Loading...
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