1shall be made for rock excavation.
Rock excavation shall not be grounds for extension of time.
' 160-3.4 ANCHORING. Corner, end, gate, and adjacent intermediate
posts shall be anchored, by gaining and spiking cleats to the sides
of the posts, as indicated on the plans. No cleats will be
' required on other intermediate posts or on anchor posts.
160-3.5 BRACING. End, corner, anchor, and gate posts shall be
braced by using a post of sufficient length or a piece of sawed
lumber of the proper size, together with a wire cable. The wooden
brace shall be gained and securely spiked into the end, corner,
anchor, or gate posts and into the next intermediate posts about 6
' inches from the top of the respective posts. A cable made of a
double strand of galvanized soft wire shall be looped around the
end, corner, anchor, or gate post near the ground and around the
' next intermediate post about 12 inches from the top. After the
cable has been stapled in this4position, it shall be twisted until
tight. The staples used to hold the cable shall be not less than
1-1/2 inches long. The tool, used for twisting the cable shall be
left in placed to permit later adjustment of bracing if found
necessary. Anchor posts shall be set at approximately 500 -foot
intervals and braced to the adjacent posts. Posts shall be braced
before the wire fencing is placed.
160-3.6 INSTALLING WIRE. The wires shall be placed on the side of
the posts away from the airport or as directed. The wire fence
shall be placed on the posts at the height indicated on the plans.
Longitudinal wires shall be installed parallel and drawn uniformly
taut. The vertical stay wires of the woven wire fencing shall be
' straight and vertical. At end and gate posts the woven wire and
barbed wire shall be wrapped once around the post; each
longitudinal wire shall be stapled at least three times and the
ends of these wires shall be tied with a snug, tight twist. Each
'
longitudinal wire shall be stapled to each intermediate post with
one steel wire staple; at the corner and anchor posts, two or more
stapled shall be used. The top strand of barbed wire of all fences
shall be stapled with two staples in each post. All staples shall
Section F-160 - 4 J
� MCCleIIOM
•
�I i Engineers
InaarporafeC
Fayetteville, Arkansas
' r
' be set diagonally with the grain of the wood and driven up tight.
After the fence has been erected, the tops of the wood posts shall
be sawed off with a 1 -to -3 pitch. The bottom wire of the wire
fencing shall clear the ground by not more than 9 inches or less
than 4 inch at any place.
160-3.7 SPICING WIRE. 'Wire splices in longitudinal wires will be
permitted if made with an approved galvanized bolt -clamp splice or
a wire splice made as follows: The end of the wires shall be
' carried 3 inches past the splice tool and wrapped around the other
wire away from the tool for at least six turns in opposite
directions.. • After the tool is removed, the space occupied by it
shall be closed by pulling the ends together. The unused ends of
the wires shall be cut close to make a neat, workmanlike job.
Woven wire shall be spliced only at posts.
' 160-3.8 INSTALLING GATES. The gates shall be hung on gate
fittings, as shown on the plans. Fittings on the gate posts shall
be clamped, screwed, or bolted to prevent slipping. Gates shall be
so erected as to swing in the direction indicated and shall be
provided with gate stops, as specified or as shown on the plans.
Gates shall be erected locations shown on the plans.
' 160-3e9 EXISTING FENCE CONNECTIONS. Wherever the new fence joins
an existing fence, either at a corner or at the intersection of
straight fence lines, a corner or anchor post shall be set at the
junction and braced and anchored the same as herein described for
corner posts.
If the connection is made at other than the corner of the new
'fence, the last span of the old fence shall contain a brace span.
160-3.10 CLEANING UP. The Contractor shall remove from the
' vicinity of the completed work all tools, buildings, equipment,
etc., used during construction.
METHOD OF MEASUREMENT
160-4.1 Fences, Class Special, shall be measured in place from
outside to outside of end posts or corner posts and shall be the
' length of fence actually constructed, except for the space occupied
by the gates.
Barbed-wire gates shall be •measured in units for each gate
installed and accepted.
BASIS OF PAYMENT
160-5.1 Payment will be made at the contract unit price per linear
foot for Class Special barbed wire fence. This price shall be full
compensation for furnishing all materials and for preparation,
Section F-160 - 5
J
■■ MCClelland
' LDesand ie rw� ngfnee s
Incorporated
Fayetlevilte, Arkansas
r
erection, and installation of these materials, and for all labor,
equipment, tools and incidentals necessary to complete the item.
160-5.2 Payment will be made at the contract unit price per each
for barbed-wire gate. This price shall be full compensation for
furnishing all materials and for all preparation, erection, and
installation of these materials and for all labor, equipment,
tools, and incidentals to complete the item.
Payment will be made under:
Bid Item No. I-11 Class Special 7 -Ft Isolation Barbed-wire
Fence with Water Gap, --per linear foot.
Bid Item No. 1-13 . 12 -ft Barbed wire Gate, --per each
END OF SECTION
Section F-160 - 6
McClelland
Consulting
Engineers
lncprporated
Fayetteville, Arkansas
f
ITEM F-161 WIRE FENCE WITH STEEL POSTS
' DESCRIPTION
161.1.1 This item covers the requirements for furnishing
materials and constructing a temporary barbed new wire fences with
steel posts in accordance with the details included herein and as
shown on the plans. The class of fence to be erected shall be
Class D, four strands of barbed wire, as indicated on the plans and
in the bid proposal.
MATERIALS
161-2.1 WIRE
a. Barbed Wire (Zinc -coated). Zinc -coated barbed wire
shall be 2 -strand twisted No. 12 1/2 ASW gauge galvanized steel
wire with 4 -point barbs of No. 14 ASW gauge galvanized steel wire.
All wire shall conform to Fed. Spec. RR -F-221, Type A. The barbs
shall be spaced approximately 4 -inches apart.
b. Bracing Wire (Zinc -coated). Wire used for cable for
bracing shall be No. 9 smooth galvanized soft wire.
161-2.2 FENCE POSTS, GATES, RAILS, BRACES, AND ACCESSORIES.
These items, when specified, shall be steel tee post with clip.
CONSTRUCTION METHODS
I
1
1
1
161-3.1 GENERAL. The fence shall be constructed in accordance
with the details on the plans and as specified herein using new
materials, and all work shall be performed in a workmanlike manner
satisfactory to the Engineer.. Prior to the beginning of the work
or upon the request of the Contractor, the Engineer shall locate
the position of the work by establishing and marking the property
line or fence line. When directed, the Contractor shall span the
opening below the fence with barbed wire fastened to stakes of the
required length at locations of small natural or drainage ditches
where it is not practical to conform the fence to the general
contour of the ground surface. The new fence shall be permanently
tied to the terminals of existing fences whenever required by the
Engineer. The finished fence shall be plumb, taut, true t line and
ground contour, and complete in every detail. When directed, the
Contractor shall stake down the woven wire fence at several points
between posts.
When directed, in order to keep stock on adjoining property
enclosed at all times, the Contractor shall arrange the work so
that construction of the new fence will immediately follow the
removal of existing fences. The length of unfenced section at any
Section F-161 - 1
J
MCC!el Land
`1 Con wlrinp
Enpineers
Incorporated
Fayetteville, Arkansas
I
1
1
1
1
1
1
LII
time shall not exceed 300 feet or such length that the stock can be
kept in the proper field. The work shall progress in this manner
and at the close of the work day the newly constructed fence shall
be tied to the existing fence. Any openings in the fence shall be
guard when stock is using the adjoining property.
161-3.3 CLEARING PENCE LINE. The site of the fence shall be
sufficiently cleared of obstructions, and surface irregularities
shall be graded so that the fence will conform t the general
contour of the ground. The fence line shall be cleared to a
minimum width of 2 feet on each side of the centerline of the
fence. This clearing shall consist of the removal of all stumps,
brush, rocks, trees, or other obstructions which will interfere
with proper construction of the fence. Stumps within the cleared
area of the fence shall be placed a uniform distance above ground,
as specified in the plans. When shown on the plans or as directed
by the Engineer, the existing fences which coincide with, or are in
a position to interfere with, the new fence location shall be
removed by the Contractor as a of the construction work unless
such removal is listed as a separate item in the bid schedule. All
hole remaining after post and stump removal shall be refilled with
suitable soil, gravel, or other material acceptable to the Engineer
and shall be compacted properly with tampers.
The work shall include the handling and disposal of all material
cleared, excavated or removed, regardless of the type, character,
composition, or condition of such material encountered.
161-3.3 INSTALLING POSTS. All posts shall be spaced at 10 foot
spacings. Corner, brace, anchor, and end, shall be driven in the
ground. All line posts may be driven to a penetration of 2 feet.
All post setting shall be done carefully and to true alignment.
Dirt removed for placing posts, anchor bars, flanges, etc., shall
be replaced, tamped, and leveled. When posts are driven, care
shall be exercised to prevent marring or buckling of the posts.
Damaged post shall be replaced at the Contractor's expense. No
extra compensation will be made for rock excavation. Rock
excavation shall not be grounds for extension of time.
161-3.4 BRACING. All corner,anchor, end, and gate post shall be
braced as shown on the plans. Anchor posts shall be set at
approximately 500 -foot intervals and braced to the adjacent posts.
161-3.5 INSTALLING WIRE. All barbed wire shall be placed on the
side of the post away from the airport, or as directed, at the
height indicated on the plans. Care shall be taken not to stretch
the wire so tightly. that it will break in cold weather or pull up
corner and brace posts. All horizontal wires shall be fastened
securely to each post by fasteners or clips designed for use with
the posts furnished. Barbed wire strands shall be stretched and
each strand secured to each post to prevent slipping out of line or
Section F-161 - 2
1
Ad
I
MCCle'land
�srs�wd� mcorpoEngineers Engineers
incorporated
Fayeflewlle, Arkansas
becoming loose. At end, corner, and gate posts the barbed wire
shall be securely wrapped and anchored once about the post from
' outside and secured against slipping by tying the ends with snug,
tight twists. However, on spans of less than 100 feet both ends of
the span need not be wrapped around the posts. The bottom wire of
the woven wire fencing shall clear the ground by not more than 4
' inches or less than 1 inch at any place.
161-3.6 SPLICING WIRE. Splices in barbed and woven wire will be
' permitted if made with an approved galvanized bolt -clamp splice or
a wire splice made as follows: The ends of each wire shall be
carried 3 inches past the splice tool and wrapped around the other
wire for at least six turns in opposite directions. After the tool
'
is removed, the space occupied; by it shall be closed by pulling the
ends together. The unused ends of the wire shall be cut close to
make a near, workmanlike job.
I161-3.7 EXISTING FENCE CONNECTIONS. Wherever the new fence joins
and existing fence, either at a corner or at the intersection of
' straight fence lines, a'corner or anchor post shall be set at the
junction and braced and anchored the same as herein described for
corner posts.
' If the connection is made at other than the corner of the new
fence, the last span of the old fence shall contain a brace span.
I. 161-3.8 CLEANING UP. The Contractor shall remove from the
vicinity of the completed work all tools, buildings, equipment,
,etc., used during construction.
' METHOD OF MEASUREMENT
161-4.1 Fence, Class D (Steel Posts), shall be measured in place
' from outside to outside of end posts or corner posts and shall be
the length of fence actually constructed, except for the space
occupied by the gates.
' BASIS OF PAYMENT
161-5.1 Payment shall be made at the contract unit price per
I.
linear foot Class D wire fence. This price shall be full
compensation for furnishing all materials and for all preparation,
erection, and installation of these materials, and for all labor,
equipment, tools, and incidentals necessary to complete the item.
Payment will be made under:
' Bid Item No. I-10 Fence, (Class D) temporary barbed wire
fence -- per linear foot
END OF SECTION
1
Section F-161 - 3
McClelland
' i 'F rvel i
` frpineers
Inncorcor porattee d
Fayette villa, Arkansas
ITEM P-162 CHAIN -LINK FENCES
DESCRIPTION
162-1.1 This item shall consist of furnishing and erecting a
chain -link fence in accordance with these specifications and the
' details shown on the plans and in conformity with the lines and
grades shown on the plans or established by the Engineer.
' MATERIALS
162-2.1 FABRIC. The fabric shall,be woven with a 9 -gauge wire in
' a 2 -inch mesh and shall meet the requirements of ASTM A 392.
162-2.2 BARBED WIRE. Barbed wire shall be 2 -strand 12-1/2 gauge
(zinc -coated) wire with 4 -point barbs and shall conform to the
' requirements of ASTM A 121, class 3.
162-2.3 POSTS, RAILS AND BRACES. Posts, rails, and braces
' furnished for use in conjunction with zinc -coated steel fabric
shall be of zinc -coated steel.
Line posts, rails, and braces shall be galvanized steel post.
The dimensions of the posts, rails, and braces shall be in
accordance with Tables I through VI of Fed. Spec. RR -F-191/3.
162-2.4 GATES AND WATER GAPS. Gate frames shall consist of
galvanized steel pipe and conform to the specifications for the
' same material under paragraph 162-2.3. The fabric shall be of the
same type material as used in the fence.
162-2.5 WIRE TIES AND TENSION WIRES. Wire fabric ties, wire ties,
I. and tension wire for use in conjunction with a given type of fabric
shall be of the same material identified with the fabric type. The
tension wire shall be 7 -gauge coiled spring wire coated similarly
Ito the respective wire fabric being used.
Wire fabric ties shall be galvanized steel wire not less than 9
• ' gauge.
All material shall conform to Fed. Spec. RR -F-191/4.
162-2.6 FENCE SCREENING. The screening for the 6 foot chainlink
fence fabric shall be fabricated from steel aluminum sheet and
painted a beige or brown color. The screening shall snugly fit
diagonally in the fence fabric to provide a maximum screening of
the auto salvage yard.
I
Section F-162 - 1
I
MCCIelland
LOesl / Consulting
b Erpineers
Incap oratoreE
Fayetteville, Arkansas
I(
162-2.7 MISCELLANEOUS FITTINGS AND HARDWARE. Miscellaneous steel
fittings and hardware for use with zinc -coated steel fabric shall
' be of commercial grade steel or better quality, wrought or cast as
appropriate to the article, and sufficient in strength to provide
a balanced design when used in conjunction with fabric posts, and
wires of the quality specified herein. All steel fittings and
hardware shall be protectedwith a zinc coating applied in
conformance with ASTM A 153. Barbed wire support arms shall
withstand a load of 25 pounds applied vertically to the outermost
' end of the arm.
162-2.8 CONCRETE. Concrete shall be of a commercial grade with a
' minimum 28 -day compressive. strength of 2500 psi.
162-2.9 MARKING. Each roll of fabric shall carry a tag showing
the kind of base metal (steel), kind of coating, the gage of the
' wire, the length of fencing in the roll, and the name of the
manufacturer. Posts, wire, and other fittings shall be identified
as to manufacturer, kind of base metal (steel), and kind of
'• coating.
CONSTRUCTION METHODS
' 162-3.1 CLEARING FENCE. LINE. All trees, brush, stumps, logs, and
other. debris which would interfere with the proper construction of
the fence in the required location shall be removed a minimum width
of 25 feet inside and to the top bank of wards slough outside of
the fence centerline before starting fencing operations. The fence
line is marked by flagging along the line shown on the Plans. The
material removed and disposed of shall be paid under Section P-151
Clearing and Grubbing.
162-3.2 INSTALLING POSTS. All posts shall be set in concrete at
the required dimension and depth and at the spacing shown on the
plans.
' The concrete shall be thoroughly compacted around the posts by
tamping or vibrating and shall have a smooth finish slightly higher
than the ground and sloped to drain away from the posts. All posts
' shall be set plumb and to the required grade and alignment. No
materials shall be installed on the posts, nor shall the posts be
disturbed in any manner within 7 days after the individual post
footing is completed.
Should rock be encountered at a depth less than the planned footing
depth, a hole 2 inches larger than the greatest dimension of the
' posts shall be drilled to a depth of 12 inches. After the posts
are set, the remainder of the drilled hole shall be filled with
grout, composed of one part Portland cement and two parts mortar
sand. Any remaining space above the rock shall be filled with
' concrete in the manner described above.
Section F-162 1- 2
Mcaelload
'
Engineers
incorporated
Fayette villa, Arkansas
I
' In lieu of drilling, the rock may be excavated to the required
footing depth. No extra compensation shall be made for rock
' excavation.
162-3.3 INSTALLING TOP RAILS. The top rail shall be continuous
and shall pass through the post tops. The coupling used to join
' the top rail lengths shall allow for expansion.
162-3.4 INSTALLING BRACES. Horizontal brace rails, with diagonal
t truss rods and turnbuckles, shall be installed at all terminal
posts.
162-3.5 INSTALLING FABRIC., The wire fabric shall be firmly
attached to the posts and braced in the manner shown on the plans.
All wire shall be stretched taut and shall be installed to the
required elevations. The fence shall generally follow the contour
' of the ground, with the bottom of the fence fabric no less than 1
inch or more than 4 inches from the ground surface. Grading shall
be performed where necessary to provide a neat appearance.
' At locations of small natural swales or drainage ditches and where
it is not practical to have the fence conform to the general
contour of the ground surface, longer posts may be used and
' multiple strands of barbed wire stretched thereon to span the
opening below the fence. The vertical clearance between strands of
barbed wire shall be 6 inches or less.
' 162-3.6 ELECTRICAL GROUNDS. Electrical grounds shall be
constructed where a power line passes over the fence at 500 -foot
intervals. The ground shall be installed directly below, the point
• of crossing. The ground shall be accomplished with a copperclad
rod 8 feet long and a minimum of 5/8 inch in diameter driven
vertically until the top is 6 inches below the ground surface. A
' No. 6 solid copper conductor shall be clamped to the rod and to the
fence in such a manner that each element of the fence is grounded.
Installation of ground rods shall not constitute a pay item and
' shall be considered incidental to fence construction.
METHOD OF MEASUREMENT
' 162-4.1 Chain -link fence will be measured for payment by the
linear foot. Measurement will' be along the top of the fence from
center to center of end posts., excluding the length occupied by
gate openings.
Gates and water gaps will be measured as complete units.
BASIS OF PAYMENT
162-5.1 Payment for chain -link fence will be made at the contract
' unit price per linear foot.
Section F-162 - 3
1 ` '
M CI Ilona
' �sl-- I Consulting
Engineers
Inc rporaled
Fayelleville, Arkansas
' r
' Payment for driveway gates or water gaps will be made at the
contract unit price for each.'
The price shall be full compensation for furnishing all materials,
and for all preparation,, erection, and installation of these
materials, and for all labor equipment, tools, and incidentals
necessary to complete the item.
Payment will be made under:
Bid Item No. II -3- Chain -Link Fence --per linear foot
Bid Item No. 1I-4 Driveway Gates --per each
• Bid Item No. II -5 Modification to existing chain link fence
-- per linear foot
Bid Item No. II -6 Water Gap Type 1 -- per each
• Bid Item No. II -7 Water Gap Type 3 -- per each
' Bid Item No. II -8 Screening for 6' chain link fence -- per
linear foot
'
' END OF SECTION
.1
I
I
I
[1
I
r,
Mcci., load
Cngin,ers
It n
Incorporated
prated
Fayetteville, Arkansas
Section F-162 - 4
I
I
C
I
I
I
ITEM D-752 CONCRETE BOX CULVERTS
DESCRIPTION
752-1.1 This item shall consist of a reinforced concrete culvert
with headwalls and wingwalls or an alternate precast reinforced
concrete culvert with cast -in -place headwalls and wingwalls
constructed in accordance with these specifications, at the
specified locations and conforming to the lines, grades, and
dimensions shown on the .plans 'or required by the Engineer.
MATERIALS
' 752-2.1 CONCRETE. Reinforced concrete shall meet the requirements
of Item P-610.
' 752-2.2 PRECAST BOX CULVERT. The manufacture and furnishing of
precast reinforced concrete box culverts shall be in accordance
with AASHTO M 259 or M 273, as applicable.
' 752-2.3 PRECAST BOX CULVERT GASKETS. Plastic gaskets shall
conform to the requirements of AASHTO M 198 (Type B).
' 752-2.4 PRECAST BOX CULVERT CELL GROUT. The grout shall be a
plant mixed slurry consiting of sand, cement, and flyash in a ratio
of 34001b:1501b:lOOlb respectively. This mixture shall be required
to meet the minimum criteria of a compressive strength of 300 psi
at 28 days. The sand, cement, and flyash shall meet the
requirement of Section P-610.. Design may be modified as required
by Engineer.
CONSTRUCTION METHODS
752-3.1 UNCLASSIFIED EXCAVATION.
a. Trenches and foundation pits for structures or structure
t footings shall be excavated to the lines and grades or elevations
shown.on the plans. The excavation shall be of sufficient size to
permit the placing of the full width and length of the structure or
structure footings shown. The elevations of the bottoms of
' footings, as shown on the plans, shall be considered as approximate
only; and the Engineer may order, in writing, changes in dimensions
or elevations of footings necessary to secure a satisfactory
foundation.
b. Boulders, logs, or any other objectionable material
encountered in excavation shall be removed. All rock or other hard
' foundation material shall be cleaned of all loose material and cut
to a firm surface either level', stepped, or serrated, as directed
by the Engineer. All seams or crevices shall be cleaned out and
grouted. All loose and disintegrated rock and thin strata shall be
Section D-752 - 1
Mauermna
-- ngfoeenp
' na poets
InaarDDrarea
FayetreviUs, Arkon.as
Ir
removed. When concrete is to rest on a surface other than rock,
special care shall be taken, not to, disturb the bottom of the
t excavation, and excavation to final grade shall not be made until
just before the concrete or reinforcing steel is to be placed.
C. The Contractor shall do all bracing, sheathing, or shoring
' necessary to perform and protect the excavation and the structure
as required for safety or conformance to governing laws. The cost
of bracing, sheathing, or shoring shall be included in. the unit
' price bid for excavation.
d. Unless otherwise provided, bracing, sheathing, or shoring
' involved therewith shall be 'removed by the Contractor after the
completion of the structure. Removal shall be effected in a manner
which will not disturb or mar finished concrete. The cost of
removal shall be included in the unit price bid for excavation.
e. After the excavation is completed, the Contractor shall
notify the Engineer to that effect, and concrete or reinforcing
' steel shall be placed after the Engineer has approved the depth of
the excavation and the character of the foundation material.
752-3.2 FOUNDATION BEDDING. The box culvert shall be founded on
compacted crushed aggregate in accordance with Section P-209.
752-3.3 PRECAST BOB CULVERT. Excavation shall be in accordance
with Section 752-3.1.
Precast reinforced concrete box culvert units shall be bedded on a
foundation of firm and stable crushed aggregate material,
accurately shaped to conform to their base.
Joints and joint materials shall comply, with the requirements of
Section 752-2.3.
Lifting holes shall be filled with mortar or concrete and cured as
• directed.
When precast boxes are used to form multiple barrel structures,
they shall be placed in conformance with the details shown on the
Plans. Grout material required between barrels shall be according
to Section 752-2.4 shown on the Plans.
I
Connections of precast boxes, to required headwalls, wingwalls,
riprap, or other structure shall conform to the details shown on
the Plans.
' Headwalls, wingwalls and footings shall be in accordance with the
details of the Plans, except that the overall widths of the
headwalls and footings shall be modified to fit the finished width
of the various structures.
Section D-752 -2
MCCte and
' mt nxi7 rwf McCle i
Etglneers
Inrorporated
Fayeffe vi lie, Arkansas
I
752-3.4 BACRFILLING.
a. After a structure has been completed, backfilling with
approved material shall be accomplished by applying the fill in
horizontal layers not to exceed 8 inches in loose depth, and
compated. The field density of the compacted material shall be at
least 90 percent of the maximum density for cohesive soils and 95
percent of the maximum density for noncohesive soils. The maximum
density shall be determined in accordance with ASTM D 698. The
field density shall be determined in accordance with ASTM D 2922.
b. No backfilling shall he placed against any structure until
permission is given by the Engineer. In the case of concrete, such
' permission shall not be given until the concrete has been in place
• 7 days, oruntil tests made by Ithe laboratory under the supervision
of the Engineer establish that the concrete has attained sufficient
' strength to provide a factor of safety against damage or strain in
withstanding any pressure created by the backfill or the methods
used in placing it.
IC. Fill placed around concrete culverts shall be deposited on
both sides at the same time and to approximately the same
elevation. Care shall .be taken to prevent any wedging action
' against the structure, and all slopes bounding or within the areas
to be backfilled shall be stepped or serrated to prevent wedge
action.
' 752-3.5 WEEP HOLES. Weep holes shall be constructed as shown on
'the plans.
'752-3.6 CLEANING AND RESTORATION OF SITE. After the backfill is
completed, the Contractor shall dispose of all surplus material,
dirt, and rubbish from the site. Surplus dirt may be deposited in
embankment, shoulders, or as ordered by the Engineer. The
Contractor shall restore all disturbed areas to their original
condition.
' After all work is completed, the Contractor shall remove all tools
and equipment, leaving the entire site free, clear, and in good
condition.
1
METHOD OF MEASUREMENT
752-4.1 The unclassified excavation for structures and backfill
for structures.to be paid for shall be the measured as the complete
item for material excavated in accordance with the plans, or as
directed by the Engineer.
'• 752-4.2 Reinforced cast-in=place box culvert or pre -cast
Section D-752 - 3
MCCle Hand
:I� cnnwum0
lnrorporaletl
Fayelfeville, Arkansas
' reinforced box culvert shall be measured as a complete item
constructed in accordance with the Plans, or as directed by the
Engineer.
BASIS OF PAYMENT
' 752-5.1 Payment will be made at the contract lump sum price for
unclassified excavation for structures; at the contract lump sum
price 'for the concrete box culvert and the contract lump sum price
1 for backfill for culvert. These prices shall be full compensation
for furnishing all materials and for all preparation, excavation,
and placing the materials, and for all labor, equipment, tools, and
incidentals necessary to complete the structure.
Payment will be made under: r
•' Bid Item No. I-6 Unclassified Excavation for Structures --
per lump sum
' Bid Item No. I-7 Cast -in -Place Reinforced Concrete Box
Culvert -- per lump sum
Bid Item No. I-8 Backfill for culvert -- per lump sum
Alternate Bid
Item No. I -7A Precast 8' x 6' Reinforced Concrete Box
Culvert -- per lump sum
Alternate Bid
I. Item No. I -7B Precast 9'-4" x 6' Reinforced Concrete
Box Culvert -- per lump sum
END OF SECTION
i
I
I.
j Section D-752 - 4
MaCIs nand
' n rred io rve� ConeWNn9
oeneen
Inc oraaraNd
Fayetreviffe, Arkansas
Ir
' I. ITEM T-901
SEEDING
DESCRIPTION
i
1 901-1.1 This item shall consist of soil preparation, seeding the
areas shown on the plans or as directed by theEngineer in
accordance with these specifications.
' MATERIALS
901-2.1 SEED the species and: application rates of grass, legume,
' and cover -crop seed furnished shall be those stipulated herein.
Seed shall conform to the requirements of Fed. Spec. JJJ-S-181.
i Seed shall be furnished separately or in mixtures in standard
containers with the seed name„ lot number, net weight, percentages
of purity and of germinationand hard seed, and percentage of
' maximum weed seed content clearly marked for each kind of seed.
The Contractor shall furnish the Engineer duplicate signed copies
of a statement by the vendor certifying that each lot of seed has
been tested by a recognized laboratory for seed testing within 6
I.
months of 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.
March 15 - June 15
variety Pounds per Acre
Creeping Red Fescue 15
Bermuda (Common) hulled 15
Fall Fescue (K-31) 15
June 16 - August 31
Bermuda (Common) hulled 15
Weeping Love Grass 5
Tall Fescue (K-31) 20
September l - October 15
Tall Fescue (K-31) 15
Annual Rye 5
Crimson Clover (Dixie) 20
Section T-901- 1
M=clal/ane
' _ �s) cansalrinp _
A Enelneers
Inrorporasd
Faysrreville, Arkansas
901-2.2 LIME. Not Applicable..
901-2.3 FERTILIZER. Fertilizer shall be standard commercial
fertilizers supplied separately or in mixtures containing the
percentages of total nitrogen, available phosphoric acid, and
water-soluble potash. They shall be applied at the rate and to the
depth specified herein, and shall meet the requirements of Fed.
Spec. O -F-241 and applicable state laws. They shall be furnished
t 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;
I
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.
Fertilizers shall be 10-20-10. commercial fertilizer and shall be
spread at the rate of 500 pounds per acre.
I. 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 before being placed.'.,
CONSTRUCTION METHODS
1
901-3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas
' has been completed and before applying fertilizer and ground
limestone, areas to be seeded shall be raked or otherwise cleared
of stones larger than 2 inches in any diameter, sticks, stumps, and
other debris which might interfere with sowing of seed, growth of
grasses, or subsequent maintenance of grass -covered areas. If any
damage by erosion or other causes has occurred after the completion
of grading and before beginning the application of fertilizer and
ground limestone, the Contractor shall repair such damage. This
may include filling gullies, smoothing irregularities, and
repairing other incidental damage.
Section T-901- 2
Mf sle 'land
CnnwlEngineers
Incw I.'l and
fed
'` Fayetlevill., Arkansas
I
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 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.
' b. Seeding. Grass seed shall be sown at the rate specified in
paragraph 901-2.1 immediately after fertilizing, and the fertilizer
and seed shall be raked within the depth range stated in the
special provisions. Seeds of legumes, either alone or in mixtures,
shall be inoculated before mixing or sowing, in accordance with the
instructions of the manufacturer of the inoculant. 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 grass and legume seeding.
IC.. 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.
901-3.3 WET APPLICATION METHOD.
a. General. The Contractor may elect to apply seed and
fertilizer by spraying them on the previously prepared seedbed in
' the form of an aqueous mixture and by using the methods and
equipment described herein. The rates of application shall be as
specified in the special provisions.
d
I
C1
I
I
H
b. Spraying Equipment. The spraying equipment shall have a
container or water tank equipped with a liquid level gauge
calibrated to read in increments not larger than 50 gallons over
the entire range of the tank capacity, mounted so as to be visible
to the nozzle operator. The container or tank shall also be
equipped with a mechanical power -driven agitator capable of keeping
all the solids in the mixture; in complete suspension at all times
until used.
The unit shall also be equipped with a pressure pump capable of
delivering 100 gallons per minute at a pressure of 100 pounds per
Section T-901- 3
McClelland
�� Engineers
Engineers
Incorporated
Fayetteville, Arkansas
J
' square inch. The pump shall be mounted in a line which will
recirculate the mixture through the tank whenever it is not being
sprayed from the nozzle. All pump passages and pipe lines shall be
capable of providing clearance for 5/8 inch solids. The power unit
for the pump and agitator shall have controls mounted so as to be
accessible to the nozzle operator. There shall be an indicating
' pressure gauge connected and mounted immediately at the back of the
nozzle.
I
' The nozzle pipe shall be mounted on an elevated supporting stand in
such a manner that it can be rotated through 360 degrees
horizontally and inclined vertically from at least 20 degrees below
to at least 60 degrees above the horizontal. There shall be a
quick -acting, three-way control valve connecting the recirculating
line to the nozzle pipe and mounted so that the nozzle operator can
control and regulate the amount of flow of mixture delivered to the
' nozzle. At least three different types of nozzles shall be
supplied so that mixtures may be properly sprayed over distance
varying from 20 to 100 feet. One shall be a close -range ribbon
nozzle, one a medium -range ribbon nozzle, and one a long-range jet
nozzle. For case of removal and cleaning, all nozzles shall be
connected to the nozzle pipe by means of quick -release couplings.
' In order to reach areas inaccessible to the regular equipment, an
extension hose at least 50 feet in length shall be provided to
which the nozzles may be connected.
c. Mixtures. Lime, if required, shall be applied separately,
in the quantity specified, prior to the fertilizing and seeding
1 operations. Not more than 220 pounds of lime shall be added to and
mixed with each 100 gallons of water. Seed and fertilizer shall be
mixed together in the relative proportions specified, but not more
than a total of 220 pounds of these combined solids shall be added
Ito and mixed with each 100 gallons of water.
All water used shall be obtained from fresh water sources and shall
' be free from injurious chemicals and other toxic substances harmful
to plant life. Brackish water shall not be used at any time. The
Contractor shall identify to the Engineer all sources of water at
least 2 weeks prior to use. The Engineer may take samples of the
water at the source or from the tank at any time and have a
laboratory test the samples for chemical and saline content. The
Contractor shall not use any water from any source which is
disapproved by the Engineer following such tests.
All mixtures shall be constantly agitated from the time they are
mixed until they are finally applied to the seedbed. All such
mixtures shall be used within 2 hours from the time they were mixed
or they shall be wasted and disposed of at locations acceptable to
the Engineer.
Section T-901- 4
1 � I
MaCletlend
'
Ers
-u Inmineers a
Fayetteville, Arkansas
I"
d. Spraying. Lime., if required, shall be sprayed only upon
previously prepared seedbeds. After the applied lime mixture has
I dried, the lime shall be worked into the top 3 inches, after which
the seedbed shall again be properly graded and dressed to a smooth
finish.
' Mixtures of seed and fertilizer shall only be sprayed upon
previously prepared seedbeds on which the lime, if required, shall
already have been worked in. The mixtures shall be applied by
' means of a high-pressure spray which shall always be directed
upward into the air so, that the mixtures will fall to the ground
like rain in a uniform spray. Nozzles or sprays shall never be
directed toward the ground in such a manner as might produce
erosion or runoff.
Particular care shall be exercised to insure that the application
is made uniformly and at the prescribed rate and to guard against
misses and overlapped areas. Proper predetermined quantities of
the mixture in accordance with specifications shall be used to
cover specified sections of known area. Checks on the rate and
uniformity of application may be made by observing the degree of
wetting of the ground or by distributing test sheets of paper or
pans over the area at intervals and observing the quantity of
'material deposited thereon.
On surfaces which are to be mulched as indicated by the plans or
designated by the Engineer, seed and fertilizer applied by the
spray method need not be raked into the soil or rolled. However,
on surfaces on which mulch is not to be used, the raking and
rolling operations will be required after the soil has dried.
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
I condition
until final inspection
and acceptance
of
the work.
I When either the dry or wet application method outlined above 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
I 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.
I
Section T-901- 5
McCIe(land
ev ne rve� Consa ltin U
Engineers
Incrxoorared
Fayetteville, Arkansas
METHOD OF MEASUREMENT
901-4.1 The quantity of seeding to be paid for shall be the number
of acres measured on.the ground surface, completed and accepted.
BASIS'OF PAYMENT
' 901-5.1 Payment shall be made1 at the contract unit price per acre
or fraction thereof, which price and payment shall be full
' compensation for furnishing and placing all material and for all
labor, equipment, tools, and incidentals necessary to complete the
work prescribed in this item.'
' Payment will be made under:
Bid Item No. I-16 Seeding --per acre.
11-9 Seeding --per acre.
J
END OF SECTION
I
•
Section T-901- 6
i
McClelland
ncorporn0
EWine.rs
Icarporo/ed
Faye/leville, Arkansas
I r.
IITEM T-904
SODDING
' DESCRIPTION
' 904-1.1 This item shall consist of furnishing, hauling, and
placing approved live sod on prepared areas in accordance with this
specification at the locations' shown on the plans or as directed by
' the Engineer. ;
MATERIALS
904-2.1 SOD. Sod furnished by the Contractor shall have a good
cover of living or growing grass. This shall be interpreted to
include grass that is seasonally dormant during the cold or dry
I seasons and capable of renewing growth after the dormant period.
All sod shall be obtained from areas where the soil is reasonably
fertile and contains a high percentage. of loamy topsoil. Sod shall
be cut or stripped from living, thickly matted turf relatively free
of weeds or other undesirable foreign plants, large stones, roots,
or other materials which might be detrimental to the development of
the sod or to future maintenance. At least 70% of the plants in
I the cut sod shall be composed of the Bermunda grass, and any
vegetation more than 6 inches in height shall be mowed to a height
of 3 inches or less before sod; is lifted. Sod, including the soil
I containing the roots and the plant growth showing above, shall be
cut uniformly to a thickness not less than that stated in the
special provisions.
904-2.2 LIME. Not Applicable.
904-2.3 FERTILIZER. Fertilizer shall conform to the requirements
of 901-2.3.
904-2.4 WATER. The water shall be sufficiently free from oil,
' acid, alkali, salt, or other harmful materials that would inhibit
the growth of grass. It shall be subject to the approval of the
Engineer prior to use.
I 904-2.5 SOIL FOR REPAIRS. The soil for fill and topsoiling of
areas to be repaired shall conform to the requirements of 901-2.4.
CONSTRUCTION METHODS
I 904-3.1 GENERAL. Areas to be solid, strip, or spot sodded shall
be shown on the plans. Areas requiring special ground surface
preparation such as tilling and those areas in a satisfactory
condition which are to remain undisturbed shall also be shown on
Ithe plans.
Section T-904 - 1
ConsMCCIe Ilona
' eai rve� Come i s
Engineers
Incorporated
Fayetteville, Arkansas
Suitable equipment necessary for proper preparation of the ground
surface and for the handling and placing of all required materials
' shall be on hand, in good condition, and shall be approved by the
Engineer before the various operations are started. The Contractor
shall demonstrate to the Engineer before starting the various
operations that the application of required materials will be made
' at the specified rates.
904-3.2 PREPARING THE GROUND SURFACE. After grading of areas has
been completed and before applying fertilizer and limestone, areas
to be sodded shall be raked or otherwise cleared of stones larger
than 2 inches in any diameter, sticks, stumps, and other debris
which might interfere with sodding, growth of grasses, or
subsequent maintenance of grass -covered areas. If any damage by
erosion or.other causes occurs after grading of areas and before
beginning the application of fertilizer and ground limestone, the
' Contractor shall repair such. damage. This may include filling
gullies, smoothing irregularities, and repairing other incidental
damage.
904-3.3 APPLYING FERTILIZER AND GROUND LIMESTONE. Following
ground surface preparation, fertilizer shall be uniformly spread at
a rate which will provide not less than the minimum quantity of
' each fertilizer ingredient, as stated in the special provisions.
If use of ground limestone is required, it shall then be spread at
a rate which will provide not less than the minimum quantity stated
' in the special provisions. These materials shall be incorporated
into the soil to a depth of not less than 2 . inches by disking,
raking, or other methods acceptable to the Engineer. Any stones
larger than 2 inches in any diameter, large. clods, roots, and other
litter brought to the surface by this operation shall be removed.
904-3.4 OBTAINING AND DELIVERING SOD. After inspection and
I. approval of the source of sod by the Engineer, the sod shall be cut
with approved sod cutters to such a thickness that after it has
been transported and placed on the prepared bed, but before it has
been compacted, it shall have a uniform thickness of not less than
2 inches. Sod sections or strips shall be cut in uniform widths,
not less than 10 inches, and in lengths of not less than 18 inches,
' but of such length as may be readily lifted without breaking,
tearing, or loss of soil. Where strips are required; the sod must
be rolled without damage with the grass folded inside. The
Contractor may be required to mow high grass before cutting sod.
L]
I
I
The sod shall be transplanted within
stripped, unless circumstances beyond
storing necessary. In such 'cases,
moist, and protected from exposure to
kept from freezing. Sod shall be cut
moisture conditions are such that
expected. Where the soil is too dry,
24 hours from the time it is
the Contractor's control make
sod shall be stacked, kept
the air and sun and shall be
and moved only when the soil
favorable results can be
permission to cut sod may be
Section T-904 - 2
McClelland
Asi Consul tiny
A Engineers
-� incorporated
Fayetteville, Arkansas
' granted only after it has been watered sufficiently to moisten. the
soil to the depth the sod is to be cut.
904-3.5 LAYING SOD. Sodding shall be performed only during the
seasons when satisfactory results can be expected. Frozen sod
shall not be used and sod shall not be placed upon frozen soil.
' Sod may be transplanted during periods of drought with the approval
of the Engineer, provided the sod bed is watered to moisten the
soil to a depth of at least 4 inches immediately prior to laying
' the sod.
The sod shall be moist and shall be placed on a moist earth bed.
pitch forks shall not be used to handle sod, and dumping from
vehicles shall not be permitted. The sod shall be carefully placed
by hand, edge to edge and with staggered joints, in rows at right
angles to the slopes, commencing at the base of the area to be
' sodded and working upward. The sod shall immediately be pressed
firmly into contact with thelsod bed by tamping or rolling with
approved equipment to providea true and even surface, and insure
knitting without displacement of the sod or deformation of the
surfaces of sodded areas. Where the sod may be displaced during
sodding operations, the workmen when replacing it shall work from
ladders or treaded planks to prevent further displacement.
' Screened soil of good quality shall be used to fill all cracks
between sods. The quantity of the fill soil shall not cause
smothering of the grass. Where the grades are such that the flow
' of water will be from paved surfaces across sodded areas, the
surface of the soil in the sod after compaction shall be set
approximately 1 inch below the pavement edge. Where the flow will
be over the sodded areas and onto the paved surfaces around
manholes and inlets, the surface of the soil in the sod after
compaction shall be placed flush with pavement edges.
Ion slopes steeper than 1 vertical to 2-1/2 horizontal and in
v -shaped or flat -bottom ditches or gutters, the sod shall be pegged
with wooden pegs not less than 12 inches in length and have a
cross-sectional area of not less than 3/4 square inch. The pegs
shall be driven flush with the surface of the sod.
904-3.6 WATERING. Adequate water and watering equipment must be
on hand before sodding begins, and sod shall be kept moist until it
has become established and its continued growth assured. In all
cases, watering shall be done in a manner which will avoid erosion
' from the application of excessive quantities and will avoid damage
to the finished surface.
904-3.7 ESTABLISHING TURF.
a. General. The Contractor shall provide general care for
the sodded areas as soon as the sod has been laid and shall
continue until final inspection and acceptance of the work.
Section T-904 - 3
McClelland
' �eal ned�T Engine rs
incorporated
Fayettev le, Arkansas
r.
' b. Protection. All sodded areas shall be protected against
traffic or other use by warning signs or barricades approved by the
Engineer.
c. Mowing. The Contractor shall mow the sodded areas with
approved mowing equipment, depending upon climatic and growth
'
conditions and the needs for mowing specific areas. In the event
that weeds or other undesirable vegetation are permitted to grow to
such an extent that, either cut or uncut, they threaten to smother
' the sodded species, they shall,:be mowed and the clippings raked and
removed from the area.
' 904-3.S REPAIRING. When the surface has become bullied or
otherwise damaged during the period covered by this contract, the
affected areas shall be repaired to re-establish the grade and the
condition of the soil, as directed by the Engineer, and shall then
' be sodded as specified in 904-3.5.
METHOD OF MEASUREMENT
904-4.1 This item shall be measured on the basis of the area in
square yards of the surface covered with sod and accepted.
BASIS. OF PAYMENT
904-5.1 This item will be paid for on the basis of the contract
' unit price per square yard for sodding, which price shall be full
compensation for all labor, equipment, material, staking, and
incidentals necessary to satisfactorily complete the items as
I.
specified..
Payment will be made under: i
Bid Item No. I-15 Sodding --per square yard
1
E
I
I
I
Section T-904 - 4
1
J
I
McClelland
consfJresr � rve� lina
Engineers
Incorporated
Fayetteville, Arkansas
Ir
' ITEM T-905
TOPSOILING
DESCRIPTION
905-1e1 This item shall consist of preparing the ground surface
for topsoil application, removing topsoil from designated
stockpiles or areas to be stripped on the site, 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
1
905-2.1 TOPSOIL. Topsoil shall be the surface layer of soil with
' no admixture of refuse or any material toxic to plant growth, and
it shall be reasonably free from subsoil and stumps, roots, brush,
stones (2 inches or more in diameter), clay lumps or similar
objects. Brush and other vegetation which will not be incorporated
' with the soil during handling operations shall be cut and removed.
Ordinary sods and 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. The organic content shall be
not less than 3% nor more than 20% as determined by the wet -
combustion method (chromic acid reduction). There shall be not
less than 20% nor more than 80% of the material passing the 200
'
mesh sieve as determined by the wash test in accordance with ASTM
C 117.
Natural topsoil may
be
amended by the
Contractor with approved
materials and methods
to
meet the above
specifications.
' 905-2.2 INSPECTION AND TESTS, Within 10 days following acceptance
of the bid, the Engineer shall be notified of the source of topsoil
to be furnished by the Contractor. The topsoil shall be inspected
' .to determine if the selected soil meets the requirements specified
and to determine the depth to which stripping will be permitted.
At this time, the Contractor may be required to take representative
soil samples from several locations within the area under
consideration and to
the
proposed
stripping depths, for testing
purposes as specified
in
905-2.1.
I. CONSTRUCTION METHODS
905-3.1 GENERAL. Areas to be topsoiled shall be shown on the
plans. If topsoil is available on the site, the location of the
'
stockpiles or areas to be stripped of topsoil and the stripping
depths shall be shown on the plans.
Section T-905 - 1
i
MCClp/land
�l ' Engineers
Engineers
Incarp orated
Fayetteville, Arkansas
i
'Suitable equipment necessary for proper preparation and treatment
of the ground surface, stripping of topsoil, and for the handling
' and placing of all required materials shall be on hand, in good
condition, and approved by the Engineer before the various
operations are started.
' 905-3.2 PREPARING THE GROUND SURFACE. Immediately prior to
dumping and spreading the topsoil on any area, the surface shall be
loosened by discs or spike tooth harrows, or by other means
approved by the Engineer, to a minimum depth of 2 inches to
facilitate bonding of the topsoil to the covered subgrade soil.
The surface of the area to be topsoiled shall be cleared of all
stones larger than 2 inches ml any diameter and all litter or other
' material which may be detrimental to proper bonding, the rise of
capillary moisture, or the proper growth of the desired planting.
Limited areas, as shown on the plans, which are too compact to
respond to these operations shall receive special scarification.
Grades on the area to be topsoiled, which have been established by
' others as shown on the plans; shall be maintained in a true and
even condition. Where grades have not been established, the areas
shall be smooth -graded and the surface left at the prescribed
grades in an even and properly compacted condition to prevent,
' insofar as practical, the formation of low places or pockets where
water will stand.
' 905-3.3 OBTAINING TOPSOIL. Prior to the stripping 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 disking or other means shall be
removed.
I
I
I
El
J
I
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. Anytopsoil stockpiled by the Contractor
shall be rehandled and placed without additional compensation. Any
topsoil that has been stockpiled on the site by others, and is
required for topsoiling purposes, shall be removed and placed by
the 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 of 6 inches 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, oriotherwise in a condition detrimental
Section T-905 - 2
i
Mod el land
consulting Mincras
ns
o
Incrorrporated
Fayefevillo, Arkonsos -
41
r
to the work. Spreading shall be carried on so that turf ing
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 Topsoil obtained on the site shall be measured by the
number of cubic yards of topsoil. Topsoil shall be measured by the
' volume in cubic yards computed by the method of end areas.
BASIS OF PAYMENT
905-5.1 Payment will be made at the contract unit price per cubic
yard for topsoiling (obtained on the site). 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: i
Bid Item No. I-14 Topsoiling (Obtained on Site or Removed
' from'Stockpile--per cubic yard
END OF SECTION
I
I
El
Section T-905 - 3
Consulting
nd
Engineers
Inco, pprated
Fayelfeville, Arkansas
If
I
I
L
J
I
I
I
I
1]
ITEM 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 decomposition 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. Hay Mulch Containing Seed. Hay mulch shall be mature hay
containing viable seedof native grasses or other desirable species
stated in the special provisions or as approved by the Engineer.
The hay shall be cut and handled so as to preserve the maximum
quantity of viable seed. Hay mulch which cannot be hauled and
spread immediately after cutting shall be placed in
weather -resistant stacks or baled and stored in a dry location
until used.
d. Manufactured Mulch. Cellulose -fiber or wood -pulp mulch
shall be products commercially available for use in spray
applications.
e. Asphalt Binder. Asphalt binder material shall conform to
the requirements of ASTM D 977, Type SS -1 or RS -1.
908-2.2 INSPECTION. Within 5 days afte
the Engineer shall be notified of sources
materials available and the Contractor
representative samples of the materials to
may be used as standards with the approval
materials brought on the site which do n
shall be rejected.
r
acceptance of the bid,
and quantities of mulch
shall furnish him with
be used. These samples
of the Engineer and any
of meet these standards
Section T-908 - 1
/
McClelland
fl 501t Engineers
` ncorporat
Incorporated
Fayetteville, Arkansas
1 � 1
' CONSTRUCTION METHODS
908-3.1 MULCHING. Before spreading mulch, all large clods,
stumps, stones, brush, roots,and other foreign material shall be
removed from the area to be mulched. Mulch shall be applied
immediately after seeding. The spreading of the mulch may be by
' hand methods, blower, or other mechanical methods, provided a
uniform covering is obtained.
Mulch material shall be furnished, hauled, and evenly applied on
the area shown on the plans or designated by the Engineer. Straw
or hay shall be spread over the surface to a uniform thickness at
' the rate of 2 to 3 tons per acre to provide a loose depth of not
less than 1-1/2 inches nor more than 3 inches. Other organic
material shall be spread at the rate directed by the Engineer.
Mulch may be blown on the slopes and the use of cutters in the
' equipment for this purpose will be permitted to the extent that at
least 95% of the mulch in place on the slope shall be 6 inches or
more in length. When mulches applied by the blowing method are
cut, the loose depth in place shall be not less than 1 inch nor
more than 2 inches.
908-3.2 SECURING MULCH. The mulch shall be held in place by light
' discing, 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/her
operations.
908-3.3 CARE AND REPAIR.
a. The Contractor shall care for the mulched areas until
' final acceptance of the project. Such care shall consist of
providing protection against traffic or other use by placing
warning signs, as approved by the Engineer, and erecting any
barricades that may be shown on the plans before or immediately
'after mulching has been completed on the designated areas.
b. The Contractor shall be required to repair or replace any
mulching that is defective or becomes damaged until the project is
finally accepted. When, in the judgment of the Engineer, such
defects or damages are the result of poor workmanship or failure to
' meet the requirements of the specifications, the cost of the
necessary repairs or replacement shall be borne by the Contractor.
However, once the Contractor has completed the mulching of any area
in accordance with the provisions of the specifications and to the
satisfaction of the Engineer, no additional work at his/her expense
Section T-908 - 2
Man.upne
'
` i Engineers
Incorporated
Fayetteville, Arkansas
I
will be required, but subsequent repairs and replacements deemed
necessary by the Engineer shall be made by the Contractor and will
' be paid for as additional or extra work.
c. If the ''asphalt spray '' method is used, all mulched
surfaces shall be sprayed with asphalt binder material so that the
' surface has a uniform appearance. The binder shall be uniformly
applied to the mulch at the rate of approximately 8.0 gallons per
1,000 square feet, or as directed by the Engineer, with a minimum
of 6.0 gallons and a maximum of 10 gallons per 1,000 square feet
depending on the type of mulch and the effectiveness of the binder
securing it. Bituminous binder material may be sprayed on the
mulched slope areas from either the top or the bottom of the
slope. An approved spray nozzle shall be used. The nozzle shall
be operated at a distance of not less than 4 feet from the surface
of the mulch and uniform distribution of the bituminous material
t 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
I. 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 aallons and a maximum of 10 aallons ner 1.000
' square feet depending on the type of mulch and the effectiveness of
the binder securing it.
METHOD OF MEASUREMENT
908-4.1 Mulching shall be considered as subsidiary to Bid Item No.
I-16 or II -9 for seeding.
BASIS OF PAYMENT
' 908-5.1 Payment will be made under Bid Item Nos. 1-16 or II -9
Seeding. The 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.
END OF SECTION
[]
Section T-908 - 3
1
MCGelland
' wf rrol Engineersconsul
-�� i ncorpo
Incorporated
Fayerreviffe� Arkansas
satisfactory to the Engineer.', Prior to the beginning of the work
or upon the request of the Contractor, the Engineer shall locate
the position of the work by establishing and marking the property
line or fence line. When directed, the Contractor shall span the
opening below the fence with barbed wire fastened to posts of extra
length at locations of small natural or drainage ditches where it
is not practical to conform the fence to the general contour of the
ground surface. The new fence shall be permanently tied to the
terminals •of existing fences whenever required by the Engineer.
The finished fence shall be plumb, taut, true to line and ground
contour, and complete in every detail. When directed, the
Contractor. shall stake down the woven wire fence at several points
between posts.
When directed, in order to (keep stock on adjoining property
enclosed at all times, the Contractor shall arrange the work so
that construction of the new, fence will immediately follow the
removal of existing fences. The length of unfenced section at any
time shall not exceed 300 feet 'or such length that the stock can be
kept in the proper field. The work shall progress in this manner,
and at the close of. the working day, the newly constructed fence
shall be tied to the unremoved existing fence. Any openings in the
fence shall be guarded when stock is using the adjoining property.
160-3.2 CLEARING FENCE LINE. The site of the fence shall be
sufficiently clear of obstructions, and surface irregularities
shall be graded so that the ,fence will conform to the general
contour of the ground. The fence line shall be cleared to a
minimum width of 10 feet on each side of the centerline of the
fence. This clearing shall consist of the removal of all stumps,
brush, rocks, trees, or other obstructions which will interfere
with proper construction of th'e fence. Stumps within the cleared
area of the fence line shall be grubbed or excavated. The bottom
of the fence shall be placed a uniform distance above ground as
specified in the plans. When shown on the plans or as directed by
the Engineer, the existing fences which coincide with, or are in a
position to interfere with, the new fence location shall be removed
by the Contractor as part of the construction work, unless such
removal is listed as a separate item in the bid schedule. All
holes remaining after post and stump removal shall be refilled with
suitable soil, gravel, or other' material acceptable to the Engineer
and shall be compacted properly with tampers.
The work shall include the handling and disposal of all material
cleared, of excess excavation and the removal of spoiled material
regardless of the type, character, composition, or condition of
such material encountered.
160-3.3 SETTING POSTS. Posts, shall be set with large ends down,
plumb, and in good line on the side on which the wire is to be
fastened. Posts shall be set full depth and shall not be cut off
Section F-160 - 3
.as rConsulting nGetlogd
sipn i Engineers
lnCorp ora)ed
Foye??eville, Arkansas
29
ELECTRICIAL SPECIFICATIONS
F
U
f�McClelland
' ConsulEngln.ting
Inaraorared
Fays"evlue, Arkansas
Ir
I
G
Li
I
SECTION 16010
GENERAL ELECTRICAL WORK
PART 1 GENERAL
1.01 WORK INCLUDED
A. Provide all necessary labor, material, services, and
skilled supervision. Install all work in a neat manner;
complete in every detail and in all respects ready for
its intended use, within the limits indicated in the
Drawings, Specifications, or other Contract Documents.
B. Secure and pay for all permits, licenses and fees. Give
Owner Certificates of Final Inspection if available.
C. The work shall include, but not be limited to, the
following:
1. Primary service, including transformers,
• concrete transformer pads, and •primary
conduits.
2. Incoming secondary service.
' 3. Switchboards, lighting and equipment
panelboards., circuit breakers, dry type
transformers, and related distribution
• ' equipment.
4. Conduit and conduit fittings, wire and wire
connections.
5. Wiring devices.
' 6. Safety switches and disconnects.
7. Busway and fittings.
8. Emergency lighting.
9. Indoor lighting fixtures complete with lamps
and mounting hardware, except as otherwise
noted.
10. Outdoor site lighting fixtures, poles and
mounting hardware, including concrete
foundations for lighting standards, unless
otherwise noted on.Drawings or Specifications.
1
Section 16010 - 1
k nwjllana
•nrs
Inccorporwporated
Faysl/aviii., Arkansas
r
11. Outdoor security lighting fixtures and
mounting hardware.
D.
1.02
A.
1.03
A.
12. Lighting relays, relay. panels and controls,
contactors and photocells for lighting control
• systems.
The work shall also include removal or relocation of
existing electricaliequipment and conduit as required by
demolition. Removed materials shall remain the property
of the Owner unless otherwise noted. Coordinate
demolition with thetArchitect prior to construction.
ITEMS PROVIDED BY OTHERS
Verify installation'sdetails for materials and equipment
indicated to be furnished by others and installed or
connected under this section of the Speccifications.
Verification shall be completed prior to construction of,
•or construction effecting said materials and equipment.
COORDINATION
Plan all work so that it proceeds with a minimum of
interference between trades. Furnish materials and
information in proper sequence for all special frames,
openings, pipe sleeves, foundations, etc., as required
B.
Perform all work in conformance with the construction
called for by other, trades and afford other Contractors
reasonable opportunity for the execution of their work;
properly connect and coordinate this work with the work
of other Contractors at such times and in such a manner
as not to delay or interfere with their work.
i.
C.
Examine the Drawings and Specifications for all portions
of the work, and coordinate accordingly.
D.
Arrange conduit. runs, panels, and other electrical
equipment to avoid iinterference with grills and other
equipment.
1.04
FIELD ENGINEERING
A. All Engineering instituted in the field by other than
Engineer shall be used only after proper written
documentation has been submitted to the Engineer for
approval. Proper documentation shall consist of the
purpose of,the Field; Engineering and all supporting data
required to clearly j. describe and indicate the requested
Section 16010 - 2
McClelland
�s ne rwl wle s
■. -A-J` Enpineers
Inaorporoled
Fayetteville, Arkansas
change, alteration,addition, and/or deletion to the
Drawings and/or Specifications as prepared by the
Engineer. This documentation shall clearly indicate the
name, address, and telephone number of the person or
company responsible, for this submittal.
' 1.05 REGULATORY REQUIREMENTS
I
1
1
I.
A. To the extent provided in the General Conditions, comply
with the latest edition of the National Electrical Safety
Code and the National Electrical Code and the interim
Amendments in effect at the time of the proposal; and
comply with all local, state, and utility regulations or
laws. Should the Drawings or Specifications contradict
local rulings, the local rules shall take precedence
unless special approval is issued by the authority
enforcing the rulings in which a copy of this written
approval shall be sent to the Architect and Engineer
prior to construction. Correct any violations cited by
the enforcing authority.
1.06 ABBREVIATIONS AND
ABBREVIATION
AFC
AFF
AFG
AHU
AIC
ANSI
ASME
ASTM
AWG
BFC
BFF
BFG
C.B. or Cct.Brkr.
Cct.
C.
Contr.
Disc.
EF
Emerg.
EMT
Exist..
F.A.
Fixt.
SYMBOLS
MEANING
Above Finish Counter
Above Finish Floor
Above Finish Grade
Air Handling Unit
Amps Interrupting Capacity
American National Standards
• Institute
• American Society of
• Engineers
American Society for
Materials
American Wire Gage
Below Finish Counter
Below Finish.Floor
Below Finish Grade
Circuit Breaker
Circuit
Conduit
Contractor
Disconnect
Exhaust fan
Emergency
Electrical
Existing
Fire Alarm
Fixture
Mechanial
Testing &
metallic tubing
Section 16010 - 3
Map. rand
�� � onsu Engineers
g
Erginerat
rncarporareE
Fayette villa, Arkansas
I r
Fluor. Fluorescent
FM Factory Mutual Research Corp.
' Fut. Future
GFI F Ground Fault Interrupter
GR. Ground
GRC Galvanized Rigid Conduit
'• HVAC Heating, Ventilating, & Air
Conditioning
IEEE Inst. of Electrical & Electronic
'• Eng.
I.G. I. Isolated Ground
IMC Intermediate Metallic Conduit
Incan. Incandescent
ILEA Insulated Cable Engineers
Assoc., Inc.
JB Junction Box
'• Lt./Ltg. Light/Lighting
LC Lighting Contactor
Mtg./Mtd. Mounting/Mounted
N. Neutral
NEC National Electrical Code
NEMA National Electrical
Manufacturers Assoc.
NFPA National Fire Protection
Association
N.I.C. I Not In Contract
• NL Night Light
N.T.S. Not To Scale
O.H. Overhead
' PE Photo -electric Control
PVC Polyvinyl Chloride(or Rigid PVC
Conduit)
Recept. Receptacle
' Req'd. Required
RTU Roof Top Unit
Sw. Switch
' Transf. Transformer
Typ. Typical
U.G. Underground
U.H. Unit Heater
' UL Underwriters Laboratories, Inc.
WP Weatherproof
W. Wire
Symbols: Symbols used for items of equipment and materials
are indicated on the Drawings.
Li
Section 16010 - 4
I .H
MCGerlaad
Consulting
Engineers
Inccraora>eE
Fayetteville, Arkansas
1.07 SHOP DRAWINGS
A. Submit for approval, detailed shop drawings of all
equipment and all material required to complete this
project.
B. No material or equipment may be delivered to the job site
or installed at this project until receipt of the
approved shop drawings for the particular material or
equipment. Submit a; minimum of five (5) copies of all
Shop Drawings in accordance with the General Conditions.
C. Failure to submit shop drawings in ample time for review
shall not constitute basis for an extension of contract
time, and no claim for extension by reason of such
default shall be allowed.
D. Furnish Shop Drawings for the following equipment:
1. Lighting fixtures and lamps.
2. Poles.
3. Panelboards and breakers.
4. Safety switches.
5. Control panels.
6. ENT fittings
7. Photocontrols.
8. Contactors.
9. Wiring devices and similar equipment.
10. Other equipment proposed for substitution.
See Substitutions and Product Options section
of this Specification for more information.
11. As otherwise requested by the Engineer.
•' E. Provide and maintain construction facilities and
temporary controls in accordance with the General
Conditions and Special or Supplementary Conditions.
1.08 CONSTRUCTION AIDS
H
I
II
I
I
I
A. Contractor shall furnish in accordance with the General
Conditions., all required scaffolding, temporary work
platforms, etc., required for completion of his work
during his phase of this construction. Construction Aids
shall be so utilized or constructed as to prevent any
hazard to the Contractor, other trades, personnel working
in and around the facility, or the structure.
1.09 BARRIERS
A. All areas traversed during the course of this work, and
buildings, materials, appliances, fixtures and
Section 16010 - 5
MCCle tlane
' C wurn0
i° Mr niwrneert
-�Inaaneers
Fayette villa, Arkansas
e ;
I
furnishings adjacent to the work site, shall be protected
against damage arising from or as a result of work
operations.. Any damage incurred shall be repaired
without additional cost to the Owner.
B. Contractor shall construct necessary and/or required
' barriers for protection of the aforementioned items. All
barriers shall be so constructed as to comply with the
intent of the requirements for construction and erection
of construction aids. (See Construction Aids Section of
this Specification for more information.).
1.10 SECURITY t
' A. Contractor shall conform to all established security
regulations enforced at this facility and as indicated in
' the General Conditions during all phases of construction.
The Engineer/Architect/Owner accepts no responsibility
for non -adherence to these regulations by the Contractor
' or any other trades.' It shall be the sole responsibility
of the Contractor to verify these regulations, the
location of any restricted areas, and to acquire any
clearances to these areas prior to construction.
1.11 ACCESS ROADS
A. Contractor shall'. utilize only Owner/Owner's
Representative designated access roads and vehicle
loading and unloading areas. These areas shall be
verified with the Owner/Owner's Representative prior to
'
the start of construction. Repair or replacement of any
damage to the structure or grounds due to noncompliance
with this stipulation by the contractor or his crew shall
be the responsibility of the Contractor.
1.12 TRAFFIC REGULATION
A. Contractor shall conform to all traffic and parking area
regulations and restrictions as established and enforced
by the General Conditions and as established and enforced
'
at this facility, during all phases of construction.
Contractor shall utilize only the Owner/Owner's
Representative designated parking areas for parking of
I. construction vehicles, construction workers' vehicles,
and storage facilities.
1.13 PROJECT IDENTIFICATION
' A. Signs advertising materials or subcontractors will not be
allowed.
1
Section 16010 - 6
Maclellond
' Incorporated
em ` rro� Engineers
Incorporated
Fayette villa, Arkonsas
I
r
C
I
I
1.14 MATERIALS & EQUIPMENT
A. All materials and equipment shall bear the manufacturer's
label and the UL label, where applicable. Performance
and operation shallbe as designed, with respect to
efficiencies,, capacities, and quietness.
B. :Torque all bolts in:accordance with manufacturer's
recommendations and,UL listing standards.
1.15 TRANSPORTATION & HANDLING
A. Provide for the delivery of materials at such stages of
the work as will expedite the work as a whole. Make the
required arrangements for introduction into building of
equipment too large to pass through finished openings.
1.16 STORAGE & PROTECTION
A. Provide for the safe storage of materials. Mark and
store materials so as to be easily checked and inspected.
B. Protect all utilities, supplies and equipment subject to
' damage by cold weather by covering, insulating, storing
in a heated place, or other approved means.
Co Protect all materialfrom damage of any kind. Failure to
provide such protection to the satisfaction of the
Engineer shall be sufficient cause for rejection of any
' particular piece of material concerned.
D. Existing utility lines shall be located and protected
during the execution of the work. Any existing utility
' lines damaged by the Contractor shall be repaired at his
expense.
i
' 1.17 SUBSTITUTIONS AND PRODUCT OPTIONS
A. Substitutions shall 'be reviewed only if submitted for
approval a minimum of ten (10) working days prior to
'
ordering of equipment. If more than one review is needed
to determine a product substitution's equivalence, an
hourly charge based on the Engineer's current rate
' schedule shall be imposed on additional submittal
reviews. Payment of .this charge is the responsibility of
the Contractor.
B. Substitutions shall'be submitted in compliance with the
General Conditions.:
1
Section 16010 - 7
■ MCCle fiend
' LDesprredil ncorpoti to
awe Engineers
-` Incaraorafed
Faye?tevitfe, Arkansas
1
If
1.18 TESTING ELECTRICAL SYSTEMS
IA. Upon completion of the installation make tests for
operation with and to the satisfaction of the Owner and
the Engineer and ; in accordance with the General
Conditions and Special or Supplementary Conditions.
' Voltmeter and ammeter readings shall be taken as directed
for all motors. :Test all receptacles with circuit
testers to insure continuity of circuit as directed.
' 1.19 CLEANING UP
A. During the period of construction, the Contractor shall
make every effort to keep the premises free of debris and
obstructions at all times. When this part of the work is
finished, remove from the premises all tools, machinery
' and debris.
B. Project clean-up shall meet the Owner's approval and
shall be in compliance with the General Conditions.
Failure to comply shall result in withholding of
Contractor's final payment.
1.20 PROJECT RECORD DOCUMENTS
A. Deliver to the Engineer upon completion of the work
' complete information as required to correct the Drawings
and Specifications •to Record Documents. Information
shall be submitted :and shall be in accordance to the
1 General Conditions.,.
1.21 OPERATION AND MAINTENANCE DATA
A. Obtain and submit to the Engineer three (3) suitably
bound sets of descriptive literature, maintenance and
operation data, and parts lists for each item of
' equipment furnished and installed under this Contract and
requiring maintenance or special operating procedures.
B. Preserve and deliver to the Engineer any drawings,
instructions, or manuals supplied with equipment
furnished by others and installed under this Contract.
IC. Information shall be submitted in accordance to the
stipulations indicated in the General Conditions.
1.22 WARRANTIES, BONDS, AND AFFIDAVITS
' A. Furnish a written I certificate of warranty for all
materials, equipment, and labor to be free of defects for
' a period of one (1), year from and after the date of
Section 16010 - 8
Macro and
' ncwporinp
McCleers
Incorpororee
Fayetteville, Arkansas
rk
1
1
1
1
1
I
I
l
final acceptance of the work by the Architect. This
certificate shall further warranty that if any defects
appear within the stipulated warranty period, such work
shall be replaced without charge.
B. This warranty shall, be extended to include the capacity
and integrated performance of the component parts of the
perform in accordance with the schedules on the Drawings
and Specifications„ and the required labor for repair
and/or replacement of such items.
C. Documents shall be furnished as indicated in the General
Conditions.
1.23 FINAL INSPECTION
A. The Contractor shall give the Architect requisite notice
relating to the work and shall afford the Architect and
•his authorized representatives every facility for
inspection.
B. Final inspection of the work under this Contract shall be
performed in accordance to General Conditions.
1.24 ELECTRICAL SYSTEM VOLTAGES
A. The following voltages shall apply unless otherwise
noted:
1. The main service is 240/120 volts, single
phase, 3 wire wye, 60 hertz, grounded neutral.
2. Lighting system is 240/120 volts, single
phase, 3 wire grounded neutral.
1.25 EQUIPMENT BY SINGLE, MANUFACTURER
A. Where possible, panelboards, safety switches, and related
equipment shall be produced by one manufacturer.
1.26 HEIGHTS OF DISCONNECT SWITCHES, PROTECTIVE DEVICES,
CONTROLLERS, ETC.
A. The mounting height of disconnect switches, circuit
breakers, motor controllers, pushbutton stations and
other similar devices and equipment will vary depending
upon location and whether individually or group mounted.
For convenience and safety, operating levers, handles or
buttons shall be mounted no more than 80" above finished
floor.
I
■ MOClel iand
consufl Jess/ io ry l - Engineers
Epineers
Incorporofed
Fayetteville, Arkansos
Section 16010 - 9
J
B. Unless otherwise noted on Drawings, mount equipment as
follows:
' Individual device - operating handle,
lever, orjbutton approx.
Panelboards - highest overcurrent 6'-0"
protective device max.
Pushbutton stations 4'-6"
Dry -type. transformer on floor
END OF SECTION
Section 16010 - 10
McClelland
Enginesofers
ncorporat
incorporated
(yetteville, Arkansas
I.
SECTION 16050
' BASIC ELECTRICAL MATERIALS AND METHODS
PART I GENERAL
1.01 CUTTING AND PATCHING
A. Do all cutting made necessary by the work, subject to the
approval of the Architect and in accordance to the
General Conditions. In no case cut through or into.any
structural member without written permission of the
Architect.
B. Exercise due diligence to avoid cutting openings larger
than required or in wrong locations. Furnish and install
' all sleeves required for the work.
C. Where openings are cut through masonry walls, furnish and
I. .install lintels or other structural supports to protect
the remaining masonry. Adequate support shall be
provided during the; cutting operation to prevent any
damage to masonry by the cutting operation. All
' structural members, supports, etc., shall be of the size,
type, and installation as directed by the Architect.
D. Where openings are cut, the patching shall be done by the
trade whose work is disturbed but shall be paid for by
the sub -contractor cutting the opening or causing the
damage.
E. Repair affected surfaces to match adjacent surfaces.
' 1.02 ROADWAYS, CURBS, AND WALKS
A. Use every possible precaution to prevent injuries to
roadways, curbs, and walks on or adjacent to the site of
the work and replace any such damaged items. This shall
also include damage necessary for installation of the
work.
1.03 TRENCHING
• A. Perfoall trenching and digging incidental to
' rm Electrical work. Depth of cover shall conform with NEC
300-5 and NEC 710-3b unless otherwise noted. Where rock
' is encountered, the, same shall be excavated to a grade
three inches below the lowermost part of the conduit and
the trench shall be refilled to required grade as
specified. Trenches shall be sheathed or braced and
' pumping or bailing; performed as may be necessary to
protect the workmen and adjacent structures and to permit
Section 16050 - 1
1 1
Mct;le lland
' s ne M� fAnJneer Q
Ers
incorporated
Fayette ville, Arkansas
I. proper execution of the work. Trenching shall not
interfere with existing walls, footings, or utilities.
B. The Specifications and the Drawings in no way imply the
condition of the soil to be encountered. When excavation
may be required in execution of the work, the Contractor
' agrees that he has informed himself regarding conditions
affecting the work and labor and material required,
without recourse to{any representation as to soil
' conditions that may appear, or seem to be implied, in any
portion of the Contract Documents.
C. Backfill shall be free from large particles where
t adjacent to conduit! or cable, and tamped in 6" layers.
Final 12" may be tamped in one layer.
ID. Backfill under any construction shall be compacted to 95%
optimum density to prevent settlement. Replace sod or
paving which has been removed for trenching. Remove and
dispose of excess material as directed by the Engineer.
1.04 EXISTING ELECTRICAL LINES
IA. If any existing power, telephone or other electrical
lines and appurtenances are encountered which interfere
with the proper installation of new work and which will
' not be used in connection with new work, close such items
in proper manner.
B. If such items encountered must remain functional for
' proper operation of existing systems and/or facilities,
the Contractor shallfurnish and provide necessary labor
and materials to repair, replace, and/or relocate said
' items as directed by the Engineer or his appointed
representative.
' 1.05 EQUIPMENT PADS
A. The Electrical Contractor shall furnish and install
concrete pads for electrical equipment and concrete bases
for lighting standards unless indicated otherwise.
1.06 ACCESS TO EQUIPMENT
A. Locate all control devices, specialties, pull boxes,
etc., so as to provide for easy access for operation,
repair and maintenance: if concealed, furnish and install
'access doors.
H
Section 16050 - 2
WCIe Tana
' nmrporaly
` Engineers
InttvOoraree
Fayetteville, Arkansas
1.07 PAINTING
' A. Touch-up items of equipment whose factory finish has
been marred or damaged during installation, restoring it
to its original appearance.
1.08 IDENTIFICATION OF EQUIPMENT
A. Furnish and install laminated plastic nameplates with
3/4" minimum contrasting -color engraved letters for each
service disconnect, panelboard, safety switch, time
switch, transfer switch, and enclosed circuit breaker.
B. Nameplates shall bed bolted or pop -riveted to equipment.
Color code nameplates as follows, or with another
consistently, applied scheme:
Equipment Function Nameplate
' Color
' Power Black
Ventilation, Yellow
Heating Red
Air Conditioning Blue
Lighting Brown
C. Legend on the plate shall clearly identify the equipment
' served, such as "Air' Handling Unit MI -1" and "Hot Water
Cir. Pump P-1" and shall reference circuit breaker or
switch and panel that feeds the item.
D. Identify each service disconnect, panelboard, safety
switch, time switch, enclosed circuit breaker and
transfer switch as called for on the Drawings.
1
PART II PRODUCTS
2.01 RACEWAYS - CONDUIT
A. Install all wiring in conduit unless otherwise noted in
Drawings or Specifications.
B. Size all conduits in accordance with NEC or as shown on
' the Drawings, but in no case less than the following:
Power and Lighting Systems 3/4" minimum
Flexible Conduit Not Exceeding 72", 3/8" minimum
for Connection of Light Fixtures
Recessed in Suspended Ceilings
• Other Uses 1/2" minimum
Section 16050 - 3
MaClallan0
' esr ned Engineers
Erpineers
Inaoraoroted
Fayetteville, Arkansas
' r
' C. Conduit types permitted (All types must bear the UL
Label): Rigid Metal Conduit (steel) - hot dip galvanized,
I. manufactured by Republic or approved equal.
D. Permitted for general exposed or concealed work, above or
below grade.
E. Rigid Metal Conduit; (Aluminum) - manufactured by Kaiser
Aluminum, Harvey Aluminum, or approved equal. Permitted
' for general exposed; or concealed work, if installed in
accordance with manufacturer's recommendations. Not
permitted embedded in concrete or directly below concrete
' slab on grade.
2.02 INTERMEDIATE METAL CONDUIT
IA. Hot dip galvanized manufactured by Republic or approved
equal. Permitted for general exposed or concealed work.
2.03 ELECTRICAL METALLIC TUBING
A. Hot dip galvanized,imanufactured by Republic or approved
equal. Permitted for general exposed or concealed work
above grade or in slabs in non -industrial areas.
2.04 RIGID NONMETALLIC CONDUIT
A. Schedule 40 heavy -wall PVC manufactured by Carlon, or
approved equal. Permitted for below -grade use when
' permitted by governing codes or embedded in concrete,
where noted on Drawings. Install in strict accordance
with manufacturer's recommendations. Conduits
penetrating above grade or penetrating concrete slabs
shall be INC or GRC.
2.05 FLEXIBLE METAL CONDUIT
A. Permitted exposed in lengths of 6 feet or less for
connections to equipment in dry areas. Support with
caddy clips or equal in accordance with 1990 NEC 350-4.
2.06 LIQUIDTIGHT FLEXIBLE METAL CONDUIT
•' A. Sealite, with PVC jacket. Permitted exposed in lengths
of 6 feet or less for connections to equipment, where
rigid connections are not suitable. Support in
accordance with 1990 NEC 351-8.
Section 16050 - 4
1
MC lefland •
• �+ wealfing
esi ` ^+I Engineers
Inoorporoted
Fayetteville, Arkansos
I
' 2.07 WIRES AND CABLES
A. All wire and. cable as indicated and required by the
' Drawings shall bear the UL Label and stamping indicating
wire size, type, voltage and grade, and shall meet the
standard specifications and tests established for such
' materials and construction by ASTM, NEMA, ANSI, and IPCEA
where applicable.
'B. Material construction data, insulation thickness, jacket
thickness, test data, and samples shall be submitted for
approval upon request.
IC. Unless otherwise noted, all wire shall be code gauge,
soft annealed copper, not less than 98 per cent
conductivity and of the 600 volt class. No. 10 AWG and
' smaller may be solid or stranded and shall have
insulation type THWN. No. 8 AWG and larger shall be
stranded and shall have insulation type THWN or XHHW.
' D. No wire shall be smaller than No. 12 AWG unless otherwise
noted, except that wiring for signal and pilot control
circuits may be No. 14 AWG unless otherwise noted.
IE. Portable cord for final connection to limit switches,
solenoid valves, pressure switches and motors shall be
I. Carol Vu-Tron as manufactured by Carol Cable Company, or
approved equal.
F. Incandescent Fixture Wire: Wire for final connection at
t all incandescent lighting fixture sockets shall be NEC
Type SF -2 fixture wire rated•200 degrees C., 600 volts.
G. Color code all conductors in accordance with Section
210-5 of the NEC and the following:
' SYSTEM VOLTAGE NEUTRAL "HOT" WIRE COLORS EQUIPMENT
COLOR GROUND COLOR
• 480V 3Ph 3W -- Brown, Purple, Green
• Yellow
277/480V 3Ph 4W Gray Brown, Purple, Green
' Yellow
120/208V 3Ph 4W White Black, Red, Blue Green
' H. Where permitted by NEC for neutral, hot wires may be
colored -coded by tape or paint.
1
Section 16050 - 5
McClelland
' Incorporated
inp
esr �) Eninsers
Inncorporated
Foyeiteville, Arkansas
' I. Other consistently applied color schemes may be used with
approval of Engineer.
' is Identify circuit numbers with synthetic cloth labels.
2.08 WIRE CONNECTIONS AND DEVICES
A. Run conductors without splices from outlet to outlet,
except within junction boxes. Make splices in No. 8 AWG
' and smaller wire with Ideal "Wingnut" or 3M "Scotchlok"
connectors. Ballast lead connections in continuous rows
of fluorescent light fixtures may be made using 3M
' "Scotchlok" 1567 self stripping tap connectors. Make
splices in No. 6 AWG and larger wire with approved
solderless lugs. If any other type of connector is
proposed for use on any size conductor, submit for'
approval prior to use.
2.09 OUTLET BOXES AND CONDUIT FITTINGS
A. Interior boxes shall be hot dip galvanized, 4" minimum
octagon or square unless otherwise noted. Boxes for
outlets installed flush in dry wall construction may be
'
single or multiple gangs as required. Boxes for outlets
installed flush in concrete block or brick walls shall be
masonry boxes manufactured by Raco, Steel City, Appleton,
' or approved equal. Single surface -mounted outlet boxes
shall be handy boxes.
B. Boxes shall comply with the NEC in regard to allowable
'
fill.
C. Outlet boxes intended to support lighting fixtures shall
' be suitable for the purpose.
2.10 CONDUIT CONNECTIONS,
A. All EMT fittings and fittings installed in concrete slab
shall be of the compression type:
' Steel - Appleton TW and TWC series; O.Z. Gedney 6000S and
7000S series; ETP 2200 series or approved equal.
Diecast w/steel nut'- Appleton 95T and 96T series or
approved equal.
' Diecast - Appleton 93T and 94T series or approved equal.
B. Outdoor GRC, INC or EMT box connections shall be made
with Meyers Seal-Tite hubs, O.Z. Gedney (IT Series) Space
Maker hub,,AppletoniUni-Seal hub or equal.
Section 16050 - 6
iMCCle eland
ConuIting
n
Engineers
Icorpocprpprarad
Fayelreville, Arkansas
I
Ir
C. Threadless GRC or IMC fittings shall not be used. Indoor
GRC or IMC connections shall be made with double locknuts
and bushings.
D. PVC fittings of theisolvent weld type shall be used for
PVC conduit. Clean}PVC conduit in accordance with
manufacturer's recommendation before application of
solvent cement.
PART III EXECUTION
3.01 INSTALLATION
A. Install conduits concealed except in unfinished areas and
where indicated on the Drawings.
B. Keep all openings in conduits closed during the progress
of the work. Swab conduits clean before pulling wire.
C. •Furnish and install suitable pitch pockets or lead
flashings where conduits penetrate the roof seal.
ID. Furnish and install;. required sleeves and appropriately
rated fire seals for all conduits penetrating a fire or
smoke rated structure. Fire rating shall be equal to or
' greater than structure rating of which conduits
penetrate. Installation of sleeves and seals shall be of
size and type and manner of installation as recommended
by sleeve manufacturer. Sleeves shall be as manufactured
'
by O.Z. Gedney or approved equal.
E. Arrange for conduits in masonry or exposed to weather to
' drain.
F. Paint all metallic conduits concealed in concrete on
t grade, or in contact with earth, with two heavy
continuous coats of: asphaltic paint or other approved
conduit protective covering after assembly of conduit and
fittings.
G. Do not install conduits in plain concrete, such as cement
topping on structural floors, without special approval.
They may be installed, however, in non -reinforced
concrete headers which have been provided for the
installation of outlet boxes and conduits.
H. No reinforcing steel shall be displaced to accommodate
the installation in beams or joists. In general, all
embedded conduits shall be located in the physical center
' of the particular section of concrete.
Section 16050-7
MCCle eland
' InromirporLrpornp Engineers
alea
Fa)elfeville, Arkansas
i
r
I. Unless otherwise ;.approved, raceways embedded in
reinforced concreteishall conform to the following usual
1 types of conditions. The Contractor may be instructed
during the course o'f the project not to place embedded
conduits in certainlareas, and being so instructed shall
' not entitle the Contractor to extra compensation.
J. LOCATION P MAXIMUM ALLOWANCE
' Floors and Walls Displacement of 1/3 of thickness of
• concrete, spaced not less than
three diameters on centers.
1 Seams and joists Displacement of 1/3 of least
dimension, spaced not less than
three diameters on centers.
1 Sleeves thru .2" Maximum pipe size not less than
three floors & walls diameters on
1 centers.
END OF SECTION
1
i
i
1
Section 16050 - 8
MaC/e eland
1 �s'�1 (ncorpvrae
Engineers
(non gull Incorporated
Farelleville, Arkansas
1
I
r H
SECTION 16111
CONDUIT
PART I GENERAL
1.01 WORK INCLUDED
A. ,Rigid metal conduit land fittings.
B. Intermediate metal conduit and fittings.
' C. Electrical metallic tubing and fittings.
D. Flexible metal conduit and fittings..
' E. Liquidtight flexible metal conduit and fittings.
F. Non-metallic conduit and fittings.
1.02 RELATED WORK
A. Section 01010 - Cutting and, Patching.
1.03 REFERENCES
I
A. ANSI C80.1 - Rigid Steel Conduit, Zinc -Coated.
B. ANSI C80.3 - Electrical Metallic Tubing, Zinc -Coated.
' C. ANSI C80.5 - Rigid Aluminum, Conduit.
D. ANSI/NEMA FB 1 - Fittings and Supports for Conduit and
Cable Assemblies.
E. NEMA TC 3 - PVC Fittings for use with rigid PVC conduit
• and tubing.
U.
' PART II PRODUCTS
2.01 RIGID METAL CONDUIT AND FITTINGS
A. Rigid Steel Conduit: ANSI C80.1.
Be Rigid aluminum Conduit: ANSI C80.5.
C. PVC Externally Coated Conduit: NEMA RN 1; rigid steel
conduit with external 20 mil PVC coating and internal
galvanized surface.
•
Section 16111 - 1
IL
McClelland
•
ing U. Engineers
Incpwrpoparaled
Fayalleville, Arkansas
I
I
I
I
I
I
I
I
I
I
I
1
2.02
A.
B.
2.03
A.
B.
2.04
A.
B.
2.05
A.
B.
2.06
A.
B.
2.07
A.
Fittings and Conduit Bodies: ANSI/NEMA FB 1; threaded
type, material to match conduit.
INTERMEDIATE METAL CONDUIT (IMC) AND FITTINGS
Conduit: Galvanized steel.
Fittings and Conduit Bodies: ANSI/NEMA FB 1; use
fittings and conduit bodies specified above for rigid
steel conduit.
ELECTRICAL METALLIC TUBING (EMT) AND FITTINGS
EMT: ANSI C80.3 galvanized tubing.
Fittings and "Conduit Bodies: ANSI/NEMA FB 1; steel or
malleable iron, compression set screw type.
FLEXIBLE METAL CONDUIT AND FITTINGS
Conduit: steel.
Fittings and Conduit Bodies: ANSI/NEMA FB 1.
LIQUIDTIGHT FLEXIBLE CONDUIT AND FITTINGS
Conduit: Flexible metal conduit with PVC jacket.
Fittings and Conduit Bodies: ANSI/NEMA FB 1.
PLASTIC CONDUIT AND FITTINGS
Conduit: NEMA TC 2; Schedule 40 PVC.
Fittings and Conduit Bodies: NEMA TC 3.
CONDUIT SUPPORTS
Conduit Clamps, Straps, and Supports: Steel or malleable
iron.
PART III EXECUTION
3.01 CONDUIT SIZING, ARRANGEMENT, AND SUPPORT
A. If not indicated on the Drawings, size conduit for
conductor type installed; 3/4 inch minimum size.
B. Arrange conduit to maintain headroom and present a neat
appearance.
Section 16111 - 2
MCCte Hand
g''r7
Inwremrporated
Fayetteville, Arkansas
C. Route exposed conduit parallel and perpendicular to walls
and adjacent piping.
D. Maintain minimum 6 inch clearance between conduit and
piping. Maintain 12 inch clearance between conduit and
heat sources such as flues, steam pipes, and heating
appliances.
E. Arrange conduit supports to prevent distortion of
'• alignment by wire pulling operations. Fasten conduit
using galvanized straps, lay -in adjustable hangers,
clevis hangers, or bolted split stamped galvanized
' hangers.
F. Group conduit in parallel runs where practical and use
conduit rack constructed of steel channel with conduit
' straps or clamps. Provide space for 25 percent
additional conduit.
G. Do not fasten conduit with wire or perforated pipe
straps. Remove all wire used for temporary conduit
support during construction, before conductors are
pulled.
3.02 CONDUIT INSTALLATION
' A. Cut conduit square using a saw or pipecutter; de -burr cut
ends.
' B. Bring conduit to the shoulder of fittings and couplings
and fasten securely.
.co Use conduit hubs or sealing locknuts for fastening
' conduit to cast boxes, and for fastening conduit to sheet
metal boxes in damp Or wet locations.
D. Install no more than the equivalent of four 90 degree
bends between boxes.,
E. Use conduit bodies to make sharp changes in direction, as
around beams.
F. Use hydraulic one-shot conduit bender or factory elbows
' for bends in conduit larger than 2 inch size.
G.' Avoid moisture traps where possible; where unavoidable,
' provide junction box with drain fittings at conduit low
point.
H. Use suitable conduit caps to protect installed conduit
' against entrance of dirt and moisture.
Section 16111-3
C i
n wiling
rvprred � o
Engineers
Incorporate
Fayetteville, Arkansas
I;
' I. Provide No. 12 AWG insulated conductor or suitable pull
string in empty conduit, except sleeves and nipples.
J. Install expansion joints where conduit crosses building
expansion joints.
K. Where conduit penetrates fire -rated walls and floors,
seal opening around conduit with UL listed foamed
silicone elastomer compound.
L. Route conduit through roof openings for piping and
.ductwork where possible; otherwise, route through roof
' jack with pitch pocket.
M. Use PVC -coated rigid steel factory elbows for bends in
plastic conduit runs longer than 100 feet, or in plastic
' conduit runs which have more than two bends regardless of
length.
N. Wipe plastic conduit clean and dry before joining. Apply
' full even coat of cement to entire area that will be
inserted into fittings. Let joint cure for 20 minutes
minimum.
O. All underground steel conduit not encased in concrete and
in wet locations where steel conduit enters concrete or
' ground, apply a field coat of bitumastic material No. 550
after installation. Coating shall cover conduit and
fittings and be completely dry before backfilling.
' 3.03 CONDUIT INSTALLATION SCHEDULE
A. Underground Installations More Than Five Feet From
'• Foundation Wall: Rigid steel conduit, intermediate metal
conduit, plastic -coated rigid steel conduit, Schedule 40
plastic conduit, Type A plastic conduit encased in
' concrete envelope.
B. Installations In or'Under Concrete Slab, or Underground
Within Five Feet of Foundation Wall: Rigid steel
'
conduit, intermediate metal conduit, Schedule 80 plastic
conduit, or Schedule 40 plastic conduit encased in
concrete envelope.
' C. In Slab Above Grade: Rigid steel conduit, electrical
metallic tubing, intermediate metal conduit.
' D. Exposed Outdoor Locations: Rigid steel or aluminum
conduit, intermediate metal conduit, electrical metallic
tubing.
1
Section 16111 - 4
MCC/elland
1 :Iprnd^ Tp �ervel corpori le
A` Engineers
` Jncorporared
Fayelleville, Arkansas
IJ
r
E. Wet Interior Locations: Rigid steel or aluminum conduit,
intermediate metal conduit, electrical metallic tubing.
F. Concealed Dry Interior Locations: Rigid steel or
aluminum conduit, intermediate metal conduit, electrical
metallic tubing.
G. Exposed Dry Interior Locations: Rigid steel or aluminum
conduit, intermediate metal conduit, electrical metallic
tubing.
{
END IOF SECTION
i
Section 16111 - 5
Model fond
Engineers
Engineers
Incorporated
Faystlevills, Arkansas
qN
r �
' SECTION 16180
EQUIPMENT WIRING SYSTEMS
PART I GENERAL
1.01 WORK INCLUDED
A. Electrical connections to equipment specified under other
Sections or furnished by Owner including but not limited
to:
1. Signage.
' 2. Plumbing Equipment: Pumps and hot water heaters.
3. Unit Air Conditioners.
4. Air Distribution Equipment.
5. Laundry equipment.
6. Swimming Pool.
1.02 REFERENCES
A. NEMA WD 1 - General Purpose Wiring Devices.
B. NEMA WD 5 - Specific -Purpose Wiring Devices.
1
PART II PRODUCTS
2.01 CORDS AND CAPS
A. Straight -blade Attachment Plug: NEMA WD 1.
' B. Locking -blade Attachment Plug: NEMA WD 5.
IC. Attachment Plug Configuration: Match receptacle
configuration at outlet provided for equipment.
ID. Cord Construction: Oil -resistant thermoset insulated
Type SJO multiconductor flexible cord with identified
equipment grounding conductor, suitable for hard usage in
damp locations.
'
E. Cord Size: Suitable for connected load of equipment and
rating of branch circuit overcurrent protection.
i
PART III EXECUTION
' 3.01 INSPECTION
A. Verify that equipment is ready for electrical connection,
wiring, and energization.
Section 16180 - 1
MaCta llan0
' �� Consallinp
E rwfers
-u Incorporated
Fayetteville, Arkansas
1
' 3.02 PREPARATION
I
I
I
A. Review equipment submittals prior to installation and
electrical rough -in',. Verify location, size, and type of
connections. Coordinate details of equipment connections
with supplier and installer.
3.03
A.
B.
C.
INSTALLATION
.Use wire ar
temperatures
Make conduit
conduit. Use
locations.
with insulation suitable for
in heat -producing equipment.
to equipment using flexible
flexible conduit in damp or wet
I
Install pre -finished cord set
attachment plug is indicated
attachment plug with suitable
where connection with
or specified, or use
strain -relief clamps.
1 D. Provide suitable strain -relief clamps for cord
connections to outlet boxes and equipment connection
boxes.
E. Make wiring connections in control panel or in wiring
compartment of pre -wired equipment in accordance with
' Manufacturer's instructions. Provide interconnecting
• wiring where indicated.
F. Install disconnect1 switches, controllers, control
stations, and control devices such as limit switches and
temperature switches as indicated. Connect with conduit
and wiring as indicated.
1
END OF SECTION
•
I
Section 16180-2
1
Mn lnnd
wiring
' Engineers
JnarorOoro/ed
Fo)erreville� Arkansas
r
SECTION 16190
SUPPORTING DEVICES
PART I GENERAL
1.01 WORK INCLUDED
A. Conduit and equipment supports.
B. Fastening hardware.
1.02 COORDINATION
A. Coordinate size, shape and location of concrete pads with
Cast -in -Place Concrete Section.
1.03 QUALITY ASSURANCE
A. Support systems shall be adequate for weight of equipment
and conduit, including wiring, which they carry.
PART II PRODUCTS
2.01 MATERIAL
A. Support Channel: Galvanized or painted steel.
B.
Hardware: Corrosion resistant.
PART III
EXECUTION
3.01
INSTALLATION
A.
Fasten hanger rods, conduit clamps, and outlet and
junction boxes to building structure.
B.
Use toggle bolts to hollow wall fasteners in hollow
masonry, plaster, or gypsum board partitions and walls;
expansion anchors or preset inserts in solid masonry
walls; self -drilling anchors or expansion anchor on
concrete surfaces; sheet metal screws in sheet metal
studs; and wood screws in wood construction.
C.
Do not fasten supports to piping, ductwork, mechanical
equipment, or conduit.
D.
Do not use powder -actuated anchors.
Section 16190 — 1
ad
Mad fJOnd
hang
e1a,„ i Consulng ting
ncorporas
incorporated
Fayetteville, Arkansas
E. Do not drill structural steel members.
IF. Fabricate supportsi, from structural steel or steel
channel, rigidly welded or bolted to present a neat
appearance. Use hexagon head bolts with spring lock
' washers under all nuts.
G. Install free-standing electrical equipment on concrete
pads.
1
' END IOF SECTION
•1
1
1
1
1
• H
1
Section 16190 — 2
'•
MCClel land
•
u nedlF rve Conavllinp
A/ l Enalneers
- u incorporated
Fayetteville, Arkansas
If
' PART I GENERAL
I
SECTION 16195
ELECTRICAL IDENTIFICATION
1.01 WORK INCLUDED
A. Nameplates and tape labels.
B. Wire and cable markers.
PART II PRODUCTS
2.01 MATERIALS
' A. Nameplates: Engraved three -layer laminated plastic,
white letters on a black background.
B. Tape Labels: Embossed adhesive tape, with 3/16 inch
white letters on black background.
C. Wire and Cable Markers:
tubing type.
PART III EXECUTION
3.01 INSTALLATION
Cloth markers, split sleeve or
A.
Degrease and clean
surfaces
to
receive nameplates.
B.
Install nameplates
parallel
to
equipment lines.
C. Secure nameplates to equipment fronts using screws,
rivets, or adhesive.Secure nameplate to inside face of
recessed panelboard doors in finished locations.
D. Use embossed tape only for identification of individual
wall switches, receptacles, and control device stations
where noted on the Drawings.
3.02 WIRE IDENTIFICATION
A. Provide wire markers on each conductor in panelboard
gutters, pull boxes, and at load connection. Identify
with branch circuitor feeder number for power and
lighting circuits, and with control wire number as
indicated for control wiring.
Section 16195 - 1
MCGel land
' Come rs
Incorporated
Fayetteville, Arkansas
1 ,
1 3.03 NAMEPLATE ENGRAVING SCHEDULE
A. Provide nameplates of minimum letter heights as scheduled
1
below.
B. Panelboards: 1/4 inch; identify equipment designation.
1 1/8 inch; identify voltage rating and source.
C. Individual Circuit Breakers, or Switches In Panelboards:
1 1/8 inch letters on nameplate or typed circuit directory;
identify circuit and load served, including location.
D. Individual Circuit Breakers, Enclosed Switches, and Motor
Starters: 1/8 inch, identify load served.
i
END OF SECTION
I.
C
I
1
1
1I.
Section16195-2
1
klac/elrcnd
Con so I
si ` rvel Coroners
Incorporated
Fayerteville� Arkansas
I
SECTION 16252
DIESEL GENERATOR SET
PART I GENERAL
1 1.01 RELATED WORK
{
A. Refer to Section 15010 - GENERAL MECHANICAL WORK, which
' is a part of the Specification and governs work under
this Section.
B. The work covered byithis Section consists of furnishing
all labor and materials to install the diesel generator
set complete, in accordance with all Sections of the
Specifications; codes and regulations required by
governing authorities and as indicated on Drawings.
' PART II PRODUCTS
2.01 DIESEL GENERATOR SET
' A. The intent and purpose of these Specifications is to
secure for the purchaser a diesel generator set of the
latest commercial type and design. In a standby
' capacity, it shall be capable of continuous service at
rated output for the duration of any utility power
•failure. In a prime power capacity, it shall be capable
I. of continuous duty, at rated output. The engine and
generator shall be the product of one company; and that
company, and its authorized dealer, shall have sole
responsibility for. the performance of the diesel
' engine -generator set and its accessories. It shall be a
new, factory assembled, and tested set as manufactured by
Cummins Engine Company, Onan Corporation, Catapillar,
' Generac or an approved equal. It is the intent and
purpose of these Specifications to also secure for the
purchaser the necessary controls and accessories to the
extent that this equipment, in conjunction with the
'
diesel engine -generator set, will comprise a complete
operating package for installation in an ambient
temperature of 120 degree F. maximum, 0 degree F.
minimum.
2.02 RATING
A. Rating of the diesel engine -generator set shall be based
on operation of the set when equipped with all necessary
operating accessories such as radiator, fan, air
' cleaners, lubricating oil pump, fuel transfer pump, fuel
Section 16252 - 1
Ic
- MCC(o nand
tin
' LDesraned^ T serve GoneWEngineers
Inooraorafed
Fo)erfevilre, Arkansas
•
injector pump, .jacket water pump, governor, charging
alternator, alternating current generator, and exciter
' • regulator. 4,
B. The diesel engine-g�nerator set shall be capable of
producing 50 KW at 0.8 power factor continuously for
, standby power applications and 50 KW at 0.8 power factor
continuously for prime power applications. The output
voltage shall be 240 volts,.3 wire, single phase, 60 Hz.
2.03 INFORMATION TO BE FURNISHED BY THE BIDDER
A. Each Bidder shall furnish with his submittal Drawings of
'
the diesel.generator set and literature describing the
diesel engine generator set, indicating its current
production status, and Drawings and/or literature
' describing auxiliary equipment to be furnished.
B. The following data in tabulated form:
1. Make of engine)
2. Number of cylinders
3. Bore, inches
4. Stroke, inches:
5. Piston speed, !feet_ per minute, at
rated rpm.
' 6. BMEP @ rated KW output.
7. Make and type of generator
8. Generator electrical rating, KVA or
KW @ .8 power factor
'
9. Number and type of bearings
10. Exciter type
11. Generator insulation class and
' temperature rise
12. Engine. manufacturer's certified
engine BHP curve and certified
' generator set fuel consumption curve
2.04 ENGINE SPECIFICATIONS
• A. The engine shall be,a compression ignition engine. It
• shall be a four stroke cycle, water cooled,
solid -injection engine for either vertical in -line or
' V -type.
B. Certified engine horsepower curves shall be submitted
1 showing the manufacturer's approval of the engine rating
generator set standby and prime power application.
Special ratings or "maximum" ratings will not be
acceptable.
1
Section 16252 - 2
E
I
McClelland
Z) Conselring
` Engineers
Incorporated
Fayeltevllle, Arkansas
II
I
C. The engine shall not exceed .1800 RPM at normal full load
operation.
D. The engine shall be capable of satisfactory performance
on a commercial grade of distilled petroleum fuel oil
such as No. 2 diesel fuel.
E. The engine speed shall be governed by a full hydraulic or
electronic governor to maintain governed speed within 3%
of rated frequency from "no load" to "full load"
generator output. The frequency at any constant load,
including "no load"1 shall remain within a steady state
band width of +/- 0.25% of rated frequency. The governor
shall not permit frequency modulation (defined as the
number of times per second that the frequency varies from
the average frequency in cyclic manner) to exceed one
cycle per second.
F. The fuel system shall be that which is normally used by
the diesel engine manufacturer. It shall include a
replaceable element fuel filter conveniently located for
servicing.
' A ready supply "double wall fuel tank" constructed of
aluminized steel shall be mounted on the engine to
provide an immediate fuel supply to the pump upon engine
start-up and shall.have a minimum capacity of 40 gallons
of fuel required to power the engine for 3 hours under
full load conditions. Fuel shall be supplied to the tank
by means of an.electric fuel transfer pump or engine
driven fuel transfer pump. Then tank shall be equipped
with an automatic float to control the amount of fuel
supplied to it.
G. The engine shall have a gear type lubricating oil pump
for supplying. oil under pressure to main bearings, crank
pin bearings, pistons, piston pins, timing gears,
camshaft bearings, and valve rocker mechanism.
Threaded spin -on type full flow lubricating oil filters,
conveniently located for servicing, shall be provided.
Filters shall be equipped with a spring loaded bypass
valve to insure oil circulation if filters are clogged.
H. The engine shall be provided with removable wet type
cylinder liners of close -grained alloy iron.
I. Only engine jacket water cooled and engine manufacturer
designed and furnished after cooler or inter -cooler may
be furnished.
1
Section 16252 - 3
MCLlefland
' re
esi el Canineer p -
Incorporated
Fdyefteville, Arkansas
J
' r
' J. The engine shall be provided with one or more dry type,
replaceable elementandair cleaners.
I
I
I
CIS
I
K. The engine shall be equipped with a 24 volt electric
starting system of sufficient capacity to crank the
engine at a speed which will allow full diesel starting
of the engine. I.
Lead acid batteries, shall be furnished having sufficient
capacity for cranking the engine for at least 40 seconds
at firing speed in the ambient temperature specified. A
battery rack and necessary cables and clamps shall .be
provided.
IL
I
I
A 10 amp voltage regulated battery charger equipped with
float, taper and equalize charge settings shall be
provided. Operational monitors shall provide visual
output to determine; loss of AC power, low battery
voltage, high battery voltage, and power "ON".
An engine mounted, thermostatically controlled immersion
type engine coolant heater shall be provided to insure
maintaining engine block coolant temperature in the range
of 120 degrees to 140 degrees F. The heater shall be
2500 watts minimum and suitable for operation on 240
volts, single phase'A.C. power. It shall include a lube
oil pressure switch for automatic cut-out. on engine
start.
M. An engine or generator mounted instrument panel shall
contain the following gauges for proper engine
surveillance and maintenance:
I
' 1. Engine water temperature
2. Engine lube oil pressure
3. Engine lube oil temperature
4. Engine running hour meter
5. Battery charging indicator
6. Engine fault indicators for oil pressure, water
U. temperature, and engine over speed
N. The engine shall be furnished with a cooling system
having sufficient capacity for cooling the engine when
' the diesel generator, set is delivering full rated load at
the ambient temperature specified.
The engine shall be equipped with an engine driven,
' centrifugal -type water circulating pump and thermostatic
valve to maintain the engine at the recommended
' temperature level.
Section 16252 - 4
MaCIe IIand
' Canwlrina
si ` � Enalnaers
I naoraorale0
Fayetteville, Arkansas
The engine cooling system shall include one or more
spin -on type engine water filters which will treat the
' coolant and prevent corrosion and scale deposits inside
the cooling system.,
The engine cooling system shall be filled with a minimum
' concentration of 33l ethylene glycol.
The engine shall be equipped with a radiator, blower fan,
' and close fitting venturi shroud of a type and capacity
recommended by the engine manufacturer. A rigid guard
shall enclose both top and sides of all moving parts
between the engine and radiator. Due to space
limitations, bidder shall specify dimensions of radiator
core and the flow of cooling air, in cubic feet per
minute, required for proper cooling of the engine and
' generator.
O. A suitable silencer,; of the industrial type shall be
furnished with the engine.
A flexible continuous, bellows type, stainless steel,
interlocking joints, exhaust pipe at least 24 inches long
shall be furnished for each engine exhaust outlet. The
pipe outlet connections shall be compatible with standard
9SA-125 lb. pipe flange.
' P. The engine shall be equipped with automatic safety
controls which will shut down the engine in the event of
low lubricating oil pressure, high jacket water
temperature, engine over speed, or engine over crank, and.
make electrical contacts for alarm lights on the control
panel. In addition, pre -alarm signals for high water
I. temperature, over speed, and low fuel level shall be
provided. A dry contact rated for 10 amps at 120 volts
and activated by both the pre -alarm and shutdown controls
' is to be provided for a Contractor supplied hi intensity
strobe light. '
Q. The engine and generator shall be equipped with suitable
'
full length sub -base for mounting the engine -generator
unit on a concrete foundation.
The engine shall be ;equipped with spring type vibration
' isolators between the sub -base and the concrete
foundation.
•
Section 16252 - 5
MaClellaM
' i Consalling
Engineers
incorporated
Fdyet/eville, Arkansas
I
r
I
I
L
I
I
I
n
H
I
I
I
I
I
2.05 CONSTRUCTION
A. The generator shall be a brushless, revolving field type,
coupled directly to the engine flywheel through a
flexible driving disc for positive alignment. The
generator housing shall bolt directly to the engine
flywheel housing. The generator housing shall have a
single ball bearing.; support for the rotor. The rotor
shall be dynamically balanced up to 25% over speed.
The generator shall comply with NEMA standard MGI-1975,
Part 22. Insulation shall be class F. as recognized by
NEMA. The rotor and stator temperature rise for class F
insulation, and as measured by the resistance method at
the voltage specified, shall be in accordance with NEMA
standard MGI-22.40 for standby (prime power) operation.
The generator shall be fully guarded per NEMA MGI-1,25.
The rotating brushless exciter shall incorporate a full
wave, three phase rotating rectifier with hermetically
sealed, metallic type, silicon diodes to supply main
field excitation. A multi -plate selenium surge protector
shall be connected across the diode network to protect it
against transient conditions.
•The rotor shall be layer wound with thereto -setting epoxy
between each layer plus a final coat of epoxy for
moisture and abrasion resistance. Amortisseur windings.
shall be integral with the rotor coil support. The rotor
shaft bearings shall' be shielded type with provisions for
easy servicing through grease pipes which extend.to the
exterior of the generator frame. The bearing shall be
designed for a minimum B-10 bearing life of 40,000 hours.
The stator winding shall be of 2/3 pitch design to
eliminate the thirdiharmonic wave from distortion and
minimize the harmful neutral circulating current when
operating in parallel. The stator windings shall be
given five dips and bakes of varnish plus a final coating
of epoxy for moisture and abrasion resistance. The wave
from harmonic distortion shall not exceed 5% total RMS
measured line to line at rated load.
The generator shall be furnished with an end mounted,
ventilated load connection box such that load conductors
can enter the bottom or top of the junction box.
i
The voltage regulator shall be of the
construction type with SCR control. I
inside the generator terminal box or i
cabinet. A built-in voltage adjusting
provide 10% voltage; adjustment.
t
solid state
shall be mounted
n the control
rheostat shall
Section 16252 - 6
Li
MaCfe fiend
es, near rro, Consulting
Engineers
Inaorporated
FayeAevii)e, Arkansas
{
1
B. The voltage regulation from "no load" to "rated load"
shall be within a band of +/- 1% of rated voltage. The
,.. steady state voltage stability shall remain within a 0.5%
band of rated voltage. Steady state voltage modulation
shall not exceed one cycle per second. The, regulator
1 printed circuit board and a power control diodes shall be
hermetically sealed'; for moisture protection.
' For any addition of load up to and including 90 percent
of rated load, at 0.8 power factor, the voltage dip shall
not exceed 20% of`rated voltage. The voltage shall
recover to and remain within the steady state band in not
'more than 4.5 seconds.
The frequency regulation from "on load" to "rated load"
I. shall be in accordance with that defined by the engine
• governor performance. For any addition of load up to 90%
of rated load, the frequency shall recover to the steady
state frequency band within 7.0 seconds.
The balanced telephone influence factor (TIF) shall not
exceed 50.
' 2.06 CONTROL EQUIPMENT AND ACCESSORIES
I. A. The generator control panel shall be mounted on the
generator terminal box in a NEMA-1 enclosure by means of
vibration isolators and contain a voltmeter, ammeter,
frequency meter, combination ammeter -voltmeter phase
selector switch, engine instrumentation previously
specified, wattmeter, pre -alarm signal lights, alarm
horn and silencing switch.
' B. A main line molded case 2 -pole circuit breaker of 250
• amps shall be installed as a load circuit interrupting
I. and protection device. It shall operate both manually as
an isolation switch and automatically during overload and
short circuit conditions.
' The trip unit for each pole shall have elements providing
inverse time delay during overload conditions and
instantaneous magnetic tripping for short circuit
' protection. The circuit breaker shall meet standards
established by Underwriters' Association, and National
Electric Code. ;
The circuit breaker shall be mounted in a NEMA-1 type
enclosure in or adjacent to the generator control panel.
'F Section 16252 - 7
IL
!{I�
, Mc6le llond
ErpJneers
Incorporated
Fayeve villa, Arkansos
Ir
' C. An automatic transfer switch of the circuit breaker type
shall be provided and rated at 400 amperes at 600 volts
at 60 Hz. It shall, be a mechanically held device
utilizing two circuit breakers. The breaker handles
shall be operated by a transfer mechanism to provide
double throw switching action. The transfer mechanism
I. shall be electrically operated by a single
uni-directional gear motor or dual -operation by one
person. The transfer switch mechanism shall provide a
visual indication of transfer switch position. The
switch shall be applicable to 50 Hz or 60 Hz without
modification and suitable for all common voltages from
208 through 600. It shall be housed in a NEMA-1
enclosure suitable for wall mounting and shall
conform with the provisions of Underwriters' Laboratories
1008 standards and meet the National Electrical Code
(NEC) requirements for critical applications. The
automatic transfer switch shall be of the same make as
the engine and generator.
D. The transfer switch shall be equipped with the following
accessories:
'1. Fixed time delay for normal to
emergency operation.
2. Adjustable time delay for emergency
Ito normal operation.
3. Fixed time delay for engine cooling.
4. A test switch to simulate a normal
power source failure.
' 5. Pilot contact• to initiate engine
starting controls.
6. A 7 day time clock which permits
automatic test operation of the
system at least once a week at
pre -selected intervals.
PART III -EXECUTION
3.01 TESTING •
A. All performance and temperature rise data submitted by
' the manufacturer shall be the result of actual test of
the same or duplicate generator. Temperature rise data
shall be the result of full load, 0.8 power factor heat
' runs at the rated voltage and frequency specified above.
This testing shall be done in accordance with MIL -STD -705
and IEEE standard 115.
1
Section 16252 - 8
■� McClelland
' LDesip�r�sATo Serval Incorporated
Fayetteville, Arkansas
J
Before the equipment is installed, a factory test log of
the generator set showing a minimum of 3/4 hour testing
I. with 1/2 hour at 100 percent rated load at 0.8 power
factor, continuously, shall be submitted to the
purchaser. Voltage and frequency stability and transient
response at 1/4, 1/2, and full load shall also be
' recorded. Normal preliminary engine and generator tests
shall have been performed before unit assembly.
Prior to acceptanceof the installation, the equipment
' shall be subjected to an on -site test at full load with
resistive load bands for a minimum of 4 hours. All
consumables necessary for this test operation shall be
' furnished by the bidder. Any defects which become
evident during this test shall be corrected by the bidder
at his own expense.
' 3.02 PARTS AND SERVICE
A. The engine -generator set bidder shall be the authorized
dealer of the engine -generator set manufacturer, and
shall be factory trained and authorized to provide
service and parts for both the engine and generator at
' any time during the day or night. A description of the
service and parts support capability shall be included
with submittal information.
' 3.03 MAINTENANCE r
A. The bidder shall furnish five copies of operating and
maintenance instructions and illustrated parts books
covering the engine generator and auxiliary equipment
which will require operating instructions and periodic
maintenance.
B. The bidder shall supply a minimum of 3 caution signs with
' a warming that the system can start automatically.
3.04 WARRANTY
' A. The units offered under these Specifications shall be
covered by the manufacturer's standard warranty or
guarantee on new equipment and shall be a minimum of one
' year from the date of delivery to the first retail
customer and shall include 100% parts and labor coverage.
3.05 METHOD OF MEASUREMENT
H
I
I
A. The Emergency Generator shall
unit in place and include all
etc., required for a, complete
be measured
equipment,
job.
L
MadIelland
Engineers
Engineers
VS Innoragralea
Farepeville, Arkansas
as a complete
materials and
Section 16252 - 9
I
3.06 BASIS OF PAYMENT
A. Payment will be made at the contract lump sum price for
the Emergency Generator. The price shall be full
compensation for the furnishing of all materials,
equipment, preparation, installation, and for all labor,
' equipment, tools, and incidentals necessary to complete
this item
Payment will be made under:
Bid Item No. II -11 Emergency Generator
. i
END OF SECTION
1
1
1
Section 16252-10
C41 •pcGelland
Ing
ncorporate
t o rv+l Engineers IFGJerreviJis, Arkansas
SECTION 16400
SERVICE AND DISTRIBUTION
PART I PRODUCTS
1.01 SUPPORTING DEVICES
A. Support all electrical equipment with Unistrut Channel,
' Minerallac Pipe Hangers or in another manner where
details are not indicated.
1.02 SLEEVES
A. Install all conduits passing through concrete floors,
walls, and ceilings in galvanized or black steel pipe
' sleeves of adequate size. Sheet metal sleeves shall not
be used. Caulk sleeves through outside walls above grade
with oakum and leadwool or other approved caulking.
B. Plates for exposed pipe through walls and floors where
exposed to view shall have chrome plated floor or ceiling
plate of size required. Cutting of openings and
' installation of sleeves or frames shall be done in a neat
workmanlike manner. 'Cut openings no larger than required
for the installation; sleeves and/or frames shall be
I. grouted in place. Surfaces around openings shall be left
smooth and finished .Ito match surrounding surface.
C. Floor sleeves in concealed and unfinished locations such
as Mechanical Rooms,}etc., shall extend 1" above finished
floor level. All other sleeves shall extend
approximately 1/4"above surface, but shall allow
placement of escutcheons.
1.03 CONDUIT SUPPORTS
' A. Securely support ail conduit and piping by means of
approved hangers. Support spacing shall be in accordance
with NEC. Make necessary provisions for expansion of
conduit. Securely anchor conduit where necessary to
properly distribute'stresses. Conduit and pipe hangers
shall be supportedwith concrete inserts in concrete
slabs, except as noted. Hangers shall be Unistrut straps
on P3000 channels, depending on the load and span
involved. Minerallac pipe hangers, Beam Clamps or Caddy
Clips shall be usedwhere impractical to use Unistrut.
B. Anchors, bolts, and screws: Securely fasten conduit
straps, disconnect switches, etc. to walls, slabs, etc,
with cadmium plated screws or bolts and Ackerman -Johnson
Section 16400-1
`
yyy MOCle none
' �l-iIncorporated
Fayetteville, Arkansas
1
lead cinch anchors, expansion bolts or equal anchors of
an approved manufacturer and fitted in holes drilled with
' the proper size masonry drill. Wood plugs will not be
accepted and all anchors shall be properly sized in
accordance with the manufacturer's recommendation, for
the load to be supported.
' 1.04 INCOMING SERVICE EQUIPMENT
IA. Install electrical service as indicated on the Drawings,
including trenching; and backfilling, primary conduit,
secondary conduitsi and cables, C.T. cabinet, and
grounding.
B. The power company will furnish and install concrete
transformer pad, pad -mount transformer, primary cables,
' secondary cable connectors, C.T.'s and metering
equipment. The power company will make secondary cable
connections to the transformer.
' C. Coordinate all service and metering details.
D. Furnish and/or install all required material and labor in
' compliance with power company requirements.
1.05 CONDUIT FLASHING
A. All conduits, etc. 'which pass through roof shall be
flashed with four pound (4#) lead flashing and
counterf.lashed or.set in pitch pans to detail approved by
the Architect.
1.06 METERING
' A. Metering requirements shall be determined by the local
power company basedlon the electrical service entrance
size. Coordinate the exact metering requirements with
the local power company prior to start of construction.
1.07 GROUNDING
A. General: Ground all metallic conduits, supports,
cabinets, equipment, system neutrals, and other items
required to be grounded in accordance with the NEC and
other applicable codes. Furnish and install additional
grounding as indicated on Drawings.
B. Furnish and install grounding electrodes if indicated on
Drawings:
1
Section 16400-2
J
klnslelland
Engineers
Engineers
Ineoraorolaled
Fayetleviee, Arkansas
p.
1. Connect metal underground cold water pipe to
electrical system if available. Install
jumpers around water meter, valves, or other
devices which might cause an interruption of
continuity during servicing.
' 2. Concrete encased electrodes - Where indicated
on Drawings, furnish and install electrodes,
jumpers and approved fittings in accordance
' with GroundingElectrode Detail and 1990 NEC
250-81.
3. Grounding rods If ground rods are indicated
or required, furnish and install two 5/8"
minimum diameter Copperweld rods driven not
less than 10 ft'. apart and each with 10 ft. of
• ' length in contact with the soil.
C. Furnish and install connectors which are UL listed and
suitable for the purpose for all grounding connections.
D. Equipment ground wires shall be insulated, and shall be
run from ground bar in panelboard, switchboard, or
' similar equipment to ground lug on equipment served.
E. Equipment grounding:'
' 1. Make all conduits electrically continuous.
2. Furnish and install insulating grounding
' bushings on all conduit connections indicated
on Drawings.
3. Furnish and install an approved ground bar in
all switchboards, motor control centers, and
panelboards which do not serve as service
' equipment.
4. Furnish and install equipment ground wire with
all feeders and with all branch circuits as
indicated on Drawings.
END OF SECTION
I
Section 16400 - 3
Engineers
InrnrOorored
Fayetteville, Arkansas
I
IrI
I
I
I
TI
I
I
I
I
TI
I
TI
I
1
B.
C.
1.02
A.
B.
PART II
2.01
A.
B.
C.
D.
E.
F.
G.
2.02
SECTION 1644O
DISCONNECT SWITCHES
GENERAL
WORK INCLUDED
Disconnect switches!
Fuses. F.
'Enclosures.
SUBMITTALS
Submit product data, under provisions of Section 01340.
Include outline drawings with
ratings for voltage's capacity,
circuit.
PRODUCTS
dimensions, and equipment
horsepower, and short
ACCEPTABLE MANUFACTURERS -DISCONNECT SWITCHES
Cutler Hammer.
General Electric.
Square D.
Westinghouse. }.
I -T -E. 1
Sylvania/Challenger
Substitutions: Under
DISCONNECT SWITCHES{
provisions of Section 01630.
A. Fusible Switch Assemblies: Type HD; quick -make, quick -
break, load interrupter enclosed knife switch with
externally operable handle interlocked to prevent opening
front cover with switch in "ON" position. Handle
lockable in "OFF" position. Fuse Clips: Designed to
accommodate Class R fuses.
B. Non -fusible Switch tAssemblies: Type HD; quick -make,
quickbreak, load interrupter enclosed knife switch with
externally operable handle interlocked to prevent opening
front cover with Switch in "ON" position. Handle
lockable in "OFF" position.
C. Enclosures: Type as indicated on Drawings.
Section 16440 - 1
MCClel lane
, � Ena
Engineer s
A
Incoraorale0
F{ yens villa, Arkansas
1
I _
2.03 FUSES
' A. Fuses 600 Amperes and Less: Sussman Class RK1; RKS; as
indicated on Drawings; dual element, current limiting,
time delay, one-time fuse, 250 volt.
I
B. Interrupting Rating: 200,000 rms amperes.
PART III EXECUTION
3.01 INSTALLATION
A. Install disconnect switches where indicated on Drawings.
B. Install fuses in fusible disconnect switches.
•r
END OF SECTION
I
r
r
r
r
I
I
E
F
Section 16440 - 2
I
I
MnClelland
Consult!, p
neers
` Incorporated
poraled
Fayette villa, Arkansas
r
SECTION 16500
1
LIGHTING
PART I PRODUCTS
1.01 LAMPS
A. Incandescent lamps 'shall be rated at 130 volts and of
size and type as indicated on the Drawings.
B. All lamps shall be manufactured by Sylvania, General
Electric, or Westinghouse.
1.02 EXTERIOR LIGHTING FIXTURES
A. Furnish and install'all lighting fixtures and lamps as
indicated on the Drawings. Fixtures shall be as
specified on Lighting Fixture Schedule.
END OF SECTION
Section 16500 - 1
Maple fiend
�i i Conine s
incorporated
Fayette vine, Arkansas
{
SECTION
16510
LIGHTING
FIXTURES
PART I
GENERAL
1.01
WORK INCLUDED
A.
Interior
luminaries and
accessories.
B.
Exterior
luminaries and
accessories.
C.
Lamps.
D.
Ballasts.
{
E. Poles.
1.02 RELATED WORK
A. Section 16535 - Emergency Lighting Equipment..
1.03 SUBMITTALS
A. Submit product data ,under provisions of Section 01340.
B. Include outline drawings, lamp and ballast data, support
points, and accessory information for each luminaire
type.
PART II PRODUCTS
2.01 INTERIOR LUMINARIES AND ACCESSORIES
A. As scheduled on the Drawings.
B. Recessed FluorescentiLuminaries: Provide trim type and
accessories lrequired ',for installation in ceiling system
installed.
2.02 EXTERIOR LUMINARIES AND ACCESSORIES
A. Enclosures: Complete with gaskets to form weatherproof
assembly.
B. Provide low temperature ballasts, with reliable starting
to 0 degrees F.
Section 16510 = 1
L
M[CIo pond
Consulting
Engineers
Incarp orated
-Fa/e>leville, Arkansas
1
J
'
' 2.03
' B.
B.
C.
D.
2.04
' A.
B.
C.
D.
2.05
A.
B.
C.
D.
E.
,2.06
A.
B.
2.07
A.
PART III
3.01
A.
B.
N
ACCEPTABLE MANUFACTURERS - LAMPS
Sylvania.
General Electric.
North American Phillips/Westinghouse.
Substitutions: Under provisions of Section 01630.
LAMPS
General Use Incandescent Lamps: As scheduled on the
Drawings, rated 130 volts.
Incandescent Reflector Lamps: As scheduled on the
Drawings, rated 130 volts.
Fluorescent Lamps: is scheduled on the Drawings, all by
same Manufacturer.
High Pressure Sodium Lamps: As scheduled on the
Drawings.
ACCEPTABLE MANUFACTURERS - FLUORESCENT BALLASTS
Advance.
General Electric.
Jefferson.
Universal.
Substitutions: Under provisions of Section 01630.
FLUORESCENT BALLASTSt
Fluorescent Ballasts: High power factor type.
Nominal 430 ma Lamp Ballasts: Low energy type.
HID BALLASTS
HID Ballast: Selected by luminaire Manufacturer.
EXECUTION !'
INSTALLATION
Install lamps in luminaries and lampholders.
Support surface -mounted luminaries directly from building
structure. Install fluorescent luminaries larger than
2x4 foot size independent of ceiling framing.
Section 16510 2
McClelland
Incorporaree
Fayetteville, Arkansas
r.
C.
Install recessed luminaries to permit removal from below.
Use plaster frames.;
3.02
RELAMPING
A.
Relamp luminaries which have failed lamps at completion
of work.
3.03
ADJUSTING AND CLEANING
A.
Align luminaries and clean lenses and diffusers at
completion of Work.;:: Clean paint splatters, dirt, and
debris from installed luminaries.
B.
Touch up luminaire and pole finish at completion of work.
3.04
METHOD OF MEASUREMENT
A.
Access road lighting shall be measured in place and shall
be the number of fixtures installed including conduit and
wiring. I
3.05 BASIS OF PAYMENT
A. Payment will be made; at the contract unit price per each
access road light. The price shall be full compensation
for the furnishing all materials, preparation, fundation,
erection, conduit, wiring, and for all labor, equipment,
tools, and incidentals to complete the item.
Payment will
Bid Item No.
be made under:
II -10 Access
END OF SECTION
Road Lights --per each.
Section 16510 - 3
McClelland
Consulting
Engineers
Incorporated
rteville, Arkansas
J
U
r 1
' SECTION 16921
MECHANICAL EQUIPMENT CONTROLS
PART I GENERAL
1.01 WORK INCLUDED
A. Mechanical equipment controls.
1.02 RELATED WORK {•
A. Section 16111 - conduit.
•
B. Section 16120 - Wires and Cables.
' C. Section 16483 - Motor Starters.
D. _All control components to be provided by Division 15.
' E. Connection from control terminal cabinet to control
devices by Division 16.
F. Control connections; to be remote mounted individual
• starters by Division 16 unless otherwise specifically
noted.
PART II PRODUCTS
U.
2.01 ACCEPTABLE MANUFACTURERS
A. As specified in other Sections.
•
PART III EXECUTION
3..01 INSTALLATION
A. Cooperate with Division 15 under provisions of Section
I. 15050 - 1.07 and Section 15550 - 3.02 in connection of
control conduit and wire into control terminal cabinet.
B. Provide remote control connection to remote devices as
required. Coordinate with equipment supplier prior to
construction.
1
END OF SECTION
I.
Section 16921 - 1 I. McClelland
Erpineen
Incorporated
FayeRevllle, Arkansas