Loading...
HomeMy WebLinkAbout119-95 RESOLUTIONRESOLUTION NO. 119-95 A RESOLUTION AWARDING BID NO. 95-58 AND A CONTRACT IN THE AMOUNT OF $544,939.70, PLUS A 5% CONTINGENCY AMOUNT OF $27,247.00 TO MOBLEY CONSTRUCTION FOR DRAINAGE WORK AS DESCRIBED IN FEDERAL GRANT AIP #20. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. The Council hereby awards Bid No. 9.5-58, and a contract in the amount of $544,939.70 plus a 5% contingency amount of $27,247.00 to Mobley Construction for drainage work as described in Federal Grant AIP 1120; and authorizes the Mayor and City Clerk to execute same. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 19th day of September , 1995. ATTEST:>� 7c2.1 By: (/ c J Traci Paul, City Clerk APPROVED: By: fired Hanna, Mayor SECTION O0500 CONTRACT THIS AGREEMENT, made and entered into on the EXHIBIT A /q/%i day Seem bet , 1995, by and between Mobley Contractors, Inc, herein called th called t e Contractor, and the City of Fayetteville, hereinafter he Owner: WITNESSETH: That the Contractor, for the consideration hereinafter fully set cut, hereby agrees with the Owner as follows: 1. That the Contractor shall furnish all the materials, ar_n perform all of the work in manner and form as provided by the following enumerated Drawings, Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled Extended Runway 16 Safety Area and Drainage improvements, dated July, 1995, including: Advertisements for Bids; Addenda; Instructions tc Bidders; General Provisions; Special Provisions; Performance and Payment Bonds; Specifications; the Prcposal and acceptance thereof; and the Drawings. Sheets 1 through 7 2. That the Contractor shall commence the work tc be performed under this Agreement on a date to be specified in a written order of the Owner and shall fully complete all work hereunder in 90 calendar days. 3. That the Owner hereby agrees to pay to the Contractor for the faithful performance of this Agreement, subject to additions and deductions as provided iri the Specifications or Proposal, in lawful money of the United States, the amount ot: Five Hundred Forty Four Thousand Nine Hundred Thirty Nine dollars and 70 cents ($544,939.70), based on the Tota. Bid Price contained herein. Section CC500 - 1 That within 30 days of receipt of an approved payment request, the Owner shall Hake partial payments to the Contractor on the bas:s of a duly certified and approved estimate of work performed during the preceding calendar month by the Contractor, LESS the retainage provided in t he General Provisions, which is to be withheld by the Owner until all work within a particular part has been performed strictly in accordance with this Agreement and until such work has been accepted by the Owner. 5. That upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls, material bills, and ether costs incurred by the Contractor in connection: with the construction of the work have been paid ir. full, final payment on account ot this Agreement shall be made within 60 days after the completion .by the Contractor of all work covered by this Agreement and the acceptance of such work by the Owner. 6. Liquidated Damages: Owner and Contractor recognize that t ime is of the essence cf this Agreement and the Owner will suffer financial loss if the Work is not completed within the times specified in above, plus any extensions thereof allowed ir. accordance with the General Previsions. They also recognize the delays, expense, and d ifficulties involved in proving the actual loss suffered by Owner if the Work is not completed on tame. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner Three hundred and fifty dollars ($350.00) for each day that expires after the time specified in paragraph 2 for Completion. 7 :t is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the Cwner shat_ deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at his expense, within 5 days after the receipt of notice from the Cwner, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the Owner. Ir: such event, nc further payment to the Contractor shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of Section C0500 - 2 the work stall be furnished in manner and form satisfactory to the Owner. 8 No additional work or extras shall be done unless the same shall be duly authorized by appropriate action by the Owner in. writing. The Contractor agrees that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers _n the performance of this contract, as defined in (a) below. (a) The following terms apply to this clause: 1. Steel and manufactured products. As used in this clause, steel and :manufactured products include (1) those produced in the United States, if the cost of its components mined, produced or manufactured in the lJn:ted States exceeds 60 percent of the cost cf al] its components and final assembly has taken place in the United States. 2 Components. means those incorporated products. As used in this clause, components articles, materials, and supplies directly Into steel and manufactured 3. Cost of Components. This :means the costs for production of the components, exclusive of final assembly labor costs. Th:s Contract shall he binding upon the heirs, representatives, successors, or assigns of the parties hereto, including the surety. Section 00500 - 3 Iti WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above written, in four (4) counterparts, each of which shall, without procf or accounting for the other counterpart be deemed an original Contract. WITNESSES: �' ! F^ ` Mobley Contractors, Inc. Contractor x. -1 •'.< ,f Jit te•... �F1 j. I. A'I"1't,S'1' : 1 11 Secretary CITY CLERK Aapryved as to form: .� / c Attorney or Owner Titre City of Fayetteville Owner By 0 -7(1411/1/1• -•Le ---- Mayor Tile Section 00500 STAFF REVIEW FORM AGENDA REQUEST X_ CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of NJA FROM: Dale Frederick Name Airport. Division General Gvmt. Department ACTION REQUIRED: Review and approval of Change Order No. #1 with Mobley Contractors, Inc. for the drainage improvements project (AIP #20) at Drake Field. The work is a drainage inlet change which was anticipated due to a modification from original design which has now been agreed upon by the Highway Dept. and the F.A.A. A contingency of S27,247 was approved with the contract (see attached resolution. 4119-95) The F.A.A. has verbally concurred with the Change Order and a formal letter is being processed. COST TO CITY: $ 27,246 $ 1,323,589 Cost of this Request Category/Project Budget 5550 3960--7820.20 Account Number 94086.0001 Project Number $ 656,641 RW :6 SAFETY AREA/LAND ACQ, Category/Project Name Contributionsjcrarts Funds used to date Program Name $. 6661948 Remaining Balance Airport Fund BUDGET gEVIEW: X Budgeted Item Budget Adjustment Attached Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: Accountigg Manager nil tits At 1 Purchasing Officer Date Date Date STAFF RECOMMENDATION: GRANTING AGENCY: A Cpordir}, Date I Y" � / !' ..r : --14 �-'� /�- �`T - e6 I ternal Auditor 517 Date Staff and FAA Recommends Division Head Department Director Adminis ae Services Director Mayor Approval l�c u /4, eC J� Date Date Date: Da't Cross Reference New Item: Yes No Prev Ord/Res#: Orig Cont. Date: FAYETTEVILLE THE CITY OF FAYETTEVILLE AIRPORT DEPAR'MEN- TO: Staff Reviewing Personnel FROM: Dale Frederick, Airport Manager DATE: November 9 1995 SUBJECT: REQUEST APPROVAL OF CHANGE ORDER #1 WITH MOBLEY CONTRACTORS, INC. FOR THE R/W 16 SAFETY AREA WORK/AIP #20 Attached please find five (5) original Change Order #1 documents for the above referenced project. This change in the project was anticipated and accordingly, a contingency was included and approved with the original contract to cover the estimated cost of this change. A copy of the Resolution authorizing the original contract and the contingency is included for your convenience. The initial transition structure had to be :modified to meet both F.A.A. and Highway Department requirements, however, at the time the original contract was approved the issue was not yet resolved. F.A.A. has verbally concurred with the Change Order and amount. A written confirmation is in process from F.A.A. at this time. Should you have any questions or require additional information, please do not hesitate to contact this office. Attachments: Five (5) original Change Order #1 documents Review Form Resolution #119-95 4500 SOUTH SCHOOL AVENUE, Sl."E F • AIRPOR"ERMINAL BUILDING • FAYETTEVIL_E AR 72701 PHONE 501-521-475C • FAX 53'-52--'735 OWNER: City of Fayetteville 113 West Mountain Fayetteville, Arkansas 72701 PROJECT: Runway 16 Safety Area Grading and Drainage Improvements Drake Field, Fayetteville, AR AIP 3-05-0020-20 Change Order No. 1 Date: November 7, 1995 Project No. FY952108 Contract Date: September 19, 1995 CONTRACTOR: Mobley Contractors, Inc. P.O. Box 1647 Fayetteville, Arkansas 72702 The following changes to the Contract are hereby ordered: Change the original transition culvert and drainage structures at Stations 0+10 through 0+20 to a grated system with side inlets as shown on these revised Contract Drawings: Sheet 3, Grading and Drainage Plan, Revision 1, dated September 25, 1995. Sheet 6, Details, Revision 1, dated September 25, 1995. This change is summarized as follows: a. Change the original 18 -inch RCP with flared ends at Stations 0+07 and 0+20 to 30 -inch RCP with inlets at Stations 0+10 and 0+15 as shown on the Revised Drawings. b. Add an FAA -approved, three -unit, grate inlet assembly to the Transition Culvert at approximately Station 0+13 as shown on the Revised Drawings. The grate assembly shall be Neenah R -3475-G, or approved equal. c. Change the Grading Plan as shown on the Revised Drawings. Revise the Cost for Bid Item No. 15 for the Transition Structure for the additional and revised inlets, per attached letter from Mobley Contractors, Inc. dated 11-6-95 from $21,099.00 to $49,345.00 Add $27,246.00 Original Contract Amount Previous Change Order Amount Change Order 1 Will Increase the Contract Amount By Revised Contract Amount Contract Time Increase in Contract Time Revised Contract Time CONTRACTOR: Mobley Contractors, Inc. By: ENGINEER: Ron Mobley, McClelland Consulting Engineers, Inc. By: OWNER: City of Fayetteville Fred Hanna, Mayor By: $544,939.70 $0.00 527.246.00 $572,185.70 90 calendar days 0 calendar days 90 calendar days it 7 95 Date Date -/(, -9S_ Date ®®® IYbbley P.O. Box 1647 Fayetteville, AR 72702 Office (501) 443-2253 November 6,1995 Mr. Wayne Jones McClelland Consulting Engineers P. 0. Box 1229 Fayetteville, Arkansas 72701 RE- Change Order #1 Drake Field, Fayetteville, Arkansas Cost to do additional work approved by AHTD. Labor $ 9,920.00 Material 15,826.00 Equipment 1,500.00 Total Change Order #1 $27,246.00 Ron Mobley, Jr. Vice President RESOLUTION NO. 119-95 41CROFILMED A RESOLUTION AWARDING BID NO. 95-58 AND A CONTRACT IN THE AMOUNT OF $544,939.70, PLUS A 5% CONTINGENCY AMOUNT OF $27,247.00 TO MOBLEY CONS IRUCTION FOR DRAINAGE WORK AS DESCRIBED IN FEDERAL GRANT AIP #20. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. The Council hereby awards Bid No. 95-58, and a contract in the amount of $544,939.70 plus a 5% contingency amount of $27,247.00 to Mobley Construction for drainage work as described in Federal Grant A]P #20; and authonzes the Mayor and City Clerk to execute same. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 19th day of September , 1995. ATTEST: By: (72LOC/ Traci Paul, City Clerk APPROVED: Bv: red Hanna, Mayor Y..,Vna To S.^.. TO tr McClelland Consulting Engineers, Inc. P 0 Box 1229 1E;0 No Co lege Ave FAYETTEVIL:E, ARKANSAS 72702 Phone (501) 443-4271 443.2377 CLT( aF FANCFTEJ LLLE GEN-LEMEN• -Licurin 131,777,5:. A_ 71a OP •i" Z4 s�P 9S P1952108 CiT`(CLERK (T. PAUL' DE -4 -Ke FIELD ry\4 I(o SRr6t'j AteEIq 624 -DWG -DI7-41446 6 l M PRO VEMEA3T5 WE ARE SE NDING "OJ Attac^ed Under separate cover via "e `allowing items Shcp drawrgs Prirts plans Samples Speci'icatons Coy o' ewer Change order V. cox)nt:Cl DoCUMFJJTS 0.3 FS 1 - DATE" NO DrSCgIPT ON 9 , Cc[nPLSTet) PRQJCLf MR!JO AL. 1 1 -1 — --- - - I 1NESE PRE TRANSMITTED as checked below: For approve' Aperovec as s,.bnitted Resubm.t _ __cep es for approval For your use Approves as noted Submit copies fcr distrib:,tion As requested Ret.,rned for ccrections Return corrected prints For review ano comment FOR BIDS DUE _- -_ --__ -- _ _-_ _19 - -__ _ PRINTS RETURNED AFTER LOAN 70 US REMARKS COPY TO_ S.. .u: nn u,wa e.ni. ... S O COSMOS Na. SIGNED. ifenctosu'ss sot not as noted, k'ndry notify us bt/once eack 5-5K' MICROFILMED Pte)- )19-95 • CONSTRUCTION SPECIFICATIONS FOR RUNWAY 16 SAFETY AREA GRADING AND DRAINAGE IMPROVEMENTS C ��►-�c�tnal> S TO • DRAKE FIELD MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS tttttttt !fit re ttt et Q %\ • • 7- c••, • • aeetEU,AND CONSULT! NG .`.';GINEERS, IN No.24 +q~ Et ...... SSfl ...G��,..... AIP PROJECT NO. 3-05-0020-20 FY952108 JULY, 1995 Prepared By: Arne/1 igneo' ro sone/ McClelland Consulting Engineers, Inc. 1810 North College, P.O. Box 1229 Fayetteville, Arkansas 72702-1229 (501) 443-2377 / AR.4 RECtO., " `���gist J'.1 NAL •CINEFR i! * * �6 .,$No.81•S3 srp d ADDENDUM NO. 3 Runway 16 Safety Area Grading and Drainage Improvements Drake Field Fayetteville, Arkansas AIP 3-05-0020-20 Project No. FY952108 The original Plans and Specifications dated July, 1995 for the project are amended as noted in this Addendum. Receipt of this Addendum shall be acknowledged on the Proposal. This Addendum consists of 2 pages Changes to the Specifications Item No. 1 Change Bid Item No. 21 on Page 7 of the Proposal to Read 755 SY. Except as expressly amended herein, the Plans and Specifications shall remain in effect as originally released. McCLELLAND CONSULTING ENGINEERS. NC. W w vsz` Mark A. Westberg, P.E. August 29. 1995 AI -1 C4\- ADDENDUM NO. 3 Page 2 Runway 16 Safety Area Grading and Drainage Improvements Receipt acknowledged and condition agreed to this day of , 1995. Please sign, date and fax your acknowledgment of receipt of Addendum No. 3 as soon as possible. Bidder By **NOTE: Fax acknowledgment of Addendum is required in addition to acknowledgment in the Proposal section of the Specifications. Al -2 ADDENDUM NO. 2 Runway 16 Safety Area Grading and Drainage Improvements Drake Field Fayetteville, Arkansas AIP 3-05-0020-20 Project No. FY952108 The original Plans and Specifications dated July, 1995 for the project are amended as noted in this Addendum. Receipt of this Addendum shall be acknowledged on the Proposal. This Addendum consists of 2 pages Changes to the Specifications Item No. 1 Change Contract completion time on Page 3 of the Proposal from 60 days to 90 days Except as expressly amended herein, the Plans and Specifications shall remain in effect as originally released. McCLELLAND CONSULTING ENGINEERS, INC Mark A. Westberg, P.E. August 28, 1995 Al -1 ADDENDUM NO. 2 Page 2 Runway 16 Safety Area Grading and Drainage Improvements Receipt acknowledged and condition agreed to this day of , 1995. Please sign, date and fax your acknowledgment of receipt of Addendum No 1 as soon as possible. Bidder By **NOTE: Fax acknowledgment of Addendum is required in addition to acknowledgment in the Proposal section of the Specifications. A;-2 ADDENDUM NO. 1 Runway 16 Safety Area Grading and Drainage Improvements Drake Field Fayetteville, Arkansas AIP 3-05-0020-20 Project No. FY952108 The original Plans and Specifications dated July, 1995 for the project are amended as noted in this Addendum. Receipt of this Addendum shall be acknowledged on the Proposal. This Addendum consists of 8 pages Changes to the Specifications Item No. 1 Change Bid Item No. 15 on Page 6 of the Proposal to Read 1 each and /$ /EA. Item No. 2 Add the following phrase to the end of the Deductive Base Bid description on Page 8 of the Proposal: allowing an equipment height of 23 feet above finished grade with a maximum elevation of 1273.0 feet. Item No. 3 Delete Pages 4 through 8 of the Special Provisions and replace with the Revised Pages 4 through 8 included in this Addendum. Changes to the Plans Item No. 4 Refer to sheets 4 and 5 of the Plans The earth cover for the box culvert shall be a minimum of 2 feet The surface grades shall be adjusted accordingly. Al - I ADDENDUM NO. 1 Page 2 Runway 16 Safety Area Grading and Drainage and Grading Improvements Item No. 5 Add the attached Displaced Threshold Detail to the Plans. Except as expressly amended herein, the Plans and Specifications shall remain in effect as originally released. McCLELLAND CONSULTING ENGINEERS. INC. Mark A. Westberg, P.E. August 25, 1995 Receipt acknowledged and condition agreed to this day of 1995. Please sign, date and fax your acknowledgment of receipt of Addendum No. 1 as soon as possible. Bidder By **NOTE: Fax acknowledgment of Addendum is required in addition to acknowledgment in the Proposal section of the Specifications. A1-2 J I I I I 1 I I 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 closed runway time, 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. (h) Inspections will he made frequently by both the Airport Owner and Engineer during cx-itical phases of the work to insure i.hat the Contractor is `.o]lowtng the required safety procedures. Due to the nature of the proposed project the Ccntracter'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 "closed airport" conditions. in addition, upon completion of each day's work, the Contractor must restore the runway safety area to a condition meeting safety requirements. The runway must be closed for the portion of the work including the culvert construction and grading within the runway safety area and work recuiring equipment whose height is above the Approach Slope Elevation for normal or Displaced Threshold conditions, however closed runway shall occur only during nighttime working hours defined below. The following sections contain additional information and requirements on the construction procedures. (A) Work Requirements. The Contractors shall provide adequate portable lighting during nighttime hours to minimize shadows within the work area. The minimum light level at any point shall be two foot-candles. The Contractor will be working within the runway approach slope for Runway 16 for the drainage channel improvements. The approach slope have required obstruction fee areas which depend upon the distance from the end of the runway as herein before described. ' The Contractor will be subject to working within the existing 34:1 runway protection zone/approach slope for Runway 16 (north end) or ' Displaced Threshold Approach Slope and shall keep his equipment below this slope during all aircraft operations. The Contractcr shall be limited to equipment height of less than 12 feet above the ' planned finish grade or below elevation 1258.4 at the south edge of the box culvert during daytime under normal conditions. Under a 200 foot Displaced Threshold condition the Contractor shall be limited Ito equipment height of less than 18 feet above the planned finished grade or below elevation 1264.3 at the south edge of the box IAl -3 Special Provision - 6 (revised) 1 culvert. Should equipment. of greater height be required to perform the work, then the Contractor shall work during the night under closed runway conditions. The Contractor shall generally follow the sequence of work set out below. RUNWAY _6 SAFETY AREA SEQUENCE CF WORK 1. Perform work under Closed Runway condition at Night or Displaced Threshold condition during daylight. 2. Construction temporary security fencing 350 feet from the end of Runway 16. 3. Strip topsoil from area. 4. Excavate channel, spread earthwork over safety area. 5. Seed completed area. 6. Construct box culvert a. Cast -in -Place concrete b. Precast Culvert 2-8' x 4' 7. Backfill culvert sections. 8. Place riprap channel protection. 9. Construct fence and remove temporary fence. 10. Finish seeding. (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 closed airport. This order of work is a suggested schedule, subject to variations; such variations can be approved by the Engineer. Al -4 Speciai Provision - 8 (revised) I Order of Work Work Work Runway ' Phase Time Limitations Work Items 1 Night Closed Runway Clearing, Earthwork, Culvert Construction, ' Runway Safety Area Grading IA Day with Displaced Clearing, Earthwork, height Threshold, If Culvert Construction, restrictions Allowed by Runway Safety Area Grading I Alternate Bid II Day Fencing and Seeding ' Closed Runway/Airport. The runway shall be closed at night in order to complete the rehabilitation work within 250 feet either ' side of the extended runway centerline and when equipment height above the approach slope is required. The schedule for the closed runway periods have been established to minimize the effect upon flight operations. The Contractor shall beau, the work on the first night the runway is closed. The runway shall remain closed each night as directed by the Engineer until the Contractor completes the improvements within the restrictions outlined above. (1) Closed Runway Markings. The Contractor shall provide two - yellow closed crosses as shown on the Plans. The crosses ' shall be placed at each end of the pavement at the start of each night's work. The runway lights, VASI, MALS, Beacon and Windcone lights shall be turned off during periods the runway is closed. The closed runway crosses shall be removed from the runway by the Contractor at the end of each night's work. The crosses shall remain the property of the Contractor upon ' completion of work. No separate payment shall be made for providing, installing, and removing the closed runway crosses. '• (2) Flight Operations Between 11:56 P.M. and 5:30 A.M. Flight operations during the normal night working hours may occur due to delayed American Eagle Airlines, U.S Air, N.W. Air, T.W. Express, or Atlantic Southeast flight delayed after 11:56 P.M. (3) Suspension Time. Based on information affecting the ' operation of aircraft, and his conclusion that the possibility of work on that night will be remote, the Engineer shall notify the Contractor no later than 11:30 P.M. that work for ' that night is to be suspended. Upon receipt of such notification, the Contractor shall alert his personnel not to report for work on that night. ' AI -S Special Provision - 8 (revised) I not directed that the project. be placed under suspension as provided l.n subparagraph (C) above, the conditions develop that work cannot begin a:. 12:00 Midnight. The factors controlling standby time are as follows: (a) The Contractor's reporting to work at 11:45 P.M. (b) The Engineer's notification to the Contractor at or '• prior to 11:30 P.M. that work cannot begin at 12:00 Midnight. ' (c) The Engineer's instruction to the Contractor to hold his personnel on standby because of the possibility of working after 12:00 Midnight. The Engineer may ' repeat his instruction to continue on standby time at intervals of one (1) hours, or at longer intervals, as ir. his judgement is appropriate. Standby time shall ' occur, and be measured by, increments of one half hour, The Contractor shall not be required to hold his personnel on standby basis later than 2:00 A.M. If the Contractor so selects, he may hold his personnel later than midnight, but the time after 2:00 A.M. will not he included in the measurement of standby time. Days involved in standby time will not be excluded from contract time, but shall be included in the count of consumed contract days. ' The Contractor will normally be placed on standby time if the last scheduled daily flight is delayed past 11:56 P.M. cr if a charter flight is scheduled after 12:OC midnight. (d) Measurement and Payment Standby time will be measured in increments of one half hour and payments shall be made at the unit price bid under Bid Item No. 18 for: Standby Time, per hour. (e) Legal Holidays. No holiday, including Sunday, will be observed during night time (closed runway) work. Observation of legal holidays during the other Work Phases shall be at the discretion of the Contractor. hi tiflpL,xqaa!p!Pta,ffitt.ct.I ' (1) The Contractor shall construct and install displaced threshold markers along the north end of the runway as needed to perform work within the extended runway safety area during the alternate daytime ' A]-6 I I within the extended runway ;;af y a:ea during the alternate dayt.imc working hours. This Displacr=d Threshold will apply for all aircraft landing or taking oft on Runway 16. When Aircraft are us:ng Runway • 34 for take oft south Lo north) the Contractor will not he allowed to work under the Displaced Threshold conditions and will limit his equipment height to the normal approach surface. Threshold Displacement Displacement Work Phase Time Runway 16 (200 ft) _A 12 hours per day from 7:00 a.m. to 7:00 p.m. (2) The Contractor shall make every effort to limit 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 :0' 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. Wire stakes 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. c. 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 displaced threshold markers. (E7 Clean-un. From time to time the Contractor shall clean up the construction site, in order that the site present a neat appearance ' and the progress of the work not be impeded. One such period of clean-up shall immediately precede final inspection. Immediately following acceptance of the work by the Owner, the Contractor shall remove all temporary plant, I Al -7 Special Provision - 6 (revised) [1 C J O S W I 2 ra 0 O ha a 9999 e O a'n {Om- � O O r 0 J 0 W c 0 0 >- 0 0— Ui — . z CONSTRUCTION SPECIFICATIONS FOR RUNWAY 16 SAFETY AREA GRADING AND DRAINAGE IMPROVEMENTS TO DRAKE FIELD MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS AIP PROJECT NO. 3-05-0020-20 FY952108 JULY, 1995 Prepared By: f4nerosere McClelland Consulting Engineers, Inc. 1810 North College, P.O. Box 1229 Fayetteville, Arkansas 72702-1229 (501) 443-2377 TABLE OF CONTENTS SEC_=ON PAGE NO. Notice to Contractors 1-4 Instructions to Bidders Proposal :-14 Bid Bond :-2 Equal Opportunity Certification Notice of Award i Contract 1 8 Federal. Wage Decision. 1-4 Notice tc Proceed 1 Wage, Labor, EEO, & Safety Requirements 1-23 General Previsions (FAA Standards, as revised for this project) 1-72 Section 13. Definition of Terms 1-6 Section 20. Proposal Requirements and Conditions 7-li Section 30. Award and Execution of Contract 12-13 Section 40. Scope of Work 14-18 Section 50. Ccntrol of Work 19-25 Section 60. Control of Materials 26-29 Section 70. Legal Relations and Responsibility to Public 30-39 Section 80. Prosecution and Progress 40-47 Section 90. Measurement and Payment 48-56 Section 100. Contractor Quality Control Program 57-65 Section 110. Method of Estimating Percentage of 66-72 Material Within Specification Limits (PWL) I TABLE OF CONTENTS 'Continued) SECTION PAGE NO. Special Provisions 1-32 General 1 Description of the Project 1 Coordination at the Work 1 ' Safety Requirements and Construction Procedures 1-11 Identification of "Engineer" 11 Authority of Engineer 11-13 Lim rations of the Engineers Responsibilities 13 • Engineer's Visits to the Site 13 14 Contractor's Exair.ination 14 Arrangerrent of Specifications and Plans 14 Worknen 15 Horseplay 15 ' Insurance 1S 20 Subcontractors 23 Contractor's Routine Access to Site 20 ' Owner-Furn:shed Materials 20 Quality of Plans 20-21 Partial Acceptance 21 Progress Schedule 21 Contractor to Perform Construction Staking 21-22 Work Done Without Lines and Grades 22 Preservation of Monuments and Stakes 22 Other Contractors 22-23 Record Drawings 23 Publicity 23 ' Modifications and Waivers 23 Standards 23 Testing 24 ' Payment for Stored Materials 24-25 Cost of Plans arc Specifications 25 Ownership of Engineering Data 25 Partial Sets of Plans and Specifications for Subcontractors 25 Damage to Existing Facilities 25 Reporting of Accidents 25 Pre -Construction Conference 25-26 Waterways 26 Safety and Security 26 I I I I I 11 I II TABLE OF CONTENTS (Continued; SECTION Special Provisions (ccnt:nued) Function of :he Engineer and Relationship Between Engineer and Contractor Contractor's Responsibility Regarding Special Application Materials and Products Temporary Facilities Permits, Licenses, Laws, Ordinances Regulations and Taxes Excavation Safety PAGE NO. FAA Standard Specifications (As Revised for this Project) ? �56 1 P-209 P 610 F-162 D-701 ' D-752 T-901 T- 904 T -9C5 T-908 26-2.8 28 29 29-30 Excavation and Embankment _ 9 Temporary Air and Water Pollution, Soil Erosion, and Siltation Contrcl 1-5 Crushed Aggregate Base Course 1-5 Structural Portland Cement Concrete 1-8 Chain Link Fences 1-5 Pipe for Storm Drains & Culverts 1-6 Concrete Box Culverts 1-5 Seeding 1-4 Sodding 1-4 Topso:l:ng 1-3 Mulching 1-3 Appendices Appendix A Appendix B Appendix C Safety Requirements Order SW 5200.5 "Buy American" Exclusion Products OSHA Standard for Excavation & Trenches Safety Program I ' NOT:CE :o CONTRACTOR Notice is hereby given that :n pursuance to an order of the City of • ' Fayetteville, sealed bids will be received at the Purchasing Office or Room 372 of the City Administration Building, 113 West Mountain, Fayetteville, Arkansas, until 2:OC D.m., on the 30th day of August, ' 1995, for the furnishing of all tools and labor, and the performance of work tc be done in construction of drainage and grading improvements at Drake Field, Fayetteville Municipal Airport. ' Work under this Contract shall include construction of the drainage and grading improvements necessary to extend the runway safety area north of Runway 16. The location of the work is set out in the Pans and Specifications ' to be on `file in the offices of McClelland Consulting Engineers, Inc.: P.O. Box 1229, :810 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 2:05 p.m. local time, on the 30th day of August, 1995, and at such adjourned meetings thereafter ' as may be necessary. All necessary work, materials, and every item of construction shall be in accordance with the Plans and Specifications as prepared by the Engineer. Copies of the documents may be obtained from the office of the Engineer upon the payment of the sum of Seventy-five dollars (575.00), said payment not being refundable. Pertinent information and the detailed specifications will be furnished to suppliers at cost of reproduction. 1 A Pre -Bid Conference will be held at 2:00 p.m. on August 17, 1995 at the Airport Managers office in the Terminal Building, Drake Field, Fayetteville, Arkansas. The purpose of this meeting is to review the project requirements with the prospective bidders and to • tour the project site. I C1 I 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 Ii Eacn Did must he 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 cf 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 (.00%) of the contract amount, at the time of the award of the contract, _f said contract exceeds $100,000. ' Notice is hereby given that. the City of Fayetteville is an Equal Opportunity employer. Buy American Requirement. Unless otherwise approved by the FAA, • the sponsor will not acquire or permit any contractor or subcontractor to acquire any steel or manufactured products • produced outside the United States to be used for any project for airport development for which funds are to be provided under the FAA grant. I I 11 I I I I I 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. 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 cf 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 to 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 ccntract (subcontract; and shall be submitted with the proposal. If the Notice to Contractors - 2 I I bidder fails to achieve the contract qca: as stated herein, :t will be required to provide documentation demonstrating that IL made good faith efforts in attempting to do Sc- A bid that fails to meet these requirements will be considered nor, responsive. The City cf Fayetteville reserves the right to reject any and all bids, and to waive any formalities deemed to be in the best interest of the Commission. ' 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 tc notify prospective subcontractors of the requirement for such a Certification where the subcontract exceeds $10,000. Samples cf 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 or, this project having 5C 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 wi;: be afforded equal opportunity in all areas of 1• employment. However, the employment of women shall not diminish the standards or requirements for employment of minorities. The Bidder's attention is called to the "Equal Opportunity Clause" avid the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. The goals and timetables fcr minority and female participation, expressed in percentage terms for the contractor's aggregate work force in each are as follows: trade on all construction work in the covered area, Goals for Goals for Females Minority Participation Participation in each trade is 6.90 in each trade is 3.3,; These goa-.s 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, Notice to Contractors 3 I arid Washington counties in Arkansas and Adair and Delaware counties ;n Oklahoma. The Contractor shall provide written notification to the Directcr, OFCCF, within 10 working days of award of any construction subcontract in excess of $1C,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 :dertification number; estimated dollar amount cf 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 tc the tact that no less than the minimum salaries and wages as set forth _n the Contract Documents must be paid on this Project. The Bidder must supp]y all the information required by the proposal form. The attention of all bidders is called to the _`act that they must be licensed under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature, as amended. P.O. No. Peggy Bates Purchasing Officer City of Fayetteville Fayetteville, Arkansas Nct:ce to ContracLors - 4 .E'__ CC1CC INSTRUC'_ICNS TO B-DDER PARAGRAPH NO./TITLE PAGE NO. _ 1. FORMA=.. 1 2. SPECIFICATION LANGUAGE .............................I 3. GENERAL DESCRIPTION OF THE PROJECT .................. 1 4. QUALIFICATTON CF BIDDERS .... 5. DOCUMENT INTERPRETATION ............................. i 6. BIDDER'S JNDERS'_AN::TNG .............................. ^. . PROJECT MANIJAL & DRAWINGS .......................... 2 8. YPE CF BID ........................................ 9. PREPARATION OF BIDS................................3 1C. STATE AND LOCAL SALES AND USE TAXES ................. 4 11. SUBMISSION OF BIDS ................................. 4 12. TELEGRAPHIC OR WRITTEN MODIFICATION OF BIDS ........ 4 13. WITHDRAWAL OF BID..................................4 14. BID SECURITY ........................................ 4 15. RETURN OF BID SECURITY .............................. 5 16. AWARD OF CONTRAC'I..................................5 17. BASIS OE'' AWARD ...................................... 6 18. EXECUTION OF CONTRACT ............................... 6 9. PERFORMANCE AND PAYM�.NT BONDS ....................... 6 20. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND ......... 7 21. AN PERFORMCE OF WORK BY CONTRACTOR ................... 7 2.2. TIME O1' COMPLETION .................................. INS':,RUJNS TO BIDDER PARAGRAPH NO./TITLE PAGE NO. 23. PROVIDING REQU-RED INSURANCE ...................8 24. TRENCH AND F.XCAVA=ICN SAFETY SYSTEM ................. 8 25. SUBCONTRACTOR'S PER'rCRMANCE AND PAYMENT BOND........ 8 26. PROPOSED SUBSTITUTION FOR SPECIFIED -:EMS........... 8 I I C I I I I I .: r:CI 00100 INSTRUCTIONS TO BIDDERS L. FORMAT 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 d_vide 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 tc and are directed to the Contractor. 3. GENERAL DESCRIPTION OF THE PROJECT A general description of the work to be done is contained rn the ADVERTISEMENT FOR BIDS. 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. E I E I 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. S. 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, Section 00130 1 [1 I ' nid si:cu. ri '. ht re be any doubt d:: Lc '_illmedIang Ux intent- of said Contract- Documents, the Bidder should request of the Engineer, in ' wririnq (received by the Engineer at least 5 working days pricx Lc bid opening) an interpretation. thereof. Any interpretation cr charge in said Contxac` Documents will be made only in writing, in ' the form ot 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. ;he Owner cr Engineer will not be responsible for any other explanation or interpretations ot said Documents not issued in writing by Addendum. ' 6. BIDDER'S UNDERSTANDING Each Bidder must inform himself cf the conditions relating to the execution of the Work, and it is assumed that he will inspect the site and make himself thorouchly familiar with all the Contract Documents. railure to do so w:ll not relieve the successful Bidder of nis obligation to enter into a Contract and complete the contemplated Work in strict accordance with the Contract Documents. t 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 ot 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. 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 cf labor, protection ot public and employee safety and health, environmental protection, the protection of natural 1 resources, fire protection, burning and nonburning requirements, permits, fees, and similar subjects. 7. PROJECT MANUAL AND DRAWINGS No return of Project Manua: or Drawings xs 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 Section 00100 - 2 r L, n tO :.he Con tracLC1 tit �7..JJ per set. Partial serF: w.IL I:oL he avai1ah1e. 8. TYPE OF BID ' Unit prices shall be submitted in the appropriate places on the Bid. The total amount to ne paid the Contractor shalt be the total amount of the un:t price items as adjusted based on quantities ' installed and/cr any adjustment for additions or deletions resulting from additive or deductive alternates or change orders during construction_ 9. PREPARATION C_ RIDS All blank spaces in the Bid form must be filled in, preferably in ' BLACK ink, in both words and figures where required. Nc changes shall be made n the phraseology of the forms. Written amounts shall govern in cases cf discrepancy between the amounts stated in ' writina and the amounts statea 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 whicn in any manner shall fail to conform to the conditions cf the published ADVERTISEMENT FOR BIDS. 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 ne 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 he 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. Section CC1C0 3 I 1 10. C AND LOCAL SALES AND USE TAXES ' Unless the Special Provisions 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, un_ess provision is trade in the Bid form to separately itemize the tax. Iii. SUBMISSION OF BIDS All Bids must oc submitted, net later than the time prescribed, at the place, and in the manner set forth in the ADVERTISEMENT FOR BIDS. Bids must be made on the Bid forms provided herein. Each Bid must he submitted in a sealed envelope, so marked as to ' indicate its contents without be'.ng opened, and addressed in conformance with the instructions in the ADVERTISEMEN'. FOR BIDS. Bids may not be submitted by FAX machines. 12. TELEGRAPIIIC 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 O_ Bit: ' 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 or. 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 Section 00100 - 4 I LI_Jt the :3.dde:' will rot W: _ lldraw h::; Bid foi- a ti iod tc1 ( C layi after bid openinq, and that :f awarded the Contract, the successful ' Bidder w:» execute the attached Contract and fuurninh properly executed Performance and Payment Bonds, each in the full amount. of :he Contract price wit_rin the time specified. ' =he Attorney -in --Tact (Resident Agent) who executes this bond in behalf ot 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 execut_on ct the bond. ' All bid bonds and Contract bonds shall be executed by a licensed resident agent ot the surety havinc 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. 3.` :.::he 3idder elects to furnish a Bid Bond, he shall use the Bid Ror.d form bound herewith, or one conforming substantially thereto in form and content. t15. 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 90 calendar days after the opening of Bids, unless otherwise stated in the ADVERTISEMENT FOR BIDS 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, :f ' made, will be made within 90 days after the opening of Bids. I Seczicn 0010.) `. H I ' i 'r3 __ S AWAR' ' If, at the time this Contract is tc be awarded, the total Base Aid cf 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 Eeductuve Alternates. I I I I C I H H I I I 18. v,Xf:CUTION OF CONTRACT ,he successful Bidder shall, within 15 consecutive days after receiving net ce of award, sign and deliver tc 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 exec-ition of the o:trc.ct 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. 19. PERFORMANCE AND PAYMENT BONDS 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 1 year after the date of final acceptance of the Work by the Owner. The Surety furnishing th_s 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 ot Arkansas, and shall be listed on the current U.S. Department of Treasury Circular Number S'10, or amendments thereto in the Federal Register, of acceptable Sureties for Federal projects. Tf the Surety on any Bond furnished by Contractor is declared bankrupt or becomes ;nsclvent or its right to do business is terminated .n 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. Section CCiCC - 6 C L I The Attorney-i::-Fact (Resident Agent) who executes this Performance ' Bond and Payment Bond in be}:alf cf the Surety must attach a notarized copy of his power cf-attorney as evidence of his authority to b:nd the Surety on the date of execution of the bond. ' All Contracts, Performance and payment Bonds, and respective pcwers-of-attorney will have the same date. 20. FAILURE TO EXECUTE CCNTRACT AND FL-RtiISH 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 cf damages the Owner will sustain in case the Bidder fails to en-er into :a Contract and furnish thu bend as hereinbefore ' provided. Bid security deposited in the fern: of cash, a certified check, or cashier s check shall be subject to the same requirements as a Bid Bcnd. 21. PERFORMANCE OF WORK BY CONTRACTOR ' The Contractor shy organization, work total amount of the during the progress a reduction of such would be to the c_ • 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. all perform on the site and with his own equivalent to at least forty percent of the work to be performed under this Contract. of the Work hereunder, the Contractor requests percentage, and the Engineer determines that it rent's advantage, the percentage of the Work 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 CCNDI'TIONS. The time allowed for the completion of the work is stated in the Proposal_ Section 00100 7 ' ;:;. ROS'iiDING PEQCIRED ;N. rANCr: The Bidder's .attention is d:rectec tc the insurance requirements set forth gin. the GENERAL PPOVISI(QNS (amended in the SPECIAL PROVIS=cNS, if appropriate). Submittal of a bid indicates full understanding and intent to comply with the insurance requirements which are a ccndnticn of the contract. 24. TRENCH AND EXCAVA7ON SAFETY SYSTEM In accordance with Act 291 of 1993 of the State of Arkansas, Bidders must provide a separate price for trench and excavaticn safety programs in the space provided on the bid form. Failure to do so wil] subject the bidder to disqualifications. 25. SUBCONTRACTOR'S PERFORMANCE AND PAYMENT EOND In accorcan.ce w_th Act 190 of 1993 of the State of Arkansas, subcontractors shall provide to the General Contractor a performance and payment bond :f the conditions of Section 1 of Act 190 are app:_cab.e to the project. 26. PROPOSED SUBS7=71DN FOR SPECIFIED ITEMS The Bidder must comply with Article 50 of Section 00700 of this Project Manual by submitting complete data for proposed items of substitution with his Bid Proposal. END OF SECTION Section 0O00 - 8 PROPOSAL EXTENDED RUNWAY 16 SAFETY AREA GRADING AND DRAINAGE IMPROVEMENTS TO DRAKE FIELD MUNICIPAL AIRPORT FAYETTEVIL_.E, ARKANSAS AIP 3-05-0020-20 Project No. FY952]C8 Dated: JULY, 1995 NOTE: TO BIDDER: Please use 'BLACK ink for completing this Bid form To: City of Fayetteville Address: it Ins!.c}T( Fayetteville, Arkansas Project Title: In f,I - ii, .._ i, �f\rvA I� � � r. -.r?ic",' / IC r�[Arc dli'(IJtL ,ftr,;/.hri..1� Engineer's Project No.: FY952108 1 �)Z- Arkansas Ccntractor's 1 { Date: J ie' fit`, 1 ii<75 D License No.:_ D16u'� Q {r; Bidder: n l(K : Address: I Cr:! IC:`{� fliliLtl-Cr.i�li iii Bidder's person to contact for additional information on this Prcposal: Name: k-�`= rl\ "U r'y i Telephone: 1 { C Propcsal - 1 Li F, 1. BIDDER'S DECLARATION AND UNDERSTANDING The undersigned, hereinafter called the Biddex, declares that the only persons or parties interested :n ths Proposal are those named ' herein, that this Proposal is, in all respects, fair and without fraud, that it is made without collusion with any official. of the Cwner, and that the Proposal is made without any connection or collusion with any person subm_;.t_ng another Proposal on this Contract. The Bidder further declares that he has carefully examined the Contract Documents for the construction of the project, that he has personally inspected the site, that he has satisfied himself as to the quantities involved, inc:udna materials ana equipment, and conditions of work involved, including the tact that the description of the quantities of work and materials, as included ' herein, is brief and is intended only :.c indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this Proposal is made according to the provisions and under the terms o`_ ' the Contract Documents, which :,ecuments are hereby made a part of this Proposal. ' The Bidder states that he has experience in and s qualified tc perform the work herein specified and, if he Goes not have craftsmen experienced and qualified in any phase of the work for ' which this Proposal is offered, that he will subcontract the work under said phase to a contractor who does have the necessary experience and qualifications. The Bidder further agrees that he has exercised his own judgement and has utilized all data which he believes pertinent from the Engineer, Owner, and other sources in arriving at his own conclusions. 2. CONTRACT EXECU"'CN AND BONDS ;he Bidder agrees that it this Proposal is accepted, he will, within 15 days after notice of award, sign the Contract in the form annexed hereto, and will at that time, deliver to the Owner the Performance Bond and Payment Bond required herein, and will, to the extent of his Proposal, furnish all machinery, tools, apparatus, and ether means of construction and do the work and furnish all the materials necessary to complete all work as specified or indicated in the Ccntract Documents. Proposal I a 3. CERTIFICATES OF INSURANCE, PAYMENT BOND, AND PERFORMANCE BOND ' The Bidder further agrees to furnish the Owner, before executing the Contract, the certificates cf insurance, Payment Bond, and Performance Bond as specified in these Documents. 4. BID BOND ' Enclosed herewith is a bid bona for r •• c,.t ! ` `'• < dollars (S ) which we agree the Owner may cash and retain as liquidated damages in the event ct our failure to enter into contract for the work covered by this Proposal, provided the Contract is awarder, to us within ninety (90) days from the date fixed for the opening of bids and we fail tc execute the required bonds as called for in the Specifications within fifteen (15) days after :.he execution of the Contract. 5 START OF CONSTRUCTION AND CONTRACT COMPLETION TIME The Bidder further agrees to begin work within 10 calendar days after the time stated in the Notice to Proceed issued by the Owner Ito the Contractor and shall comp=ete the construction :n all respects within 60 calendar days and shall comply with the schedule identified in SPECTAL PROVISIONS. 6. LIOU:DATED DAMAGES ' In the event the Bidder is awarded the Contract and shall fail to complete the work w;th'.n the time limit or extended time limit agreed upon_, as more particularly set forth in the Contract Documents, liquidated damages shall be paid to the Owner for all work awarded under the Contract until the work shall have been satisfactorily completed as provided by the Contract Documents, ' plus any monies paid by the Owner to the Engineer for additional engineering and observation services associated with such delays. Liquidated damages shall be based upon actual cost to be borne by the Owner as a result of the work not being completed within the time stipulated in the Contract and agreed to by the Contractor. Such costs include but are not limited to loss of revenues and additional Fees payable to the Engineer. 7. ADDENDA The Bidder hereby acknowledges that he has received Addenda Nos. i-a 1 #1 #Z _'> to these Specifications. (Bidder insert No. of each Addendum received.) Proposal 3 I I 8. UN: PRICE BASF; BID ' The Bidder agrees to accept as full payment for the work proposed herein the amount computed under the provisions of the Contract Documents and based on the following unit price amounts, it being expressly understood that the unit prices are independent of the exact quantities involved. The Bidder agrees that the Unit Prices represent a true measure of the :abor and materials required to ' perform the work, including all allowances for overhead and profit for each type and unit of work called for in the Contract Documents. The amounts shall be shown in both words and figures. In case of discrepancy, the amount shown in words shall govern. 9. SALES AND ::SE TAXES The Bidder agrees that all federal, state, and local sales and use taxes are included ix the stated bid prices fcr the work. 10. ALTERNATES In the event Alternates are shown and required for :,his Proposal, ' and if Unit Prices are required, they shall be in the same amount as those shown for the same items of construction in the Base Bid. ' (1) Alternates are provided in this Proposal to provide the Owner the means to contra. project costs. In the event the Base Bid reveals a project cost which is above the available monies, the Owner may elect to use the Alternate(s) which will keep costs within the available monies and which w:ll still provide a usable finished project. J I I I I I Proposal - 4 IJ PROPOSAL SCHEDULE BID ITEMS ITEM APPROX. UNIT NO. QUANTITY ITEM: PRICE: EXTENDED 1 LUMP SUM M .sce: i aneous S C •. ` /LS Demolition_ A w�� ,• I .s�� ,rt" . /do17 ars/LS $ •,C Words ), 2 500 CY Unclassified Excavation $1 ICY /dcllars/CY $( ,.. •; (Words; 3 10000 CY 4 5000 CY A b w 11 F3 9200 CY Select Borrow Excavation (Words) Topsoil Excavation and Replacement dcllars/CY rfl$ • `. (Words) Compacted Embankment S i.,- '/CY in i dollars/CY $..f'�,`'��.-•,••- $ ICY dollars CY (Words) 1CC CY Undercut and Embankment $ / + ICY Rackf ill 400 LF 1000 LF 1! • .! (Words) Straw Bale Barrier (Words', Filter Fabric Barrier (Words) dollars/CY $ )-'•D ,.., $ .S. /LF dollars/LF $11 /LF +:n 1 dollars/1,F $ Proposal - 5 =rh" APPROX. NiT NO. OUAN:=_'`_' ;TENT: PRICE: EXTENDED 9 52C TN Crushed Aggregate $ 1 1. • Fa /T1 ;lase Course 1. /dollars/TN r $ ;(: I • . (Words) 10 450 LF 5' Chain Link Fence $ % - �,.�/L with Barbed Wire { ; -- /dollars/LF $•1 .`,. (Words) 11 550 LF 5' Chain Link Fence $ ')• 1/LF Fabric /dollars/LF $__x`r`1_' .k: (Words', 12 2 EA 12Double Chain Link $ Gate /dollars/EA - $ I. A1 i.' ;Words) 13 20 LF 18" Reinforced $ ; 5 /LF Concrete Pipe, Class III /dollars/LF $ f n (Words) 12FACI, 14 480 LF Cast -in -Place $')!o . ?/LF Reinforced Concrete Box Culvert an ri4 t.i - /dollars/LF $ ).. ;;,,.70 (Words) 15 1 EACH Transit :on Structure s2/ `7`l / - . p.hi. ,r.t fl\n,k .r% /dollars/.F $ ) ,Wods) Proposal - 6 ITEM API'ROX. UNTT N0: 1::A.\TI'1=}- :':EM: PRICb: FY______:: 16 iYP .0S ::M11 Iieac.wal l and Winqwall $ `I r; rl i, "'_/ LS Ott j C1 'n t u r c _�+_ /dollars/:.S S '-'g (Words; 7 I'tn.h 17 Lump Sum Trench and Excavation $_ . 1 j S Satety System _-.�c:,.. •' .. '. _/dollars/LS $ i I 2.'.7.') •(Words) 18 6 AC Seeding, Fertilizing S�%5/AC and N.-.1lciling -_ Il. { I'"U'1 .,el (Lu, {s.:J1, :41 Y..?{lj) ,yy - /doi.ars/AC S -•il, � (Words; I .rte fi 19 53J SY Sodd_nq r11 $ /S aUti' •;" - — /dollars/SY $�5',,I.:k- ,W-,•dsI -. 20 1 LS Water Gate $`11q`,q• ' hS Improvements I•.:at.. u.7s c-rnttnas:•I 11' , `; • /dollars/LS $:1' (Words,' 21 1 LS Rip rap ri t S I I . /..Y ., '.4 _• �. >. /dollars/SY $ I.l,9 T';'('5 (Words) 22 1 LS Third Party insurance $/ '7.- %LS Coverage (Rider Amount) nw /dollars/LS $ I✓.'. rI. l•.i (Words) 23 60 HR Standby time durinc $ r `•• _!)IIR tii hlLime Work ,I �_.. , I•. , ,,• r ".,� /dollars/HR $ ). - I (Words) TOTAL BASE BID (ITEMS 1 THROUGH 23) $ _1'i _'AOl:' Proposal - 7 II J Deductive Base Bid amount LOT ' .r31nr.' <I.r :r.C Lr.:.struct ]oI:. ii, 7rinVI 'h �'i �.f>••d Lump sum for job 'o>.e V •,• n a • IAlternate Bid I I Li J I Alternate Bid #: r:0:7 foot Displaced threshold '-.i.yri Cn ..r $ iL:) 1J� Items Alternate hid item is to install precast box culvert instead of the cast -in -place box culvert. ITEM APPROX. UNIT NO. QUANTITY ITEM: PRICE: EXTENDED 14-A 480 F 2 Barrel 8' x 4' $ i1. ''/LF Precast Box Ccic•rt r .r'• - —/dollars/L1' $ Lt I I ') (worr d s ) TOTAL ALTERNATE BID (ITEMS 1-13, 14A, 15-23) $ i '� t ' Deductive Base Bid amount for using 500 foo'. Displaced threshold for daytime construction of box culverts.nrt,w..r/ ,-v"<' F�nA t•.,,< } -t ;k�•y A :•aa I Wu, ,.Byrn s4 '.k I}I':• > ee4 Lump sufor job $ ; m )' Alternate Bid #2 Alternate bid item is to install headwall and wingwal] structure instead of transition structure. ITEM APPROX. UNIT NO. QUANTITY ITEM: PRICE: EXTENDED 15-A 1 LS Headwall and wi:x3walls $c1. ;° .7LS F 1. • , . ,• � �+ � .. �t .'� Z� L. � /dollars/LS $ t (Words) TOTAL ALTERNATE BID (ITEMS 1-14, 15A, 16-23) $ ir• Deductive Base Bid amount for using S0C toot Displaced threshold for daytime construct_icn of box culverts. MII'-•fly lrla•to rr-`A I'I')• U.,, t r'i'r\ '-r a"i y. n 11• Y ml.} i•r..• .• II ' IY"4 Lump sum for job $ i_•_!_I) . ' IThe Bidder shall attach to this Proposal a copy of his General Liabilities Insurance Coverages in accordance with the requirements stated or. page 15 of the Special Provisions. 1 Proposal 8 U.. FAA REOU:REMENTS By submitting a proposal under this solicitation, except fox these items listed by the offeror below or on a separate and clearly ' identified attachment to this proposal, the bidder certifies that steel and each manufactured product, is produced in the United States (as defined in the clause Buy American - Steel and • Manufactured Products or Buy American - Steel and Manufactured Products for Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States. Bidders may obtain the lists of articles, materials, and supplies excepted from this provision in Appendix of these Documents. (a) The Aviation Satety and Capacity Expansion Act of 1990 provides that preference be riven to steel and ' manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport :mprovement Program. The following terms apply: 1 1. Steel and manufactured products. As used in this clause, steel and manufactured products ' include (1) steel produced in the United States or (2) a manufactured products produced in the United States, if the cost of its '• components mined, produced or manufactured in the Unted States exceeds 60 percent of the cost of all its components and final assembly ' has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs (h) (1) or (2) shall be treated as domestic. 2. Components. As used in this clause, components means these articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the costs for production of the components, exclusive of ' final assembly labor costs. (b) The successful bidder will be required to assure that ' only domestic steel and manufactured products will be used by the Contractor, subcontractor, materialmen, and suppliers in the performance of this contract, except those - I Proposal - 9 u ' that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 199C, are not produced in the United States in sufficient and reasonable available quantities and of a satisfactory quality. (2) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic ' preference would be inconsistent. with the public interest; or ' (3) that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. I I J I ii I I L_ The bidder shall compiete appropriate space. The bidder has _ has not subject to the equal oppc Order 10925. or Executive the following statement by checking the participated in a previous contract )rtunity clause prescribed by 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 the equal opportunity clause and reports due under applicable filinc submit a compliance report on Information Report EEO -1" prior tc a previous contract subject to has not submitted compliance requirements, the Bidder shall Standard Form 100, "Employee the award of contract. Standard Form 100 '.s 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 fc-.lowing address: Joint Reporting Committee 1800 G Street. Washington, DC 20506 :he bidder certifies, of this contract, thE debarred, suspended, or voluntary excluded Federal department or this proposal that it by submission of this proposal or acceptance t neither it nor its principals is presently proposed for debarment, declared ineligible, from participation in th.s transaction by any agency. It further agrees that by submitting will include this clause without modification Proposal - :0 I • 1r. al_ lower tier t:-ansacticns, so'_:c:t.a`ions, proposals, contracts, and subcontractors. Where the bidder/offeror/contractor/or any lower tier participant is unable Ito 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/o,- execution of a contract, cert:f:es 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. fires published by the Office of the United States Trade representative (JSTR). ' 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 cn 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 ' contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract • ' resulting tram this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely :innn • 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 .t .earns that its certification was erroneous by reason of changed circumstances. Proposal - 11 l's This certification :s a material representation of tact upon which: ' reliance was placed when rrak:nq the award. 1f it s 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 cr subcontract for defau_t at no cost to the Government. • Nothing contained in the foregoing shall be construed to require establishment of a system of reccrds 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. I L I This certification concerns a matter with:n the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or traudu.ent certification may render the maker subject to prcsecution under Title 18, United States Code, Section lccl. 12. EXPER:FNCF. OF BIDDER The Bidder states that he is an experienced Contractor and has completed s:m:iar projects within the last 5 years. (List similar projects, with types, names of clients, construction costs, and references with telephone numbers. Use additional sheets if necessary.) '! a. i,t.. 4,,1 r y 3. SURETY If the Bidder is awarded a construction Contract or: this Bid, the Surety who provides the Performance and Payment Bond will be address is Street 14. INSURANCE ! �i�f•']li(1(• i'.)m%'AMk/ whose City Mate Zip Code The Bidder acknowledges that he is familiar with the insurance requirements on this Project and, if awarded a construction contract, agrees to furnish the required insurance certificates within fifteen (15) days of the date the award is made. Proposal 12 The Contract hcreui-.der will he awarded to the Bidder witn the lowest Total Base Bid, afte_ consideration of Deductive Altcrnate(s; and approved and accepted major equipment substitutions. -n case idcrtica. bids are received, the Cwner wi-.: interview representatives of the competing firms which submitted the bids and select the B'.ddcr deemed best suitable to meet the needs o± the Owner. ' The Bidder shall complete the following information for that portion of the work proposed tc be competed by subcontractors. SUB- TYPE C= DBE ARKANSAS CONTRACTOR ADDRESS WORK AMOUNT YES/NC LICENSE NO. ' 4f !l.1i{YAY. fPIf J: ( L ..! i`.V iJ6. )'\4 •r•:I Y '� 11 Yi �\J ; L L flL5 .J ' I11vV` — I le•a I 1 y -jl l li •' T �' I I C fl I I II Proposal - ;4 I. • UNITED PACIFIC INSURANCE COMPANY HOME OFFICE, PHILADELPHIA, PENNSYLVANIA BID BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE MOBLEY CONTRACTORS, INC. as Principal, hereinafter called the Principal, and the UNITED PACIFIC INSURANCE COMPANY of Philadelphia, Pennsylvania, a corporation duly organized under the laws of the State of Pennsylvania, as Surety, hereinafter called the Surety, are held and firmly bound unto THE CITY OF FAYETTEVILLE, ARKANSAS ' as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE TOTAL AMOUNT BID (5% of Bid), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. ' WHEREAS, the Principal has submitted a bid for: AIP Project # 3-05-0020-20, Runway 16 Safety Area Grading and Drainage improvements, Drake Field Municipal Airport ' Fayetteville, Arkansas NOW THEREFORE, if the Obligee shall accept the bid of the Principal ' and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and ' for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal ' shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be ' null and void, otherwise to remain in full force and effect. Signed and sealed August 30, 1995 ' ] MOBLEY CONTRACTORS, INC. ' By:/ ti ,"td% 1ra•Ety /1 witness I UNITED PACIFIC INSURANCE COMPANY By. Ben hi mey-in- act - W. i ti n; a:' cId: dl ::8tare .J..: in.p 41!e l as: fis;: l e:rs \1.n1' 1 c'I,:1tr,::..a 1. J.,h `iii Jha.rat'r and i,n%al 1t 1'I'at':19a ai •1n ir>* i Il' lcwi;l Field Airp. rt C :1 t'Ilt f ]I\ 1'i J 1 I') ,1 n . 111.•.-1\.]'. R:'tercr•.k .31:. 91cla+l? 4 11 SI. -4, ),• 1.1Lfit- _J-dht' -:P .1 1 nrt+. �.l t. •�'K.anti3r (. lit it l J.fl et•.11t. 'ti'ls:ItiG. d']C "111 t! Jiepntt JMke. • 'rd . ft.l.n Iv,• 'n at e1' I .., a• J : de It.• lf. •Airs 'c ' r'ss: t'oM ti..S I15. B1DDF.R I L I L I C I I I I The name of the Bidder sunmittinc this Bid is IV. ��IE� Ui acs ru business at F Street City State Zip Code is the address to which which all communications concerned with this Bid and with the Contract shall be sent. doing The names of the principal officers of the corporation submitting this Bid, or of the partnership, or of all persons interested in this Bid as principa;s are as follows: 1 l _ L_ I_( A_ —I (' 1 �: /\ (� i i c 1i! `\ V f' 16. BASIS OF AWARD The Contract hereunder will be awarded to the Bidder with the lowest Total Base B:d, after consideration of Aiternate(s) and approved and accepted major equipment substitutions. in case identical bids representatives of select the Bidder Owner. Dated at Fayettevi 1995. are received, the Owner will interview the competing firms which submitted the bids and deemed best suitable to meet the needs of the lle, Arkansas, th s ' day of /!„t ' (SEAL, IF CORPORATION) I I I Respectfu-:y submitted, Name Busingss Address d by'%. I Illy e 1/ L_ / Title Proposal - :3 I . m - i r RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY ' UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL LNDEIILIVITY COMPANY ADMIMSTRATIVE OFFICE, PHILADELPHIA. PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Del- aware, and that RELIANCE INSURANCE COMPANY and UNITED PACIF,C INSURANCE COMPANY, are corporations duly organized under the laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of 'the State of Wisconsin (herein collectively called "the Companies'I and that the Companies by virtue of signature and seals do hereby make, constitute and appoint Knight Cashion, Benson A. Cashion. Matthew Knight Cashion, Jr., Carla Sue Hollis, Shirley Slain, William R. Plegge.. of Little Rock, Arkansas their true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver for and on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to bind the Companies thereby as fully and to the same extent as .f such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by ' one other of such officers, end hereby ratifies and confirms all that their said Atlorney(s)-in-Fact may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the By -Laws at RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY. UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in full force and effect, reading as follows: ARTCLE Vi • EXECJTION OF BONDS AND UNDERTAKINGS 1 The Board of Directorsmthe , the President. e Cha,man or Bord, rw Sena Vice President, Ww Vice President or Assonant Vice P,radem or other ON car des,gaaed by the Board of Dominant Nag hwit pewee an authority to lei appoint AttarevJol r FKt rd to ood1ww a them to .weans on behalf of the Company, horde and utivl Wrge. ,ecoe'•encee, Co tracts of tndemnow and other wm{p abhptlay in tat nativtat e reof, and bt to rawany y sash orro ANvuwnFacl a anytime and revoke the power rd authority given to them. 'm 2- Anomsybhn'Fact Nail iwe power and "Infant. *thiect to the temp rd limit 1ior ar the Power of Attorney issued to item to evacuee driver on beheil of the Concern'. bona end udrteSatpe, rKagnserhraa, Contracts of inanrstY and other writing. oNpataY in the nave thereat. TM corporate MY or not tomorrow to the yeidily of my bad• ad tMenYunpe. recogrvartn, comrade of i demnty and other Whence ooigttory'n the native t,reof. '3. AnaN neYSnpecc "I have power and authority to exeGne st,dayns rpured to be anecbd to bonds. recognvancn, contract. of Indemnity or other conditional or obeatory , dertaiung. and troy most aso have power and wlha,ty 1e cwt ty the ninths .transit err the Company and to copier of that By -awe of the Company on any wticie or section tna.ol. This Power of Attorney is rgr.ed and eased by learn". 'rider rd by authority of the following rnoJutin sa opted by the Ewean ye rid Finance Committees of the Boards of D^ectrr of Reliance ratvalro Company, United Pacific rrtaarx'e Comperes and radiants •tatond Inemnty Company by Unrrmar Consent dates a of Febuay 28 1994 and by the Execdwe and F,nanpa! Cammttee M the Bawd of Directors of helince Sve:y Company by Unmmeu Carne died a M Mvt 31, 1994 'Rtltived that the rgnatva of such directors and oMoaa end the .ea of the Company may be aNned to any such Power of Attorney or ry ca docein relating thereto by fao,mila,rd any BUN Power of Ananey or c tthcate being each faaam,le WrWvp a femm,b e.el Nail be void and biding ton the Company and any such Power so executed and certified by lawmna agnatves at racam,N sea shall W valid And boding nwan the Compares in the tunas worth respect 10 any bond or Wertakng to yy bit ,t a 'muted.' IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this April 1, 1994. RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY qq . UNITED PACB'IC INSURANCE COMPANY =o�j+roq�r n,a r•reF `p+t•,'aae RELI E NATTONAL IN EMNIPY COMPANY c a +4 .gay 1Hs � EAL t Y e lies a� }ems e1AWAp` ;• f ` 'zIIJ`ta�.f STATE OF Pennsylvania COUNTY OF Philadelphia ss. 'on this. April 1, 1994, before me, Valencia Worsham, personally appeared Charles B. Schmalz, who acknowledged himself to be the Executive Vice President of the Reliance Surety Company, and the Vice President of Reliance Insurance Company, United Pacific Insurance Company. end Reliance National Indemnity Company and that as such, being authorized to do so, executed the foregoing instrument for the purpose therein contained by signing the name of the corporation by himself as its duly authorized officer. In witness whereof, I hereunto set my hand and official seal. IJOTAp $ems_ VALENW'A ACgTI-4 ND1A'V Put"- CC x yL�Y ^(tin lfl ft\1i 1Ctv y ph, adcich,, Cour.tb Notary Public in and for the State of Pennsylvania 1 b Comnnss D E o res NOv +4 1996 i t��'- Residing at Phllade.phie 1, Anita Zippert. Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMPANY. and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy cf the Power of Attorney ' executed by said Companies, which is still in full force and effect. .N WITNESS WHEREOF, I have hereunto set my hand and affixed the seats c1 sad Compan es this3Qthay of August Secretary A eel rs4ye reu+4lyy c°iai�i per. SFAL '-I SEAL r0 ( u theiI c teri Y f /�� a P� fJe • y+ .,hid• 'a;^:CA ON ;,^' BIDDER RE'ARDTNG EO-,.AL EMPLOYMENT CPPC=NT"Y GENERAL BIDDERS /1 NAME �1 � _` Jn J cQr;_ INL, /� 7SLI// ADDRESS U}C ISO mQIrIJL N, A / r D INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NUMBER- _Q5OI.QC1 NONSIEGR::C:ATED FAC.11.=«ES NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS: (1) A Certification of Nonsegregated Facilities must be submitted prior to the award ot 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 tc provide for the forwarding of the following notice tc prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions at the equal opportunity clause. III Iii NOTE: The penalty for making statements prescribed in 18 ;-.S.C. 1001. NOTICE TO PROSPECTIVE SUBCONTRACTORS CF 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 $1C,CCC which is not exempt from the provisions of the aqua] oppertunity clause. 2; Contractors receiving subcontract awards exceeding $10,000 which are not exempt ixcir, the provisions of the equa_ opportunity cause w::: be required to provide tot th? forwaidir:c cf this notice to prospective subcontractors for Egl.al Employment Opporlun:`y - 1 supplies .,nd coiist ruct..:'r. ra •. .:Lere the subcontracts exceed $10, 0C(' ar:d are r.ct ex•:pt from the provisions of the aqua- cpport:rr.ity clause. NOTE: The penalty fcr making false statements in offers is prescr.bed r., 18 001. CERTIFICATION OF NONSEGREGATED FACILITIES: in 11 H I The federally assisted ccnstxuctior contractor certifies that he does not maintair: or provide for his employees any segregated facilities at any of his establishments, and that he does nct permit his employees to perform their services at any location, urger 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 ccntrel, 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 washroorrs, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportaticn, and housing facilities provided fcr employees which are segregated by explicit directive or arc in fact segregated on the basis of race, color, religion, sex or national origin, because of nabit, local custom, or any other reason. The federally assisted construction contractor agrees that (except where he has chtained :deistical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding 510,000 which are not exempt from the provisions of the equal opportunity clause, and that he will retain such certifications in his tiles. aualEmployment Opportunity - I • iO�i�tC'iI'J:; CO\'ii2A;-.--;;�y "-Lt:'�:}:N I' FOR CbitTIFIC'A'I'IOS ::C:•SPi:;'r. ,.ATF.I; FACiLIT�EC: A Certification of Nonsegregated Fac:;:t:es must be submitted px:or to the award of a ccntract or subcontract exceeding $10,000 which is nct exempt from the provisions of the Equal Oppertunity Cause. Certification - The information above is true and Complete to the best of my kncwledge and belief. one A,3 e fr V c-._ tkesidery f- Na and Titl� Signer (p cease type: signature L995 ate NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1331. 1111.3_ Fmp'.oy:r,ant :l.pcltun]Yy I NOTICE CF AWARD To: Mobley Contractors -r^ 2478 Mary. F aye' tev- 11e AR 72702 PROJECT DESCRIPTION: Extended Runway "6 Safety Area Grading. ' The OWNER has considered the PROPOSAL submitted by you for the above described 'WORK in response to its ADVERTISEMENT FOR BIDS. •' You are hereby notified that your PROPOSAL, has been accepted for the Extended Runway 16 Safety Area Grading for Drake Field, Fayetteville, Arkansas in the amount of Five Hundred Forty Four ' Thousand Nine Hundred Thirty Nine dc:lars avid 73 cents ($544, 939.70) . You are required by the INSTRUCTIONS TO BIDDERS to execute the t CONSTRUCTION CCNTRACT in its entirety and furnish the required PERFORMANCE AND PAYMENT BOND and certificates of insurance w=thin fifteen ;15; calendar days from the date of this NOTICE OF AWARD. ' If you fail to execute said Contract and to furnish said bonds within fifteen (15) days from the date of this NOTICE OF AWARD, said OWNER will be entitled to consider all your rights arising out of the OWNER'S acceptance of your PROPOSAL as abandoned and as a forfeiture of your BID BOND. The OWNER will be entitled to such other rights as may be granted by law. ' You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. ' Dated this 31 day of August, 1995, I 11 I 7 I 7 L Receipt acknowledged this I day of j4.1 1 , 1995. Mobley Contractors, Inc By:' Title: Section 00363 -1 I SECT1ON 0050. CONTRACT THIS AGREEMENT, made and entered into on the day of ' Se ember , 1995, by and between Mobley Contractors, Inc. herein called the Contractor, and the City of Fayetteville, hereinafter called the Owner: 1 WITNESSETH: That the Contractor, for the consideration hereinafter fully set out, hereby agrees with the Owner as fol'iows: 1. That the Contractor shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Drawings, Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled Extended Runway 16 Safety Area and Drainage Tmprovements, dated July, -995, including: Advertisements for Bids; Addenda; Instructions to ' Bidders; General Provisions; Special Provisions; Performance and Payment Bonds; Specifications; the Proposal and acceptance thereof; and the Drawings. Sheets. I through 7 ' 2. That the Contractor shall commence the work to be performed under this Agreement on a date to be specified in a written order of the Owner and shall fully complete ' all work hereunder in 90 calendar days. 3. That the Owner hereby agrees to pay to the Contractor for ' the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Proposal, in lawful money of the United ' States, the amount o`_: Five Hundred Forty Four Thousand Nine Hundred Thirty Nine dollars and 70 cents ($544,939.70), based on the Total Bid Price contained herein. ' Section 00500 - 1 4. That within 3C days of receipt of an approved payment ' request, the Owner shad make partial payments to the Contractor on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by the Contractor, LESS the retainage provided in t the General Provisions, which is to be withheld by the Owner until all work within a particular part has been performed strictly n accordance with this Agreement and until such work has been accepted by the Owner. 5. That upon subm_ss:on by the Contractor of evidence ' satisfactory to the Owner that all payrolls, material bills, and ether costs incurred by the Contractor in connection with the construction of the work have been. ' paid in fir: , final payment on account of this Agreement shall be made within 60 days after the ccmpletior_ by the Contractor of all work covered by this Agreement and the acceptance of such work by the Owner. 6. Liquidated Damages: Owner and Contractor recognize that ' time is of the essence of this Agreement and the Owner will suffer financial loss if the work is riot completed within the times specified in above, plus any extensions ' thereof allowed in accordance with the General Provisions. They also recognize the delays, expense, and difficulties involved in proving the actual loss suffered by Owner if the work is not completed on time. ' Accordingly, instead of requiring any such proof. Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner Three ' Hundred and fifty dollars ($350.00) for each day that expires after the time specified in. paragraph 2 for Completion. 7. It is further mutually agreed between the parties hereto that if, at any time after the execution of this ' Agreement and the Surety Bond hereto attached for its faithful performance and payment, the Owner shall deem the Surety or Sureties upon such bond to be ' unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at his expense, within 5 days after the ' receipt of notice from the Owner, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of Section 00503 - 2 H I the work snali. be furnished in manner and torn satisfactory to the Owner. 8. No additional work or extras shall be done unless the same shall be duly authorized by appropriate action by the Owner in writing. The Contractor agrees that only domestic steel and manufactured ' products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, as defined in (a, below. ' (a) The following terms apply to this clause: ' 1. Steel and manufactured crcducts. As used in this clause, steer and manufactured products include (1) those produced in. the United .States, if the cost of ' :ts components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken. ' place in the United States. 2. Components. As used in this clause, components means those articles, materials, and supplies ' incorporated directly into steel and manufactured products. II. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. _his Contract shall be binding upon the heirs, representatives, successors, or assigns at the parties hereto, including the surety. C H C I Section 00500 3 .1 f IN WITNESS WHEREOF, the parties hereto have executed this Agreement or. the day and date first above written, .n Lcur `4) counterparts, each of which shall, without proof or accounting for the other ccunteraa_t be deemed an original Contract. Mcb_ev Contractors, Inc. Contractor WITNESSES: sy,i if 'Ir ' r r ,{ r, ' :tIe NEST : 4 City of Fayetteville Owner ny Secretary CITY C-EK Mayor Title Approve as to `or— Attorney 1for Owner Section 0;)S30 - 4 INSURANCE BINDER I PACTFTC TNS_ (Tnanrick) Insuring Co'ncany INSURANCE AND BONDS SIXTY (60) Day Binder INSURING CCMRANY DCES kEPEBY AC<NOWLFRGF 'SF F FOLIC: D0P•N' TIE PER OD OF -HIS BINDER FOR SUCH COVERAGES L STED IN ITEM 2 AS NDICATF❑ BY A LM ' CF-IABI,ITV OR AµO11NT OR NS..PANCE APP_ CAB-E-HEIETO ON 'HF H SN 'ERF•N DFS ;RIRFD EL EJEC- TO THE INSJR NG AGFFFMFNTS EXCLL $ ONS. CONDI ONS AND CTHFR IFRMS OF THE PCJCI rCRM FRO•, IDFD THE COMPANY \..N 1EH' 4( NO HEPE..NDETI CHAI. BF W'ITF RFSPECI CNLV -C SUCH COVED AGES AS ARF AF FCPCE BY IT „KDEP tHf RC• Icy FPFM 1' CITY OF FAYETTEVILLE ADDRFS< • ADMINISTRATION BLDG. AR 72701- -- - ' 2 Type of Coverage r J OWNER'S & CONTRACTOR'S PROTECTIVE LIABILITY MOBLEY CONTRACTORS, INC. P.O. BOX 150 MORRILTON, AR 72110 'Ay; •.r '.,II. CCC..PATION Limits of Liability or Amount of Insurance $ 1,000,000. OCCURRENCE $ 1,000,000. AGGREGATE JOB EXTENDED RUNWAY 16 SAFETY AREA GRADING, DRAKE FIELD, FAYETTEVILLE, AR CONTRACT AMT $ 544,939.70 INCLUDE ENGINEER AS ADDITIONAL INSURED McCLELLAND CONSULTING ENGINEERS, INC. P.O. BOX 1229 FAYETTEVILLE, AR 72702-1229 4 PREMIUM CHARGE IN ACCORDANCE .'r -" -'-E APP-ICABLE R,.,ES AND PAILS Or -..E MAUL 'N JSE BY THE COMPANY WHEN 'H S BINOFR RFCC A'S FFFEC 'IyE SHAL- BE MADE FOP '�F PFHICD rO'VFRAGF IS IN FFrFCT ACCFPTANCP BY TrF INSIIPFDOF A 0O -ICY IN PLACE HEPE OF SHALL RENDER THIS B NDER NJ -L 4ND VOID AS OF 'HF F- FECI IVE DATE OF SL CH PO_ICY THIS I1HE R MA• BE CANCELED BY DIE INSURED OR BY -✓E AGENT BY MA LING TO THE CCMP-NY'AP - TEN N0CE STATING WHEN THEREAFTER SUCH CANCCLL4TICN SH4.L FF EFFECTIVE THIS BINRFR MAY BF CANCELED BY THE COMPANY BY MA' ING 10 E NSUPFC A' -',E ADDRESS SOWN AEOVF AND 'C ''F AGENT WRIT'FN NI. 11F STA' NG WHEN. NOT BEFORE 1.'01 A M THE THIRD BLS NESS DAY 1-OLLCWING IHG LATE CF MAILING SUCH CANCELLATION SHALL BE EFRECTIbE DEL VERY OF WR TTEN NO -CE SHALL BE EDUI'VALEN--C MAILING • i -HIS B NDEP FFFFCTI'VF CAT[ 09-05-95 H3LR 12i01- 1 }i B' THIS BINDER •SSJFD RATEQ9n�—Q5 HCJR c?n TInN r;r9M ' i r 321 SCOTT ♦ P. O. BOX 550 ♦ LITTLE ROCK. ARKANSAS ♦ 501-376.0716 ♦ FAX (501) 376-2118 ACOIUL CERTIFICATE OF INSURANCE ISSUE DATE IMMIODNY) O /05/'37 �RODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE Thp asption Cor*Qany, Inc. POLICIES BELOW. L...• Pox 550 ,L i t t I e lc c k, AL 7221 3 COMPANIES AFFORDING COVERAGE LFTTFPNY A Iaciflc 1n5. (1ncurlsK) COMPANY I'3 a NSURED L TTF (-ere r a l Q C L l ei e n t COMPANY N 1'IFy „cntfact of5, Inc. LETTER C Ara,t Cne Ster ( Incurisk} 'F.L • tox ISO COMPANY h Orri ltJn t'li tlllC LETTER D -en eraI Lcci Gent COMPANY E [TER VERAGES THIS IS TO CERTIFY HAT THE POLICIES OF INSURANCE L.ISTED BELOW HAVE BEEN SSUED TC THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQJIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WI'H RESPEC TO WHICH THIS 'CERT FICATE MAY BE ISSUED OP MAY PER'AIN THE NSURANCE AFCOPDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND COND TIONS OF SUCH POLICIES A- MITS SHOWN WAY HAVE BEEN REDUCED BY PAID CLAIMS CO TYPE OF INSURANCE POLICY POLICY EFFECTIVE POLICY EXPIRATION LIMPS LTR NJMBER DATE,MMCCD'Y'Y) DATE;MM;DDIYY; GENERAL LIABILITY ZIIIC i251(, 4/(3/r75 4/23/`)6 GENERAL AGGPEGA'E S 2CCL `JC(' X COMMERCIAL GENEPA. LIABLITY PRODUCTS-COMP;OP AGG. S 100:' cc CLAMS MAD' OCCLR PERSONAL & ADV. INJ..PV $ 10C 0 U J( • CWNER'SS CONTRACTORE PROT EACHCCCURRENCE AUTOMOBILE F RE DAMAGE IAly ore 'Ire) $ MED EXPENSEIAryoeepenon; $ Dt .}A 777( A) 4/13/'1' 4/2J/°L COMBNEDSINGLE 1JL" }l C(' LIMIT $ BCDILV IN.LRY $ 1 Per person BCDII V INuuRY $ I Per a[_idee') PRCPERTY CAMAGE $ CLAIJ17L'I( 4/23/x1 4/23/`}ID EACHOCCURPENCE S 4JL3:,)L• AGCREGATE S 4i1( JI ^C t52'-i. L/23/'ti 4/23/99 X SIATUIORY JMITE FACH ACCIDENT $ :('J(, jL DISEASE POLICY LIMIT $ DL i 10 U L D SEASE—EACH EMPLOYEE S 5 C' 1r1 Q U �I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLESISPECIA.. ITEMS T": rXT.'4LE( ieJI•6AY 1YFTTPVILLF, Aim CERTIFICATE HOLDER II SAF L1 Y AL L A (-YALIH( F ;F L'AKF FIF LL , i1Y LF FAYITIHJ1LLL 'AC"1%157- a7 IL FAYrTTCY1LLi, A' 727(•1 (CORD 25•S (7190) CANCELLATION SHOJLI) ANY OF THE ABOVE DESCRIBED POI ICIES BE CANCELLED BEFORE HE EXPIRATION DATE THFRFOF THE ISSU'NG COMPANY Will FNDEAVOR TO MAIL ) i DAYS WRITTEN NOTICE TC THE CEPTIF CATE HOLDER NAMED TO HE LEFT BUT FAILURE TC MAIL SLCH NOT CE SHALL IMPOSE NO OBLIGA""ION OP LABILITY OF ANY KIND UP - COMPANY, TS AGENTS OR REPRESENTATIVES AUTH R• R ES TIVE OA00RD CORPORATION 1990 : L ARKANSAS STATUTCRY PER: CRMANCE SCND We mcbley Contractcrs, T^c.. as Principal, hereinafter called Principal, and UNITED PACIFIC INSURANCE COMPANY a corporation organized and existing under the laws of the State of Ftirsylvenia and authorized to do business in the State c`_ Arkansas, as Surety, :.ereinafter called Surety, are held and firmly bound unto the City ' of Fayetteville as Obligee, hereinafter called Owner, in the amount of ^ ve Hundred Forty Four T cu and Nine Hundred Th rtv Nine c lames cents (5;84,939. 0; for the payment whereof Principal and Surety bind themselves, their heirs, personal �• representatives, successors and assig;:s, jointly and severally, '':' =firmly by these presents. 1 ' Principal has by written agreement dated C9_ 1011995'. entered into a contract with Owner for Extended urwav 15 Sa£atv,. Area G' Chi^a and Dra-naaP rDroyemer:s, which contract is by reference made a part hereof, and is hereinafter referred to as the ^^tract . .yu ' THE CCNI:ITICN OF :Ili=S CBLIGAT:CN is such that if the nrin cipal shall faithfully perforr., the Contract cn his part and shall fully indemnify and save harmless the Owner from all cost and damage • whicr he may suffer by reason of fa'i'lure to do so and shall fully reimburse and repay the Owner a__ outlay and expense which the Owner may incur in making good any such default, and further, that if the Principal shall pay all persons all indebtedness for labor Cr materials ftrnished cr perfcL,ed under said Contract, failing whichi such persons snail have a direct right of action against the ' Principal and Surety, jointly and severally, under this obligation, sub-ect to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. No slit, action or proceeding shall be brought cn this bond outside the State of Arkansas. No suit, action or proceeding shall be brought on this bond except by the Owner after six months from ' the date final payment is made on the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from, the date or. which the final payment under the Cc.r.tract falls due. Any alterations which may be made in the terns of the Contract, Cr in the work to be done under it, or the giving by the • Owner of any extension of time for the performance of the contract, or any other forbearance cn the part of either the Owner or the Principal to the other shall not in any way release the Principal and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their Section 00500 - 5 C I ' liability hereunder, nctice to the Surety or Sureties cf any such alteratic:, ectension cr forbearance 'Zei.g hereby waived. ' In .c event shall. the aggregate liability of the Surety exceed the sum set cut here'_:. \ ` _hi day of t\ �� f 4� Executed cn ' s :995. I MOBLEY CONTRACTORS, INC. Principal By A4u UNITED PACIFIC INSURANCE COMPANY Surety Sm n V Benson A. Cashio t o ey-ir.-fact •Section. 00500 - 6 IRELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNITY COMPANY IADMINISTRATIVE OFFICE, PHILADELPH•A. PENNSYLVANIA POWER OF ATTORNEY 'KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the taws of the State of Del- aware. and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of Wisconsin therein collectively called "the Companies') and that the Companies by virtue of signature and seals do hereby make, 'constitute and appoint Knight Cashion, Benson A. Cashion, Matthew Knight Cashion, Jr., Carla Sue Hollis, Shirley Stein, William R. Plegge., ci Little Rock, Arkansas their true and lawful Attorneyts)-in-Fact. to make, execute, seal and deliver for and on their behalf, and as their act and deed any and aU bonds and undertakings of suretyship and to bind the Companies thereby as fully and to the same extent as it such bonds and undertakings and other writings obligatory ,n the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorneytsl-in-Fact may do in pursuance hereof. 'This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of RELIANCE SURETY COMPANY. RELIANCE INSURANCE COMPANY, UNITED PACIF;C INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in lull force and effect, reading as follows: ' ARTCLE VIi - EXECLriOI. OF BONDS AND UNDERTAKINGS t T e Bare of D✓ecton, the Prm,anrt, the Chairman of that Bare, any Senor V ce Nmtlent, any Vim Prudent or Aantant Vice PreaC.,a or other billow designated by the Board of Direnan thou have powor and airtilrity to ut eWam Attorney(.fanf a and to euevue them to execute on behaa of the Company, bad. end txitlertdunpa, rcaprurcm, contracts of ineemmy and other wnt,n . obligatory in the naive thereof, s.d lhi to remove any tax i M omFvJ -in-Fct at army time and revoke the pow., and authority given to Nan ' a 2 Ahneyta*rnn Mtl F.l have power rS aehomthe lane y, titled to to. and Iimitabne aof the Power of Attorney esued to Nero, to execute deliver or Mholf or ens Compairy, bade and uMrttlurpe, racogrrricw. contracts of mdwnrxry ad other wr•tngs oSpnwy in the netwe meted. Tne corporate eeS is not necessary l., the vaina•ty of any bonde and vdertsurys, reeeonraru, cram of irioemr ty and nib wininge obligatory in the nachos tharea'. ' 3. Att.,neybHnFact shall have power and aiehoriry to exeMe trade ,u reputed to be attached to bads recognizance., contract. of indemnity ., other condn•ond Or obvialwy vdena.aga and they Nall Jae have power are urn., ty to minify the finsms etrenenl of IM Company and to comas of the 8yiaws of the Company or any article or section tneneat. Tla Powr of Attorney is signed and awed by laaaumla cider and by wthor•ty of the lollownne resolution wooled by the Executive and Finance Cwnm,tiem of the Boards OF D✓anon of Mlir,m inwar)ce Company, United Pacific 'nperarnce Company and Reliance Natn.,ul •ndwnnty Company by Unaxmoa Carom dated a of February 28 1804 and by the Exacu va and Financial Committee of the Board of D✓an ector. of Reliance Suety Company by Unanm.,a consent dated a of March31 1904 ' •Raaoned that tM aiomlila J such diremwa a d officers and tie MJ a1 tM Company may be affixed to any such Power of Attorney or any carol calea reietng thereto by fammie,rd s w ouch Power oh Attorney or crbticete bearing such fe®nile eignettrm or Icsim,Ie as NJI be valid and binding ton red Compare end any siren Pewa so exeoeed and certified by lammmae aignattm and facsimile saw JrII be valid and boding upon the Company. 'nine (vise with respect to any bond or Vdensjng to wixah ,t is anmldd.• ' IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this April 1. 1994. P q -y 244'GwapRaJ ,yA 'a1ej 'dstxwNes' '. s j STATE OF Pennsylvania COUNTY OF Philadelphia ss. RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNf[ ED PACIFIC INSURANCE COMPANY RECTIONALiEMNrFY MPANY /e+oay y 4nas i� r c ' On this, April 1, 1994, before me. Valencia Wortham, personally appeared Charles B. Schmalz, who acknowledged himself to be the Executive Vice President of the Reliance Surety Company, and the Vice President of Reliance Insurance Company, United Pacific Insurance Company, and Reliance National Indemnity Company and that as such, being authorized to do so, executed the foregoing instrument fcr the purpose therein contained by signing the name of the corporation by himself as its duly authorized officer. ' In witness whereof, I hereunto set my hand and official seal. .v��, -ON; \ / NOTrF 1: SEAL PS- (y ,, \n( nnNj•L Put I:. OF Y• "'r('12 VALENG'nliatle::rc =h,�. COun'' .t Cry of ^.Lora Notary Public in and for the State of Pennsylvania M Cnrtmi stop ExD•es Ncv IS 1 c - Residing at Philadelphia C C 1, Anita Zippert, Secretary of RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY. UNITED PACIFIC INSURANCE COMPANY, end RELIANCE NATIONAL INDEMNITY COMPANY do hereby certily that the above and foregoing -s a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force and effect- iy.F�� IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seas cl sad Comoan es tf-i day e` X ! _t-� Secretary o EAL lit s w a� C s I ade� tsar I ' ARKANSAS STATUTORY PAYMENT BCND ' We Mobley Contractors :nc., as Principal, hereinafter called Principal, and UNITED PACIFIC INSURANCE COMPANY a corporation organized and existing under the laws of the State cfPacrny1%a a and authorized to do business in the State of Arkansas, as Surety, hereinafter called Surety, are held and firmly bound unto the City of Fayetteville as Obligee, hereinafter called Owner, in the amount ' of Five Hundred Forty Four Thousand Nine Hundred Thirty Nine dollars and 70 cents ($544.939.70), for the payment whereof Principal and Surety bind themselves, their heirs, personal ' representatives, successors and assigns, jointly and severally, firmly by these presents. 4 1 9 1 Principal has by written agreement dated ,e,.�; Mu W� 95 entered into a contract with Owner for Extended R nway 16 Safety Area Gradinc and Drainage Improvements, which contract is by ' reference made a part hereof, and is hereinafter referred to as the Contract_ THE CONDITION OF THIS OBLIGATION is such that if the principal shall faithfully perform the Contract on his part and shall fully indemnify and save harmless the owner from all cost and damage which he may suffer by reason of failure to do so and shall fully reimburse and repay the owner all outlay and expense which the Owner may incur in making good any such default, and further, that if the principal shall pay all persons all indebtedness for labor ' cr materials furnished or performed under said Contract, failing which such persons shall have a direct right of action against the Principal and Surety, jointly and severally, under this obligation, sub:ect to the Owner's priority, then this obligation shall be null and void; otherwise it shall remain in full force and effect. ' No suit, action or preceedinc shall be brought on this bend outside the State of Arkansas. Na suit, action or proceeding shall be brought cn this bcnd except by the owner after six months from t the date final payment is made cn the Contract, nor shall any suit, action or proceeding be brought by the Owner after two years from the date on which the final payment under the Contract falls due. Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the ' Owner of any extension of tine for the performance of the contract, or any other forbearance on the part of either the Owner or the Principal to the other shall not in any way release the Principa_ and the Surety or Sureties, or either or any of them, their heirs, personal representatives, successors or assigns from their Section 00500 - 7 E L.J Lability hereunder, notice to the Surety or Sureties of any such alteration, extension or forbearance being hereby waived. In nc event shall the aggregate liability of the Surety exceed the sum set out herein. Executed on this day o= 3E 1995. G I I MOBLEY CONTRACTORS, INC. Principal By UNITED PACIFIC INSURANCE COMPANY Surety By Benson A. Cash io A to ey-in-fact Section 00500 - 8 I. RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY UNITED PACIFIC INSURANCE COMPANY RELIANCE NATIONAL INDEMNTfY COMPANY 1 ADMIN•STRATIVE OFFICE. PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY 'KNOW ALL MEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Del- aware, and that RELIANCE INSURANCE COMPANY and UNTED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws of the Commonwealth of Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called 'the Companies") and that the Companies by virtue of signature and seals do hereby make, 'constitute and appoint Knight Cashion, Benson A. Cashion, Matthew Knight Cashion, Jr., Carla Sue Hollis, Shirley Stain, William R. Plegge., of Little Rock, Arkansas their true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver for and on their behalf, and as their act and deed any and all bonds and undertakings of suretyship and to bond the Companies thereby as fu ly and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies and sealed and attested by one other of such officers, and hereby ratifies and confirms all that their said Attorney(s)-in-Fact may do in pursuance hereof. This Power of Attorney is granted under and by the authority of Article VII of the By -Laws of REL'ANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY. UNITED PACIFIC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY which provisions are now in full force and effect, reading as follows: MTCLE VI- EXECUTION OF BCNCS AND UNOERTAKINGS TM Bond of Daenors. the Pretoeent, the Chmms, of the some. any Sen a Vice PrwMvq, any Vice Pra,dent or Anmt tit Vim P'n4ent n atrel u'l'cer da,gat.d by the Board of Direcipa eh.B hive power and authority to (so aoomnt AttorneysHrvFact end to authpse Leven to execule on benYl of the Company, bonds artd trdeflakrqs. recogrnn . Connotes of ,ro emnty rut other Writnigs obligatory in 'tie nature dwreof aid all to remove any such Attpneyly- .FM n any tent aid rao&e the powe, and authority given to Neon 2. Attolr,eyle)-RFM shal trays pawn and aahw-ty. Mien to the terns and •-neaps of the Power of Attorney issued to them, to execute Bayer on bMelf of the Conpa'y. bonds ad ia.den kbpr, rseapmrder contracts of indemnty ad other wnbngs oblpnoty In the nature thereof The cerporne seal a not necmny for the vale ty of any bonds and We,talongs, rspynesre, contract. of edemn[y and other writings obbgnory in the nsbee ttrreol. 3. Anproy(.Fe.Fan Wu d have power asudwrity to execute effdawts roared to be attached to bonus. recapnxr,w, conuu acof vdemnother a ty or oer cd,ua onal obligatoryadertak.ng. and they shall also have power end authority to certify p fy I'inal statement of the Company ad to coes of the By -Laws of the Company or any at cb or aen,or thereof Title Pow.,of Attorney a toned ad sealed by faa,mde War rd by authovty of Into laliowing raolwon .dopted by the Executive and Finance Commntas Of the Birds of D,renors of Re,rde hewed. Co.npany, Untad Paul C Nwnce Company and Reliance National lydemr y Company by Onavmo,a Consent dated a of Februny 2B, • 994 and by the Executive and Financial Cammrttee of fine Bord of Director. of Reliance Surety Company by Urw ore" Consent dated no' Mrch 31. 1994 'Raahtl that the sgratn" of such directors and offices and the sea of the Company may be off xad to Dry sucP Power of Attorney or sty cerblemo. 'e4bng thereto by fir o,mil.,aM any retort Power of Attorney or certificate burp such 'w,m,4 Arafura or facsimile seal shall be yell aid binding upon the Company ad any aucl Power so executed and c rbhad by faesm,b sdnatte rd lace,mile as shall be valid and bldnq .on the Compny, in the futue with rapect to any bpd of nde,tYung to wfety, 'flu mad1eC ' ' IN WITNESS WHEREOF, the Companies have caused these presents to be signed and their corporate seals to be hereto affixed, this April 1. 1994. RELIANCE SURETY COMPANY RELIANCE INSURANCE COMPANY 4� y ,err UNITED PACIFIC INSURANCE COMPANY ?' u°e +� "�+/�a�e� •rWty�• dal aa°t� RELI E NAT10NAL�MPANY u rhea +'jai i' C 'jot{SEAL, g� Y rar.avr✓ �� a F STATE OF Pennsylvania COUNTY OF Philadelphia J as. On this, April 1, 1994, before me, Valencia Wortham, personally appeared Charles B. Schmalz, who acknowledged himself to be the Executive Vice President of the Reliance Surety Company. and the Vice President of Reliance insurance Company, United Pacific Insurance Company, and Reliance National Indemnity Company and that as such, being authorized to do so, executed the foregoirg instrument for the purpose thereir contained by signing the name of the corporation by himself as its du v authorized officer. In witness whereof, I hereunto set my hand and official seal. :t� NO'AR 1_ SEAL \�'_v �����,_ Or VALENO:A 4VUR h••• No °C iC t CLv OI Phi adei ri F3 Cc.:h-v My Cornrr,IsSOr Exp res Nov 'R 1?96 y ;,_ti`ew� Notary Public in and for the State at Pennsylvania ' qua Residing at Philadelphia I. Anita Zippert. Secretary of RELIANCE SURETY COMPANY, RE.IANCE INSURANCE COMPANY. UNITED OACIclC INSURANCE COMPANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and 'o-egaing is a true and correct copy GI the Power of Attorney • executed by said Companies, which is still in full three and ailed. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies tin day,pf t.. �� Secretary ' ,.i •atria „i„a� `oak wNt. SEAL IL sF.tL ` e teen i,y^ ' dr(AWAa'P t,,.pJ'r rja J_II i6: I4 14'cri =L:(. General Decision Number AR950007 Superseded General Decision No AR940007 State: Arkansas Construction Type: HIGHWAY SEWER AND WATER LINE County(ies): STATEWIDE L CONSTRUCTION, ALTERATION, AND/OR REPAIR OF STREETS, HIGHWAYS, RUNWAYS, AND WATER AND SEWER UTILITIES PROJECTS (does not include structures on highway rest areas) Modification Number Publication Date 0 02/10/1995 APt,5 H)r7 - 1 02/10/1'345 • FAG£ . E'�c 1 COUNTY(ies): STATEWIDE ' SUAR2001A 01/19/1990 Rates Fringes BRICKTAYERS 7.20 CARPENTERS 7.20 CONCRETE FINIShERS 7.20 ELECTRICIANS 8.75 IRONWORKERS: • Structural 6.30 • Reinforcing 5.45 LABORERS: Air tool operators 5.15 ' Asphalt heater operators 5.15 Asphalt rakers 5.85 Chain saw oeprators 5.15 ' Checker graders 5.15 Concrete jo&nt sealers 5.15 Concrete saw operators 5.15 Forrasetters 5.45 Laborers 4.25 • Pipelayers 5.45 Powdermen 6.40 ' Vibratormen 5.15 PAINTERS 6.20 PILE DRIVER LEADN.EN 6.2C POWER EQUIPMENT OPERATORS: Aggregate Spreader operators 5.80 Asphalt plant fizeaen 4.85 Asphalt plantdriver operators 4.85 ' Bat-ch plant operators 5.80 Bulldozer Operators: Finish C_90 Rough 5.65 ' Bull Float operators 5.55 Concrete curing machine operators 5.65 Concrete mixer operators: ' 6Ie Less than 5 sacks 5.15 5 sacks and over .20 Backhoe Operator - Rubber tired (1 yard or less) 6.10 ' Cherry picker operators 6.10 Concrete paver operators 6,•70 Concrete spender operators 6.70 crane, Derrick, Dragline, ' :hovel, Backhoe, Operators 1-1!2 yards cr less 6.:3 over 1-7/i yards =-20 ' Cl usher f)nra`.crs y, ( ui.strihutoz operators 5.65 Drill operators ;Wago:i or 1,E950007 2 P2/10/1995 I J11. _: i C truck) 5.65 ' Elevating Grader operators 6.70 Euclid or like equipment operator (Bottom or end '• dump) 5.25 Finishing Machine Operators 6.10 Flaggers 4.25 Forklift operators 5.05 ' Form grader operators 5.05 Front end loader operators Finish Rough 6.70 ' Fdro Seeder operators 5.15 6.9 6.90 5 Mechanics 3 Motor Operators: Patrol ' Finish 6.90 Rough 5.65 Mulching uachinc operators 5.15 Oilers and Greasers 5.45 Piledriver operators 6.20 Power broon: operators 5.15 Pug mill operators 5_I5 Roller Operators (self propelled)• 5.25 Scraper Operators: Finish 6.90 ' Rough 5.65 Sod slicing machine operators 4.95 Stabilizer mixing machine operators Tractor operators (crawler 5,65 type) 5.15 Tractor operators (far:: and ' shed) 5.15 Tractor operators -wheel type (with attach.-] yd. or under) 5.55 Tiench'_cg Machine operators 5.55 ' STONEMJ.SoN5 TRUCK DRIVERS: 7.20 Distributor truck drivers Semi-trai]er 5.45 Lowboy drivers 5.45 Transit mix trucx drivers 5-455 5-4 Truck Drivers (heav- v • maximun pay load an excess of 3,000 lbs_) 5.15 Truck Drivers (light- , maxima:.. pay load 3,000 lbs- ) WELi., DR=:.LERS 4.85 6.90 • WELDER;; - Receive rate prescribed for cidf t pc rfo: n;ng opert ion to which welding is incidental. I 1C -?9500u; — 3 12/iO/ic.3q I I. Requests for additional classifications and wage rates uay be submitted to the contracting officer after award, and may be approved only if; (1) the work to be performed by the class;- ' ficaticn requested is not performed by a classification in the wage determ;ration; (2) the classification is utilized in the area by the construction industry; and (3) the proposed wage rate, including any bona fide fringe benefits, bears a�reasonable relationship to the wage rates contained in the wage determina- tion (for the given area and type of construction). (See 29 CFR 5.5(a) (v)). ' ---------------------------------------------------------------- In the listing dbove, the ''SG" designation means that rates listed under that identifier do not reflect collectively ' bargained wage and cringe benefit rates- Other designations indicate unions whose rates have been determined to be prevailing. hND CF GENERAL DECISION I L H I I C FT C C I Ab9SOci7 -- 4 0 1'0l1'°-> U I ti1 `-I_ �l I L L L H L NOTICE TO PROCEED .o: Mobley Contractors, lrc. Date: Seoterrber 24. 1995 P.C. Box 1647 Project: Extended Runway 16 Favetteville, AR 72702 Safety Area Grading and Drainage improvements ' You are hereby notified to commence WORK in accordance with the Contract dated SeDternber 19. 1995, on Cr before September 25 1995, and you are to complete the WORK by December 23, 1995. I I I L I I U I L I City of Fayetteville By: Dale Frederick Title: Airport Manager ACCEPTANCE OF NOTICE Rece pt of the above NOTICE TO PROCEED is hereby acknowledged &4mA9n this the day of 1995. r T< �N 7 /ThzJrb By t/.JJ/(y ( Title V off Section 0055C 1 I I 1 WAGE, LABOR, EEJ AND SAFE=' REOU:REMENTS ' SECTION A (FEDERAL AVIATION ADMINISTRATION REQUIREMENTS) ' A-1. Airport Improvement Program. The work in this Contract is included in Airport Improvement Program Number 3-05-0058-02 which is being undertaken and accomplished by the Siloam Springs Airport Commission in accordance with the terms and conditions of a grant agreement between the Siloam Springs Airport Commission 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 or. the costs of the project Lhat are determined to be aewable project costs under that Act. The '• United States is not a party to this Contract and no reference in this Contract to the FAA or any representative thereof, or to any rights granted to the FAA or any representative thereof, or the '• United States, by the Contract, makes the United States a party to this Contract. ' A-2. Consent to Assicrment. he Contractor shall obtain the prior written consent of the Siloam Springs Airport Commission to any proposed assignment of any interest in or part of this ' Contract. A-3. Convict Labor. No Convict Labor may be employed under ' this Contract. A-4. Veterans Preference. In the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to veterans of the Vietnam era and disabled veterans as defined in Section 515 (c)(1) and (2; of the Act. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. IA -S. Withholding: Sponsor from Contractor. Whether or not payment or advances to the Siloam Springs Airport Commission 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. AA=5. 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 t:ne wages required by this Contract, the Labor, EEO & Safety Regulations - 1 IWage, C1 [] City of Corning 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. A-7. FAA Inspection and Review. The Contractor shall allow any authorized representative of the FAA to inspect and review any work or materials used in the performance of this Contract. A-8. Subcontracts. The Contractor shall insert in each of his subcontracts the provisions contained in paragraphs A-1, A-3, A-4, A-5, A-6, and A-7 requiring the subcontractors to include these provisions in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. A-9. Contract Termination. A breach of Paragraphs A-6, A-7, , and A-8 may be grounds for termination of the Contract. SECTION B (SECRETARY OF LABOR REQUIREMENTS) ' B-i. Minimum Wages (a) All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amounts due at time of payment computed at 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- ' Wage, Labor, EEO & Safety Regulations - 2 I I I I I I I I I I I I H I H I I I 4 of this clause. Laborers or mechanics performing work in more ::flan one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, however, that the employer's payrofl 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. (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 determina ion.. Approval will be giver: for an additional classification and wage rate, and fringe benefits therefore, only when the following criteria have been met: (1) 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 he representatives, and Siloam Springs Airport Commission 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 Siloam Springs Airport Commission 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 Labor will approve, modify or disapprove every additional classification action within 3C days of receipt and so advise the FAA or will notify the FAA within. the 30 -day per.od that additional time is necessary. (29 C?R SA (a) ( (1;; Wa4P, Lahor, -EC & Safety Regular,ions - 3 I 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 Siloam Springs Airport Commission do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the Siloam Springs Airport Commission shall send the questions, including the views of all interested parties and the 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.) (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 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 ' 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)). Wage, Labor, EEO & Safety Regulations - 4 1 I I C I I I I LI I I I I I I B 2. Withholding: FAA fxor. :S:nonsor pursuant to the terms ci the Grant agreements between the United States and Sr..oam Springs Airport Ccmarissicn relating to Airport Improvement Program Number 3-05-0058-02 and Part 152 of the Federal Aviation Regulations (14 CFR Part 152), the FAA may withhold or cause to be withheld from the Siloam Springs Airport Commission 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 Siloam Springs Airport Commission take further action as may be necessary to cause the suspension of any further payment or advance ci funds until such violations have ceased (29 CFR 5.5 (a)(2). B_3. Payrolls and Basic Records (a) Payrolls and basic records relating thereto will be maintained during the course of the work and preserved for a period of 3 years thereafter for all laborers and mechanics working at the site of the work. Such records will contain the name and address of each such employee, his correct classification, rates of pay (including rates of contributions or costs anticipated for bona fide fringe benefits or cash 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) (see sub -paragraph (d) of paragraph B above), that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section I (b) (2) (B) of the Davis -Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits as enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee prcqrams, the registration of apprentices and Wage, Labor, F:EU & Safety Regulations - I trainees, and the ratios and wage rates prescribed in the applicable programs (29 CFR 5.5 (a)(3)(I)). (b) (1) The Contractor will submit weekly a copy of all payrolls to the Siloam Springs Airport Commission for availability to the FAA, as required by paragraph , 152.59(a). The 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 responsible for the submission of copies of payrolls by all subcontractors. (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: (I) That the payroll information required (a) above and that complete. for the payroll period contains the ' to be maintained under paragraph B-3 such information is correct and (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 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. Wage, Labor, EEO & Safety Regulations - 6 I I I I I [1 I El ::• Ti:e Contractor wi:: make t_e records required under the ' labor standards causes 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 to make such records available may be grounds for debarment action ' pursuant to 29 CFR 5.12 ;29 CFR 5.5 (a) (3) (ii)). B-4 Apprentices and trainees (a) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they 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 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 shah 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 rate 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 _ccality other than that in which its program is registered, 'the ratios and wage rates (expressed in percentages of the Wage, Labor, EE^ h Safcty Regulations - 7 I 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 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 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 on the wage determination which provides the less than full 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 Wage, Labor, EEO & Safety Regulations - 8 Li El appi:cable wage late oil the wage determination for the ' classification of work actually performed. Tn addition, any trainee performing work on the lob site in excess of the ratio permitted under the registered program shall be paid not less t than the applicable wage rate on the wage determination for the work actually performed. Ir. the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize ' trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (29 CFR 5.5 (a) (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 Crder 11246, as amended and 29 CFR Part 30 (39 CFR 5.5 (a) (4) (»_) ) (d) ADDlicat_on of 29 CFR Part 5.5 (a)(4). On contracts in excess of $2,CC0 the employment of all apprentices and ' trainees as defined in 29 CFR 5.2 (c) shall be subject to the provisions of 29 CFR Part 5.5 (a)(4) (see paragraph B-4 (a), (b) and (c) above). I(e) Enforcement. (I) The FAA shall promulgate the necessary regulations or procedures, for federally assisted construction programs for which it does not contract directly, necessary to insure that contracts contain the provisions herein or ' such modifications thereof which have been approved by the Department of Labor. No payment, advance, grant, loan or guarantee of funds shall be approved by the FAA after the beginning of construction unless there is on • file with the FAA a certification by the Contractor that he and his subcontractors have complied or there is substantial dispute with respect to the required provisions (29 CFR 5.6 (a)(1)). ' (ii) Enforcement activities, including the investigation of complaints of violations, to insure compliance with the requirements of these provisions shall be the primary duty of the its effort: consistent ' provisions. accordance ,AA. The Department of Labor will coordinate with the FAA, as may be necessary to ensure enforcement of the requirements of these Enforcement of these provisions sha:: be in with 29 CFR S.G. ' Wage, Labor, EEO & Safety Regulations 9 II I B=5. Compliance with Copeland Regulations. The Contractor shall comply with the Copeland Regulations (29 CFR Part 3) of the Secretary of Labor which are herein incorporated by reference (29 CFR 5.5 (a) (5) ). B-6. 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 the meaning of this clause include sponsor, the U.S. Department of Labor, or the employees or their representatives. BB=B. 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 virtue 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. ' 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)). Wage, Labor, EEO & Safety Regulations - 10 Li I H I L [% C I I El I ( I I I I B-10. Violations, Liability for Unpj _ Wages. Liquidated Damages. In the event of any violation of parac_-aph 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 shat; be liable to the United States for liquidated damages. Such liquidated damages shall be computed, w_th respect to each individual laborer or mechanic employed in violation of said paragraph B-6 of this provision, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of 8 hours or in excess of the standard work week of 40 hours without payment of the overtime wages required by said paragraph B-6 of this provision (29 CFR 5.5 (c)(2);. B-11. Withholding for Unpaid Wages and Liauidated_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. Na 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 may enter into, together with a clause requiring this insertion in any further subcontracts that may in. turn be made. The Contractor shall be responsible for compliance by any subcontractor or lower tier subcontracto_- tiaye, Labor, EEO & Sa`_cty Requ_aticns - I 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: , CC=1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, sex or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. C-2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, relation sex or national origin. C-3. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided, advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. C-4. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor. C-5. The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, as ' Wage, Labor, EEO & Safety Regulations - 12 I I I fl I I C I I I 11 I C1 amended, anc by ,uies, regulations, anc orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and others. C-6. :n 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, 196b, 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-i 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 o:. the United States. SECTION D (HEALTH AND SAFETY REQUIREMENTS) 1J- 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. 734C 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). Wage, Labor, EEO 4 Safety Regulations - 13 I D-2. MANDATORY CONDITIONS INVOLVING ELECTRICAL ENERGY OR OTHER HAZARDOUS ENERGY SOURCES For projects involving electrical energy or other hazardous energy sources, the Contractor shall submit a copy of their Lockout/Tagout program which meets the requirements of 20 CFR 1910.331, Safety Related Work Practices , (OSHA). During the performance of electrical work, it is recommended that an unannounced inspection be performed by the airport sponsor or his agent to determine if the Lockout/Tagout program is being followed. Immediate action shall be taken to correct noncompliance, including suspension of work when necessary. SECTION E (AIR AND WATER QUALITY STANDARDS) E-1. Any other provision herein to the contrary notwithstanding, the Contractor in carrying out work under this Contract, shall at all times comply with all applicable state and federal air and water quality standards; with all pollution control laws; and with such rules, regulations, and directives as may be lawfully issued by a local, state or federal agency having within its jurisdiction the protection of the environment in the area surrounding where work under this contract will be performed. In addition, the Contractor shall comply with directives given by the Project Engineer in implementation of the letter and intent of FAA Advisory Circular 150/5370-10 entitled Item P-156, Temporary Air and Water Pollution, Soil Erosion and Siltation Control. Copies of this Advisory Circular can be obtained free of charge from 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. Wage, Labor, EEO & Safety Regulations - 14 (d) To include or cause to be included in any Contract or subcontract which exceeds SIC0,000 the aforementioned criteria and requirements. SECTION F (STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY ' CONSTRUCTION CONTRACT SPECIFICATIONS (Executive Order 11246, as amended)) 'i. 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 Directoi delegates authority; "Employer identification number" means the Federal socia. security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Forn 941; (d) "Minority" includes: (1) Black (all persons having origins in any of the Elack African racial groups not of Hispanic origin); ' (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South America, or other Spanish culture cr origin regardless of race); (3) Asian and Pacific island (all persons having origins in any of the criginal 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 identificaticn). F-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 :nincrity and female participation and which is se`_ forth in the solicitations from which this Contract resulted. Wage, bab_:, EEO k Safety Regulations - 15 I 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 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 1 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 ' Wage, Labor, EEO & Safety Regulations - 16 , 1 J I I I I I L these efforts tu]iy ax.,: ::ha11 implement aifirmative action steps at least as extensive as 11]e 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, 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 Cr in such facilities. (b) Establish and maintain a current :ist of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. (c) Maintain a current 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 indiv dual. If such indiv�dua_ 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 -)irector 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 ob]_ga:ions. (e) Develop on-the-job training opportunities and/or participate in ;.raining programs for the area which expressly • include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the ' Cant ractc)r 's employment. needs, especially ;.hose programs funded or approved by the Department of Labor. The Contractor Wage, Labor, EEO & Safety Requlations - =7 I shall provide notice of these programs to the sources compiled under 7b above. (f) Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. (g) Review, at least annually, the company's EEO policy and , affirmative action obligations under these Specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with on -site supervisory personnel such as superintendents, general foreman, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. (h) Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and subcontractors with whom the Contractor does or anticipates doing business. ' (I) Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. Wage, Labor, EEO & Safety Regulations - 18 1 I C I I L C I I I TI (j) Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in ether 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 Par;. 60-3. (1) Conduct, at least annually, an inventory and evaluation, at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. (m) Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually mon'_torinc 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. ' (p) Conduct a review, at least annually, of all supervisor's adherence to and performance under the Contractor's F.EO policies and affirmative action obligations. I I C I FF=B. 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 ;xroup, makes every effort to assure that the group has a positive impact or: the employment of minorities and Wage, Labor, EEO & Safety Regulations - 19 I I 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 on behalf of the Contractor. The obligation to comply however, is ' the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. , F-9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide EEO and take affirmative action for all minority groups, both male and female, and all women, both minority and 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. ' 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. Wage, Labor, EEO & Safety Regulations - 20 1 LI ' F-.4. The Contractor shall designate a responsible official to monitor all employment related activity to insure that the company EEC 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 .f any, employee identification number when assigned, social security :cumber, 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 imitation upon the application of other laws which establish different standards of compliance or upon the application at ' requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of :.977 and the Community Development Block Grant Program). 1 SECTION G (DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS) TI I I TI H I I I 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 CYR 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 and perform contracts. Contractors sha>; nct discriminate cn the basis of race, color, national origin or sex in the award and performance cf DOT -assisted contracts. Wage, Labor, EEO & Safety Regulations 21 J I G-3. Compliance. All bidders, potential Contractors, or subcontractors for this DOT assisted contract are hereby notified that failure to carry out the DOT policy and the 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. G-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 DEE 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 DEE 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 progress in achieving DEE subcontract goals and other DBE affirmative action efforts. Wage, Labor, EEO & Safety Regulations - 22 I I I SECTION H (MONTHLY EMPLOYMENT UTILIZATION REPORT (Standard Form 257 - Aug. 1976) Authorized By Section 204 Of Executive Order 11246 and 41 CFR 60-1.4(5)) ' The Contractor will file with the Area Director, U. S. Dept. of Labor, CFCCP, P. 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 ccntract, • Monthly Employment Utilization Reports (Standard Form 257 following page), in accordance with the instructions contained on the form. t Members of the Associated General Contractors Highway Heavy Affirmative Action Plan are not required to submit Form CC -257 unless requested. 1 I C I C C C [: C C ' Wagc, Labor, EEO & Safety Regulat-ions - 23 I I SECTION 10 L I r C 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 he interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADVERTISEMENT. A public announcement, as req-wired by local ' law, invitinq 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, ' or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-06 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft, and includes its buildings and facilities, if any. 10-07 ASTM. The American Society for Testing and Materials. ' 10-08 AWARD. The acceptance, by the owner, of the successful bidder's proposal. 10-09 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 BUILDING AREA. An area on the airport to he used, ' considered, or intended to be used for airport buildings or other airport facilit�.es cr rights -of way together with all airport buildings and facilities located thereon_ Genera_ Provisions 1 I I 10-11 CALENDAR DAY. Every day shown on the calendar. 1 10-12 CHANGE ORDER. changes in the plans, establishing the basis any, for the work affe a change order, shall A written order to the Contractor covering specifications, or proposal quantities and of payment and contract time adjustment, if cted by such changes. The work, covered by 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 General Provisions - 2 ' 1 H I complete the work within the intended scope of the ccntract as ' previously mcdified. 10-21 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his/her duly authorized representative. I I I I I I Hi I I I I I I I 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," "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. General Provisions 3 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 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 AIP 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. 0 1 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 on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. 10-37 PROPOSAL GUARANTY. 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. General Provisions - 4 Li Li I I Li Li 10-38 RUNWAY. The area on the a:rpert prepared for the landing aria takeoff of aircraft. 10-39 SPECIFICATIONS. A part of written directions and requirements work. Standards for specifying mat cited in the contract specifications same force and effect as if included the contract containing the for completing the contract erials or testing which are by reference shall have the in the contract physically. 10-40 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-41 SUBGRADE. The soil which forms the pavement foundation. 10-42 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-43 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the owner covering: (:) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. 10-44 SURETY. The corporation, partnership, or individual, other ' than the Contractor, executing payment or performance bonds which are furnished to the owner by the Contractor. 10-45 TAXIWAY. For the purpose of this document, the term taxiway • means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of ' aircraft to and from the airport's runways or aircraft parking areas. ' 10-46 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient tc the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. General Provisions - 5 Li I 10-47 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of the contract. Unless work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. END OF SECTION 10 1 1 I I I I [I I I 1 F I General Provisions - 6 ' I El I SECTION 20 I I J I I I I I I 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 t_nancial 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 prequalificaticn may be submitted as evidence of financial responsibility .n lieu of the certified statements or reports hereinbefore specified. Each bidder shall submit "evidence of competency" and "evidence of 1 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. General Prov.!;ions I 20-04 ISSUANCE OF PROPOSAL FORMS. The owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the owner) at the time the owner issues the proposal to a prospective bidder. I c. Contractor default under previous contracts with the owner. I d. Unsatisfactory work on previous contracts with the owner. 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An I estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. General Provisions - 8 I I I n I I I I I I I I Boring :cqs 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, deductions, or conclus ons 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 tc furnish a unit price. I Genera] Provisions 9 d. If unbalanced. If the proposal is not accompanied 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. 20-09 BID GUARANTEE. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the owner. 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-11 WITHDRAWAL OR REVISION OF PROPOSALS. 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. Provisions II b. Eviaence of collusicn arrang bidders. Bidders ' participating in such collusion shall be disquai.fied 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 1 1 1 1 II I I I I I I I Genera. Frcvisions - 11 I 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 90 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 General Provisions - 12 [1 I I hereinbefore specified _n the subsection titled CCNS10ERAT CN OF PROPOSALS cf this secticn. Proposal guaranties of the two lowest bidders will be retained by the owner until such time as an award ' is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the owner receives the 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 bend or bonds shall be acceptable to the owner. Unless ' otherwise specified in this subsection, the surety bond or bonds shall be in a sun equal to the full amount at the contract. ' 30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner, along with the fully • executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is recommended. 30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond cr bonds that have been executed by the successful bidder, the owner shall complete the execution ct the ccntract in accordance with local laws cr 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 I Genera'. Prcvi sic•its :3 I 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. These alterations which are for work within the general scope of the contract shall be covered by "Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. ' Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. 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 General Provisions - 14 ' I I toward completion of such item prior to the date of the order- to emit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS at Section 90. ' 40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called Extra Work. Extra work that is within the general scope of the contract shall be covered by written change order. Change orders for such extra work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such extra work. When determined by the Engineer to be in the owner's best interest, he may order the Contractor to proceed with extra work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. ' Any claim for payment of extra work that is not covered by written agreement (change order or supplemental agreement', shall be ' rejected by the owner. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's ' equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations ' areas of the airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled L=MITATION OF OPERA=•,CNS 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 Or C.HERS in Section 70. With respect to his/her owl operations and the operations of all h:is/her subcontractors. the Contractor shalt provide marking, 1 General Prov-:sions - :ri I 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 performance of work that is otherwise provided for in the contract, plans, and specifications,. the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish erect, and maintain barricades, warning signs, flagmen, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. , The Contractor shall make his/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. 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. General Provisions - 16 1 I I Except as provided in the subsection. titled RIGHTS TN AND USE OF '• M.ATER_ALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for ' completion of the work) shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the owner when so utilized in the work. ' 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, 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: I I I [1 I Ti I I I I 1 a. Use such material in another contract item, providing such use is approved by the Engineer and is .n 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 tc 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 furnishing and installing such material in accordance with requirements ct the contract item in which the material is used. Gene: a] P: nv I I 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. 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 I I I I I Li FT I General Provisions - 18 ' 1 H 1 SECTION 50 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. Al_ 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 construes as waiving the Contractor's eneral Provisions 35 I responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be , construed as waiving the Engineer's right to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. 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 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 circulares; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulares; plans shall govern over cited standards for materials ' or testing and cited FAA advisory circulares. 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 the work and designate the sequence of construction in case of controversy between contractors. The Contractor shall have a competent superintendent General Provisions - 20 I on the work at all tames who is fu;ly authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his/her authorized representative. 50-05 COOPERATION BETWEEN CONTRACTORS. The owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one ' project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of completion of the work being performed by ether 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 shat 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 malfunction, provided this method of operations will product results which corifcrm tc all other requirements of the contract. General Provis nns - 21 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. Inspectors employed by theowner 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. General Provisions - 22 I E r-. I 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which does not form to the requirements of the contract, pans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. Work done contrary to the instructions of the Engineer, work done ' beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or • replaced at the Contractor's expense. • Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable ' work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage which may result from the moving of material or equipment. ' The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface ' course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his/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 ccndi icn at ii__ .. llne_'�. GP_neral Ps'oV iB-Cns 23 I In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain ' the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13. FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's ' notification, the Engineer may suspend any work necessary for the owner to correct such unsatisfactory maintenance condition, ' depending on the exigency that exists. Any maintenance cost incurred by the owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the owner shall not void or alter any provision of the contract. 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 General Provisions - 24 I I I the Contractor shall immedia::P:y comply • instructions. Upon correction of the wcrk be made which shall constitute the final work has been satisfactorily completed ' Engineer will make the final acceptance a in writing of this acceptance as of the d [1 I I I I I I I I I with and execute such another inspection will inspection, provided the In such event, the rid notify the Contractor ate 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 rotificatnon is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit his/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 payrr.ent based on differences in measurements or computations. END OF SECTION 50 General Frcvi s Loxis - - I OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the of supply before delivery is stated. If it is found after that sources of supply for previously approved materials produce specified products, the Contractor shall furnish mat 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: Listed in FAA Advisory Circular (AC) 150/5345-1, Approved Equipment, that is in effect on the date of advertisement; b. Produced by the manufacturer qualified (by FAA) to produce 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 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 Provisions qualified representative of ;.he owner. All materials being used are subject to inspecticn, test, ci rejection at any time prncr to • or during incorporation into the work. Copies of all tests will be 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 user. 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 distributicn 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 t 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 pants may be General ?rovisions - ^7 [1 I inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. 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. c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the owner shall have the right to ' retest any material which has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 ENGINEER'S FIELD OFFICE AND LABORATORY. When specified and provided for as a contract item, the Contractor shall furnish a building for the exclusive use of the Engineer as a field office and field testing laboratory. The building shall be furnished and maintained by the Contractor as specified herein and shall become property of the Contractor when the contract work is completed. 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere , with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the General Provisions - 28 1 C: I owner or lessee of such property. The Contractor shall make all ' arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/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 recuirements 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 r corected by the Contractor, shall not he returned to the site of the work until such time as the Engineer has approved its used ;n 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. Al: 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 beer. 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. ' END OF SECTION 60 I Genera: Provisions 19 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, I and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect thoseengaged or employed on the work, or which in any way affect 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, or any trademark or copyright, and shall indemnify the owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The owner 1 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 General Provisions - 30 1 I I authorized to construct., reconstruct, or maintain such utility ' service cr facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing :.he 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 spec'if'ications. 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. I I I I I [1 I I [I I I 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 :.he 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 urisanit dry, hazardous, or dangercus to his/her health or safety. General Provislcns - 31 I I I 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. 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. 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 General Provisions - 32 I Ti I I I I I I [l I I H signs, and markings fo1 hazares until their dismantling s directed by the Engineer. Open -flame type lights shall not be permitted within the air operations areas of the airport. 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall he stored in a with all laws and ordinances, and all clearly marked. Where no local laws shall be provided satisfactory to the closer than 1,000 feet from the work c other place of human occupancy. secure manner in compliance such storage places shall be or ordinances apply, storage Engineer and, in general, not :r from any building, road, or 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 cans 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 cz equal to that, existin.c before such damage or injury was General Yrovisions 33 I 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 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 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: General Provisions - 34 ' 1 I Phase or Required Date o_ Sequence Work Shown Description of Owner's Beneficial Occupancy on Plan Sheet Grading Phase I 3, 5, 6 Installation of Drainage Phase II 3, 5, 6, 7 Improvements 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 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 ct 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 difficulties involved herein described and reason of delay or in contract work. make his/her own estimate of the inherent in completing the work under the conditions shall not claim any added compensation by creased cost due to opening a portion of the 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the ' execution or from the nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but 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 aut:^.ori-ties. General Provisici.s - 35 Li If the work is suspended for any cause whatever, the Contractor shall be responsible forthe 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 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. Bill Brodie, Chief VASI Control Cable Airway Facilities 1-501-442-5221 REIL Lights & Cable Maintenance 1-501-267-2339 Fayetteville, AR Electricity Telephone Gas Water All Utilities SWEPCO S.W. Bell Telephone Co Contel Ark. Western Gas Co Water Department City of Fayetteville Arkansas One Call 1-501-521-3000 1-501-980-3100 1-800-482-8998 1-501-524-4165 1-501-521-1250 1-800-482-8998 I I C [I I I L C I I I 11 I I [1 General Provisions - 36 1 C It is understood and agreed that the owner does not guarantee the ' -accuracy or the completeness of the location information ielating 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. In addition to the general written notification hereinbefore provided, it shall be the responsibility of the Contractor to keep such individiia: 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 of an underground utility service have ' been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet (90 cm) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. ' Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he sha>; immediate -y notify the proper authority and the Engineer and sha--: General Provisions - �7 I I 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. 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 General Provisions - 38 I I tuels, oils, bitumens, chemicals, of other harmful materials and to ' prevent pollution of the atmosphere from particulate 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. Should 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 OF SECTION 70 I C h F I L General Previsions :9 D I I SECTION 80 PROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the owner, and shall be consummated only on the written approval of the owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. 80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/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. I 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. General Provisions - 40 1 i L For ATP contracts, the Contractor shall not commence any actual ' construction prier to the date on which the notice to proceed is issued by the owner. ' 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 recuires 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 ur_ti: the necessary temporary marking and associated • lighting is in place as provided in the subsection titled BARRICADES, WARNING S:GNS, AND HAZARD MARKINGS of Section ']0. When the contract work recuires the Contractor to work within an AIR OPERAT:ONS 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 Time Periods Type of Control AOA Can be Closed Communications Authority Required When Working ' .n AOA ' Runway C_csed Runway and 16 Displaced Threshold I I I 80-05 CHARACTER OF WORKERS, Contractor shall, at all times, equipment for prosecuting the work and time required by the contract Monitor Airport Frequency 122.9 Manager METHODS, AND EQUIPMENT. The employ sufficient labor and to full completion in the :nannel- plans, and specifications. General Provisions 4,] Eu I 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. All 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 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. General Provisions - 42 1 1 I :n ne event that the Contractor ,s ordered by the Engineer, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended ' on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the ' work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/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 a: the request of the Contractor, or for any other delay provided tcr in the contract, plans, or specificat;ons. If it should become necessary to suspend work for an indefinite ' period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or ' deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. ' 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work 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 snai_ 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: ' General Provisions - 43 J I (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. (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 1 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 General Provisions - 44 , ii I U I [] I I I H I If I I I I I suspend and resume all work, due to causes not the fault of the Contractor, shall he 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 has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the Contractor finds it impossible for reasons beyond his/her control to complete the work within Lhe 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 he in full force and effect, the same as though it were the original tine 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 tc 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 part of it after the time date to which the time or in no way operate as a wa its rights under the cont� to continue and finish the work or any fixed for its completion, or after the completion. may have been extended, will tier on the part of the owner of any of act General Provisions - 45 I 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 e. Fails to resume work which has been discontinued within a I 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 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 General Provisions - 46 , I therect, or use such other methods as in the opinion of the ' Engineer w::: be required for the completion of said contract in an acceptable manner. ' All costs and charges incurred by the owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, ' then the Contractor and the surety shall be liable and shall pay to the owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction ' contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. I I I I I I I I I I when the contract, or any completion of all items of made for the actual number the contract price or a: partially completed or n anticipated profits shall I portion thereof, work in the ccnt, of units or items mutually agreed >t started. No e considered. is terminated before -act, payment will be of work completed at for items of work claims or loss of Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and tram the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable mater�a:s, work and that are not of the Contractor, be as shown by receipted of delivery as may be obtained cr ordered by the Contractor for the incorporated in the work shall, at the option purchased from the Ccntractor at actual cost bills and actual cost records at such points designated by the Engineer. Termination of the contract Cr 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 wcrk performed. END OF SECTION 80 General Provisions - 47 I 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. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the ' plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured , by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. I In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. The term "ton" will mean the short ton consisting of 2,000 pounds , avoirdupois. All materials which are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations 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. General Provisions - 48 I I ' 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 he 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 he converted to cubic yards for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials w_11 he measured by the gallon or ton. When ' measured by volume, such volumes will be measured at 60 F or will be corrected to the volume at 60 F using ASTM D 1250 for asphalts or ASTM D 633 for tars. ' Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of ' measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton or 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. 1] General Prcvisions 49 I Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force , account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. when standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by 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 springbalances 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. 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 "overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighing -accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent. General Provisions - 50 1 I I ' In the event inspection reveals the scales have been "underweighing" (indicating less than correct weight;, they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, ' testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. Whe ' are the the the I LI I I I L. I I L n the desig final work work estimated quantities nated as the pay quam quantities for which will be made, unless shown on the plans for a specific portion of the work :ities in the contract, they shall be payment for such specific portion of the dimensions of said portions of 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, fcr 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 ALTERA_,ON OF WORK AND QUANTITIES of Section 40 will be made fcr any increased expense, loss of expected reimbursement, or loss cf anticipated profits suffered or claimed by the Contractor which General Provisions - 71 I 1 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 payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or nonpreform 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. General Provisions - 52 Li I 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 cf materials. (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 cf 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 retainedby 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 FUNCS of this section. The balance (90 percent) of the amount payable, less all previous payments, shall he certified fox payment. Shcu_d the Contractor exercise his/her General Prov: sic_ t - 5? I • . 1 option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such 10 percent retainage shall be I deducted. 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 agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. , 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of ' the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the owner. Such 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. d. The Contractor has furnished the owner legal title (free , of liens or encumbrances of any kind) to the material so stored or stockpiled. General Provisions - S4 , 1 I I 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 hi_s/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. 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 shalt 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 tc 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 acccrdance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare General P:ovis:cns - 55 I I 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. After the Contractor has approved, or approved under protest, the ' Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be , subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation , under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. END OF SECTION 90 ' I I I I General Provisions - 56 1 I I I SECTION 10C I I I E I I I I I I I I I I I CONTRACTOR QUALITY CONTROL PROGRAM 100-01 GENERAL. The Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that wil.- be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified herein and elsewhere in the contract technical. specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The intent of this section is to enable the Contractor to establish a necessary revel of control that will: a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. c. Allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and present, at the preconstruction conference, his/her understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. 100-02 DESCRIPTION OF PROGRAM a. General Description. The Contractor shall establish a Quality Control Program to perform inspection and testing of all General Frcvi s i ons ')"1 11 I items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed access by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe ' the Quality Control Program in a written document which shall be reviewed by the Engineer prior to the start of any production, construction, of off -site fabrication. The written Quality Control Program shall be submitted to the Engineer for review at least calendar 5 days before the Preconstruction Conference. Submittal of the written Quality Control Program prior to the start of work will allow for detailed discussion of the requirements at the preconstruction meeting. This will give the Contractor a better understanding of the requirements before developing the Quality Control Program. The Quality Control Program shall be organized to address, as a minimum, the following items: a. Quality control organization; 1 b. Project progress schedule; Submittals schedule; ' c. Inspection requirements; d. Quality control testing plan; e. Documentation of quality control activities; and ' f. Requirements for corrective action when quality control and/or acceptance criteria are not met. The Contractor is encouraged to add any additional elements to the Quality Control Program that he/she deems necessary to adequately control all production and/or construction processes required by this contract. 100-03 QUALITY CONTROL ORGANIZATION. The Contractor's Quality ' Control Program shall be implemented by the establishment of a General Provisions - 58 , I Li separate quality control organization. An organizational chart ' shall be developed to show all quality control personnel and how these personnel integrate with other management/production and con- struction functions and personnel. ' The organizational chart; shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing, for each item of work. It necessary, different technicians can be utilized for specific inspection and testing functions for different items of work. If an outside ' organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program the personnel assigned shall be subject to the qualification require- ' ments of paragraph 100-03a and 100-03b. The organizational chart shall indicate which -personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall consist of the following minimum personnel: a. Program Administrator. ' The Program Administrator shall be a full-time employee of the Contractor, consultant engaged by the Contractor. The Program Administrator shall have a, minimum of 5 years of experience in ' airport and/or highway construction and shall have had prior quality control experience on a, project of comparable size and scope as the contract. ' Additional qualifications for the Program Administrator shall include at least I of the following requirements: (1)Protessional engineer with 1 year of airport paving • experience acceptable to the Engineer. ' (2)Engineer-in-training with 2 years of airport paving experience acceptable to the Engineer. • (3)An individual. with 3 years of highway and/or airport paving experience acceptable to the Engineer, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. (4)Construction materials technician certified at Level III by the National Inst_;tute for Certification in Engineering ' Technologies (SICET). IGeneral Provisions :>; (5)Highway materials technician certified at Level III by NICET. (6)Highway construction technician certified at Level III by NICET. (7)A NICET certified engineering technician in Civil Engineering Technology with 5 years of highway to and/or airport paving experience acceptable the Engineer. ' The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with tie contract plans and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at,the job site within 2 hours after being notified of a problem. Also The Program Administrator shall be on the project site at all times when the asphalt surfacing is being placed. b. Quality Control Technicians. A sufficient number of , quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall ' be either engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of 2 years of experience in their area of expertise. The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1)Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by Section 100-06. (2) Performance of all quality control tests as required by , the technical specifications and Section 100-07. Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET certification. c. Staffing Levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity ' at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians General Provisions - 60 , I shall he provided at each plant and field placement location. The ' scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. 100-04 PROJECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated construction schedule for all work activities. The ' schedule shall be prepared as a network diagram in Critical Path Method (CPM), PERT, or other format, or as otherwise specified in the contract. has a minimum, it shall provide information on the ' sequence of work activities, milestone dates, and activity duration. ' The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis; or as otherwise specified in the contract. Submission of ' the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract ' 100-05 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all submittals (e.g., mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include: ' a. Specificaticn item number; b. Item description; c. Description cf submittal; d. Specification paragraph requiring submittal; and e. Scheduled date cf submittal. ' 100-06 INSPECTION REQUIREMENTS. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by, the Contractcr as specified by Section 100-07. Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the ' particular feature of work. These shall include the, following minimum requirements: • a. During plant operation for material production, quality • control test results and periodic inspections shall be utilized to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment utilized in proportioning and mixing shall be inspected General Provis.'ons [1 J I to ensure its proper operating condition. The Quality Control Pro- gram shall detail how these and other quality control functions will be accomplished and utilized. b. During field operations, quality control test results and ' periodic inspections shall be utilized to ensure the quality of all materials and workmanship. All equipment utilized in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure. that all such operations are in conformance to the technical specifications, and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and utilized. 100-07 QUALITY CONTROL TESTING PLAN. As a part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction , processes. The testing plan can be developed in a spreadsheet fashion and ' shall, as a minimum, include the following: a. Specification item number (e.g., P-401); b. Item description (e.g., Plant Mix Bituminous Pavements); ' c. Test type (e.g., gradation, grade, asphalt content); d. Test standard (e.g., ASTM or AASHTO test number, as applicable); e. Test frequency (e.g., as required by technical specifications or minimum frequency when requirements are not stated); , f. Responsibility (e.g., plant technician); and g. Control requirements (e.g., target, permissible ' deviations). The testing plan shall contain a statistically -based procedure of ' random sampling for acquiring test samples in accordance with ASTM General Provisions - 62 ' I I) 366.L>. The Engineer shall be provided the, opportunity to witness ' quality control sampiing and test.nq. All quality control test results shall be documented by the Contractor as required by Section. 1CC-08. ' 100-08 DOCUMENTATION. The Contractor shall maintain current quality control records cf all inspections and tests performed. ' These records shall include factual evidence that the required Inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections. or ' tests;,, nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. • These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the '• terms of the contract. Legible copies of these records shall be furnished to the Engineer daily, The records shall cover all work placed subsequent to the previously furnished records and shall be ' verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the 'following records: a. Daily Inspection Reports. Each Contractor quality control ' technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations on a form acceptable to the Engineer. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following: ' (1)Technical specification item number and description; (2)Compliance with approved submittals; (3)Proper storage of materials and equipment; (4)Proper operation of all equipment; (5)Adherence to plans and technical specifications; (6)Review of quality control tests; and (?)Safety inspection. C?neral Provisions - 6 I The daily inspection reports shall identify inspections conducted, results of inspections, location and nature o f defects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. b. Daily Test Reports. The Contractor shall be responsible for establishing a system which will record all quality control test results. Daily test reports shall document the following information: (1)Technical specification item number and description; (2)Test designation; (3)Location; ' (4)Date of test; (5)Control requirements; (6)Test results; , (7)Causes for rejection; (B)Recommended remedial actions; and (9)Retests. ' Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. 100-09 CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a General Provisions - 64 , 1 I I whole, and fcr ind_v'.dual i ti; o' %.pork contained in t ]n> t ecnnical speciicat-cns. ' The Quality Control Procratr.sl_al: detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to ' gauge when a process is out of control and the type of correction to be taken to regain process control. ' When applicable or required by the t?chn_.cal specifications, tile Contractor shall establish and utilize statistical quality control charts for individual quality control tests. The requirements for ' corrective action shall be linked to the control charts. 100-10 SURVEILLANCE BY THE ENGINEER. All items of material and ' equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine it the Contractcr, producer, manufacturer cr shipper maintains an adequate ' quality control system in confcrrcance with the requirements detailed herein and the applicable technical specifications and plans. In addition, al. -items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does no: relieve the Contractor of ' performing quality control inspections of either on -site or off - site Contractor's or subcontractor's wcrk. ' 100-11 NONCOMPLIANCE. a. The Engineer will notify the Contractor of any • noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his/her authorized representative to the Contractor or his/her authorized representative at the site of the work, shall be ccnsidered sufficient notice. I C L; I b. In cases where quality control activities do not comply with either the Contractor's Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective, Quality Control Program, as determined by the Engineer, the Engineer may: (1) Order the Contractor to replace ineffective or unqualified qua::ty, control personnel or subcontractors. (2) Order the Contractor to Eton operations until app,-opria:.n corrective actions is taken. END OF SECTION 100 I Ineral Provisions 4', I 1 SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 110-01 GENERAL. When the specifications provide for material to be sampled and tested on a statistical basis, the material will be evaluated for acceptance in accordance with this section. All test results for a lot will be analyzed statistically, using procedures to determine the total estimated percent of the lot,that is within specification limits. This concept, termed percent within limits (PWL), is a statistically based evaluation method, whereby the PWL is computed on a lot basis, using the average (X) and standard deviation (S) of the specified number (n) of sublot tests for the lot and the specification tolerance limits (L for lower and U for upper) for the particular acceptance parameter. From these values, the respective Quality index(s) (Q,, for Lower Quality Index and/or ' Qu for Upper Quality Index) is computed and the PWL for the specified n is determined from Table 1. 110-02 METHOD FOR COMPUTING PWL. The computational sequence for computing the PWL is as follows: a. Divide the lot into n sublots in accordance with the t acceptance requirements of the specification. b. Locate the sampling position within the sublot in accordance with the random sampling requirements of the specification. c. Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification. d. Average all sublot values within the lot to find X by using the following formula: X = (X, + X, + X, + . . . . . Where: ' X = Average of all sublot values within a lot x1, x2 = Individual sublot values n = Number of sublots ' General Provisions - 66 , i I I ' e. ::nd the standard deviation S, by use of the to] lowing formula: TI Where: Sn — (d:2 » d,' +d3 + . . . do2) / n-1 J 1/2 - sta,.dar:: dnvaatat:: of t;,e numb+r of sublot values an the set d„ d, - deviations cf the individual sublot values X„ X, fro-. the average value X that is d, _ ;x, - X), d, - •x, - Xl.. d, (X„ - X; n = number of sublot-5 f. For single sided specification limits (i.e., L only), compute the Lower Quality Index Q1 by use of the foiowing formula: Where: Q:, - X1X I.; / S,, L = specification lower tolerance limit Estimate the percentage of material within limits (PWL) by entering :able 1 with Q,, using the column appropriate to the total number Cr.) of measurements, It the value of Q,, falls between values shown on the table, use the next. higher value of PWL. g. For double sided specification limits (ie. L, and U), compute the Quality Indexes QL and Q, by use cf the following formulas: Where: QL = (X - L; / S„ and Q. = (U -X) / S„ L and U = specification lower and upper U tolerance limits Estimate the percentage of material bet.ween the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with Q,, and Q , using the column appropriate tc the total number (n) of measurements, and determining the percent of material above P. and percent of material below P. for each tolerance limit. If the values of Q. tall between values shown on the General Provis.ons 6/ I' , table, use the next higher value of PL or Pu. Determine the PWL by use of the following formula: PWL = (PU + PL) - 100 1 Where: PL = percent within lower specification limit Pu = percent within upper specification limit 1 EXAMPLE OF PWL CALCULATION Project: Example Project Test Item: Item P-401, Lot A. A. PWL Determination for Mat Density. 1. Density of four random cores taken from Lot A. A-1 96.60 A-2 97.55 A-3 99.30 A-4 98.35 ' n = 4 2. Calculate average density for the lot. X = (X1 + X2 + X3 + . .X) / n X = (96.60 + 97.55 + 99.30 + 98.35) / 4 ' X = 97.95 percent density 3. Calculate the standard deviation for the lot. S. = [(96.60-97.95)2+(97.55-97.95)+(99.30-97.95)1+(98.35-97.95)2 )/4- 1)1/2 S. = [ (1.82+0.16+1.82+0.16) / 3 ]" S 1.15 , General Provisions - 68 , 4. Calculate the Lower Quality I];dex 0; for the ict. ;L-96.3) Q,, _ (X - L) / S„ Ql. _ (97.95-96.30; / 1.15 _ 1.4384 5. Determine PWL by entering Table 1 with QL = 1.44 and n = 4. PWL = 98 B. PWL Determination for Air Voids. 1. Air Voids of tour random samples taken from Lot A. A-1 5.00 A-2 3.74 A-3 2.33 A-4 3.25 2. Calculate the average air voids for the lot. X = (x1 + x2 + x;- -n) In X = (5.00 + 3.74 + 2.33 4 3.25) / 4 X = 3.57 percent 3. Calculate the standard deviation S.. fox the lot. S„ - 1 13.57-5.031' • I.S] n ':41' a (3.59-2.36)' • (3 S/-3 25; ;' / 4-11 ]"' F. - 12.04 • 0-03 • ].S1 p _21 / 3 t•z S. - 1.12 4. Calculate the Lower Quality index QL for the lot (L = 2.0) Q:, = (X - L) S. Q(. _ (3.57-2.00) / ,' .12 Q;, - ] .3997 General P:-ov:lions 69 , 5. Determine PL by entering Table I with QL = 1.40 and n = 4. ' PL = 97 6. Calculate the Upper Quality Index QU for the lot (U = 5.0) QU = (U -x)/ x) / S„ , QU = (5.00 - 3.57) / 1.12 QU = 1.2702 7. Determine PU by entering Table with QU = 1.27 and ' PU = 93 8. Calculate Air Voids PWL ' PWL = (PL + PU) - 100 PWL = (97 + 93) - 100 = 90 I 1 1 1 General Provisions - 70 I C ' TABLE 1. TABLE FOR ESTII Percent W.th Lwngi i"V4j. P ind P,. _ n.] • 99 --- - -- 1.1541 98 1.1524 97 1 .1496 96 1.1456 ' 95 1.1342 94 1.1342 93 1.1269 92 1.1184 ' 91 1 1089 90 1.0982 89 1.0864 88 1.0736 87 t.0597 86 1 0448 85 '.0288 84 1.0119 83 0.9939 ' 82 0.9749 81 0.9550 80 09342 79 09124 ' 78 08697 77 08662 76 0.8417 75 0.8165 74 0.7904 73 0.7636 72 0.7360 71 0.7077 70 0.6787 ' 69 C.6490 68 0.6187 67 0.5878 66 0.5563 65 0.5242 64 0.49' 6 63 0.4586 62 04251 61 03911 60 03568 59 03222 58 02872 57 0 2519 ' 56 0.2164 55 0.1806 54 0.1447 53 0.1087 ' 52 0.0725 51 0.0363 50 0.0 J I BATING PERCENT OF I •Lnw iIoe nl 11 n.e 1 4700 1.6714 1 4400 1.60' 6 1.4100 1.5427 1 380C 1 4897 1.3500 1 4407 1 3200 1.3946 '.2900 1.3508 1.2600 1.3088 1.2300 1.2683 1.2000 ' .2290 1.1700 1 ,1909 1 1400 1.1537 11100 1'173 1 0800 1.0817 1 050C 1.0467 1.0200 1 0124 0.9900 0.9785 0.9600 0.9452 0.9300 0.9123 C.9000 0.8799 C.8700 0.8478 C.9400 0.8160 0.8100 0.7846 0.7800 0.7535 0.7500 0.7226 0.7200 0.6921 0.6900 0.6617 06600 0.6316 06300 0.6016 06000 0.57' 9 05700 0.5423 0 5400 0.5129 0 5100 0.4836 0.4800 04545 0.450C 04255 0.4200 0 3967 0 3900 0 3679 0.3600 0 3392 C.3300 0.3107 C.3000 0.2822 0.2700 0.2537 0.2400 0.2254 0.2100 0.1971 0.1800 0.1688 0.:500 0.1408 0200 0.1125 0.0900 0.6843 0.0600 0.0562 O.C3C0 0.0281 O.C 0.0 LOT WITHIN -L: fi n-7 1.8008 1.8888 1.6982 1.7612 1.6181 1.6661 1.5497 1.5871 .4887 1.5181 1.4329 1.4561 1.3810 1.3991 1.3323 1.3461 1.2860 1.2964 1.2419 1.2492 1.1995 1.2043 1.1587 1.1613 1.1191 1.1199 1.0808 1.0800 1.0435 1.0413 1.0071 1.0037 0.9715 0.9672 0.9367 C.9325 0.9025 6.8966 0.8690 0.8625 0.8360 0.8291 0.8036 0.7962 0.7716 0.7640 0.7401 0.7322 0.7089 0.70C9 0.6781 0.6701 0.6477 0.6396 0.6176 0.6095 0.5878 0 5798 0.5583 05504 05290 0.5213 0.4999 04924 0.4710 0.4638 0.4424 0.4354 0.4139 0.4073 0.3856 0.3793 0.3575 0.3515 0.3295 0.3239 0.3016 0.2964 0.2738 0.2691 0.2461 0.2418 0.2186 0.2147 0.1911 0.1877 0.1636 0.1613 0.1363 0.1338 0.1090 0.1070 0.0817 0.0802 0.0544 0.0534 0.0272 0.0267 0.0 0.0 .MITS (PWL; n -B 1.9520 1.8053 1.6993 1.6127 1.5381 1.4716 1 4112 1.3554 1 3032 1.2541 1.2075 :.1630 .1204 1.0794 1.0399 1.0015 0.9643 0.9281 0.8 92 8 0.8583 0.8245 0 791 5 0.7590 0.7271 0.6958 0.6649 0.6344 0.6044 0.5747 0.5454 0.5164 0.4877 0.4592 0.4310 C.403' 0.3753 0.3477 0.3203 0.2931 0.2660 0.2391 0.2122 0.1855 0.1592 0.1322 0.1057 0.0792 0.0528 0.0264 0.0 General Provisions 7l C TABLE I. TABLE FOR ESTIMATING PERCENT,OF LOTWITHIN LIMITS (PWL) Negative Values W 010. and QJ Percent Within Lirds IIMM1I. P,. aM Pu n.3 n-4 n.5 n-6 n.) .8 49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 45 -0.1806 -0.1500 -0.1408 -0.1363 -0.1338 44 -0.2164 -0.1800 -0.1688 -0.1636 -0.1607 43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 37 -0,4586 -0.3900 -0.3679 -0.3575 -0.3515 36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4354 33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 30 -0.6787 -0.6000 -0.5719 -0.5583 -0.5504 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 19 -0.9550 -0.9300 -0.9121 -0.9025 -0.8966 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9325 17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9672 16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 13 -1.0597 -1.1100 -1.1173 -1.1191 -1.1199 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 END OF SECTION 110 1 1 -0.0264 -0.0528 -0.0792 -0.1057 -0.1322 -0.1592 -0.1855 -0.2122 -0.2391 -0.2660 -0.2931 -0.3203 -0.3477 -0.3753 -0.43 -0.4310 -0.4592 -0.4877 -0.5164 -0.5454 -0.5747 -0.6044 -0.6344 -0.6649 -0.6958 -0.7271 -0.7590 -0.7915 -0.8245 -0.8583 -0.8928 -0.9641 -0.9643 -1.0015 -1.0399 -1.0794 -1.1204 -1.1630 -1.2075 -1.2541 -1.3032 -1.3554 -1.4112 -1.4716 -1.5381 -1.6127 -1.6993 -1.9520 -1.9520 1 General Provisions - 72 1 I I SPECIAL PROVISIONS ' GENERAL. The General Prcvis:ons presented hereinbefcre are basically a presentation of FAA's (the primary funding agency's) standards. These SPECIAL PRCVISIONS, 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 includes the furnishing of all equipment, materials, and incidental items, and performing all labor required to perform stripping, excavation, box culvert (cast -in -place or precast), installation backfill, safety area grading, security fence installation, and seeding. COORD'NATION 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 eauinment will not be operated closer than 25C feet of any runway centerline or 300feet from the end of the existing runway unless under a "Closed Runway" or 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 AN "Safety Requirements or Activity" (Order SW 150/5370-2C. These construction process. J CONSTRUCTION PROCEDURES i Airports During Agency Funded Construction 5200.5) and also FAA Advisory Circular safety requirements shall govern the 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 Special Provisions - 1 I 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 his personnel, plant, equipment, and materials to a safe distance and stand by until the runway and taxiways are no longer required for use by aircraft. Limitations on Construction. The following restrictions shall normally pertain for activity at 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. I (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. (c) All work which is too close to the ends of the runway for , accomplishment during condition (a) above, shall be performed during periods of closed runway. (Ref. NOTAM requirements hereafter). Special Provisions - 2 ' I I I El I I C I H I El I El J (d) When constructiot: is be:nq 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 34:1 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 2CC feet from the intersection of the 34:1 slope. For visibility minimums of one mile or more, the threshold will be located where the 34:1 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 air carrier 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 feet above the airport a height of 75 feet lighted at night, and stowed height. Notams shall not exceed a height of 150 surface. Any equipment exceeding shall be obstruction -marked and when not in use lowered to its (a) The Airport Cwner or his Designated Representative shall issue the necessary Notice to Airmen (NOTAMS) to reflect hazardous conditions daring 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 construction situation. Active NOTAMS shall be reviewed periodically and revised to reflect the current conditions. Special Provisions - 3 I I (b) Inspections will be made frequently by both the Airport i Owner and Engineer during critical phases of the work to insure that the Contractor is following the required safety procedures. Due to the nature of the proposed project the Contractor's work schedule and working hours shall be subject to several restrictions. In order to maintain the schedule of aircraft operations, a portion of the project must be constructed under ' "closed airport" conditions. In addition, upon completion of each day's work, the Contractor must restore the runway safety area to a condition meeting safety requirements. The runway must be closed for the portion of the work including the culvert construction and grading within the runway safety area, however closed runway shall occur only during nighttime working hours defined below. 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 closed runway time, 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 shall provide ' adequate portable lighting during nighttime hours to minimize shadows within the work area. The minimum light level at any point shall be two foot-candles. The Contractor will be working within the runway approach slope for Runway 16 for the drainage channel improvements. The approach slope have required obstruction fee areas which depend upon the distance from the end of the runway as herein before described. The Contractor will be subject to working within the existing 34:1 runway protection zone/approach slope for Runway 16 (north end) and shall keep his equipment below this slope during all aircraft operations. The Contractor shall generally follow the sequence of work set out below. I Special Provisions - 4 ' II 1 RUNWAY 16 SAFETY AREA SEQUENCE OF WORK 1 1. Perform: work under Closed Runway condition at Night. 1 2. Construction temporary security fencing. 3. Strip topsoil from area. 1 4. Excavate channel, spread earthwork over safety area. I I I 5. Seed completed area. 6. Construct box culvert a. Cast-ir.-Place concrete b. Precast Culvert 2 8' x 4' 7. Backfill culvert sections. 8. Place riprap channel protection. 1 9. Construct fencc and remove temporary fence. I I I I C! I I I 10. Finish seeding. 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 closed airport. This order of work is a suggested schedule, subject to variations; such variations can be approved by the Engineer. Order of Work Work Work Runway Phase Time Limitations Work Items I Night Ccsed Runway Clearing, Earthwork, Culvert Construction, Runway Safety Area Grading IA Day Displaced Threshold, If Allowed by Alternate Bid Clearing, Earthwork, Culvert Construction, Runway Safety Area Grading II Day Fencing and Seeding Special Provisions - £ I I Closed Runway/Airport. The runway shall be closed at 1 night in order to complete the rehabilitation work within 250' of the runway centerline. The schedule for the closed runway periods have been established to minimize the effect upon flight operations. The Contractor shall begin the work on the first night the runway is closed. The runway shall remain closed each night as directed by the Engineer until the Contractor completes the improvements within 250 feet of the runway centerline. (1) Closed Runway Markings. The Contractor shall provide two yellow closed crosses as shown on the Plans. The crosses shall be placed at each end of the pavement at ' the start of each night's work. The runway lights, VASI, MALS, Beacon and Windcone lights shall be turned off during periods the runway is closed. The closed runway crosses shall be removed from the runway by the Contractor at the end of each night's work. The crosses shall remain the property of the Contractor upon completion of work. No separate payment shall be made for providing, installing, and removing the closed runway crosses. (2) Flight Operations Between 11:50 P.M. and 5:45 A.M. Flight operations during the normal night working hours may occur due to delayed American Eagle Airlines, U.S Air, N.W. Air, T.W. Express, or Atlantic Southeast flight delayed after 11:50 P.M. (3) Suspension Time. Based on information affecting the operation of aircraft, and his conclusion that the , possibility of work on that night will be remote, the Engineer shall notify the Contractor no later than 11:30 P.M. that work for that night is to be suspended. Upon receipt of such notification, the Contractor shall alert ' his personnel not to report for work on that night. (4) Standby Time. This condition occurs when the Engineer has not directed that the project be placed under suspension as provided in subparagraph ° above, the conditions develop that work cannot begin at 12:00 Midnight. The factors controlling standby time are as follows: (a) The Contractor's reporting to work at 11:45 P.M. 1 Special Provisions - 6 ' I E (b) The Engineer s notif,cat�on tc the Contractor at or prior to 11:30 P.M. that work cannot begin at ' 12:30 Midt_icht . (c) The Engineer's instruction to the Contractor • tc hold his personnel on standby because of the • possibility of working after 12:00 Midnight. The Engineer may repeat his instruction to continue on • standby time at intervals of one (1) hours, or at longer intervals, as in his judgement is appropriate. Standby time shall occur, and be measured by, increments of one hour, The Contractor shall not be required to hold his personnel on standby basis later than 1:CC A.M.. if ' the Contractor so selects, he may hold his personnel later than midnight, but the time after 1:00 A.M. will not be included in the measurement of standby t.me. Days involved in standby time will not be excluded from contract time, but shall • be included in the count of consumed contract days. The Contractor will normally he placed on standby time is the last scheduled daily flight is delayed past 11:55 P.M. or if a charter flight is scheduled after 12:CC Midnight. (d) Measurement and Payment Standby time will be • measured in increments of one whole hour and payments shall be made at the unit price bid under Bid Item No. 18 for: Standby Time, per hour. ' (e) Legal Holidays. No holiday, including Sunday, wi__ be observed during night time (closed runway) ' work. Observation of legal holidays during the other Work Phases shall be at the discretion of the Contractor. ' 1D) Temporary Displaced Threshold. (1) The Contractor shall construct and install displaced threshold markers along the north end of the runway as needed • to perform work within the extended runway safety area during the alternate daytime working hours. This Displaced Threshold '• will apply for all aircraft landing or taking off on Runway 16 and for those aircraft landing on Runway 34. I I Special Provisions - 7 LI I Threshold Displacement Displacement Work Phase Time Runway 16 (500 ft) 1A 12 hours per day from , 7:00 a.m. to 7:00 p.m. (2) The Contractor shall make every effort to limit 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 stakes 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 displaced threshold markers. (E) Clean-up. From time to time the Contractor shall clean up the construction site, in order that the site present a neat appearance and the progress of the work not be impeded. One such period of clean-up shall immediately precede final inspection. Immediately following acceptance of the work by the Owner, the Contractor shall remove all temporary plant, Special Provisions - 8 I equipment, surplus materials, and debris resulting from his operations, and leave the site in a condition fully acceptable '• to the Owner. Following each work shift, the runway and taxiway shall be swept clean of all loose aggregate and other foreign matter. Clean-up will not be measured for separate payment but shall be considered subsidiary work pertaining to ' the several items cf the contract. ' (F) Working 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). Entrance Parking Area 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 then 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 for extended periods of time the Contractor shall station a ' watchman at the gate to prevent unauthorized personnel from entering the airfield. See the paragraph which follows, entitled CONTRACTOR'S ROU INE 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 or night's work shall ' be as proposed by the Contractor shall be submitted to the Engineer no later than 11:30 P.M. for the evening of the night's work. The schedule need not be elaborate but shall be in detail sufficient to show clearly the exact work that the Contractor is proposing. At the first part of each operation, and until some table of experience has been developed, the proposed work shall be on the conservative side. It is vital that the runway be ready for use by aircraft at the intended time. Clearance for use with FAA. At the end of each days work within the construction area zone, the Engineer or the Owner's Representative shall determine that the section of runway or 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 Special Provisions - 9 r JJ such inspection is desired, the representative and the Engineer 1 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 Bendix/King KX-99 complete with leather carrying case, vehicle lighter trickle charger manufactured by Bendix/King General Aviation Avionics Division, Olathe, Kansas (913 782-0700) and combination microphone headset David Clark Model 1080 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 Contractor. No extra payment shall be made for the radios. Motorized Vehicles. (a) When any vehicle other than those routinely used in the aircraft movement area and runway approach area is required to travel over any portion of that area, it shall be escorted by a vehicle properly identified to operate in the area or provided with a flag on a staff attached to the vehicle so that the flag will be readily visible. The flag shall be not less than 3 -foot square consisting of a checkered pattern of international orange and white squares of not less than 1 foot on each side and displayed in full view above the vehicle. A flag or escort vehicle is not required for vehicles which have been painted, marked and lighted for routine use on aircraft movement areas. 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 aflashing red dome - type light. If the airport has a security plan, check for guidance on additional identification and control of construction equipment. Special Provisions - 10 I r� L Li I I I I I I ;f 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. (b; Vehicular traffic crossing active movement areas must be controlled either by two-way radio with the control tower, by escort, or the means appropriate for the particular airport. The clearance shall be confirmed by the driver's personal observation that no aircraft is approaching his position. c) It will be desirable to clearly identify the vehicles for control purposes by either assigned initials or numbers prominently displayed or. 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 mace or the signs. (d) Debris, waste and loose material capable of causing damage to aircraft landing gears, propellers or being invested in jet engines shall not be placed on active aircraft movement areas. Material tracked or. these areas shall be removed continuously during the work project. ' AUTHORITY OF THE ENGINEER. The Engineer shall have the following authority: (1) to interpret the Plans and Specifications and define 'their intent and meaning; (2) to determine whether the work done and materials ' furnished are in accordance with the terms of the Plans and Specifications and to condemn such in accordance herewith; (3) to make decisions on all matters relating to the execution and the progress of the Work; I Special Provisions - 11 (4) to coordinate the Work of the Contractor with the Work of , other contractors; (5) to stop the Work whenever, in the opinion of the , Engineer, such stoppage may be necessary to insure the proper execution thereof; (6) to determine the amount payable to the Contractor from time to time for Work done under the Contract; (7) to make decisions on all controversies arising out of the Plans and Specifications or the refusal or failure of either party to perform any part thereof; , (8) to give approvals and to take action to the extent necessary for the orderly and expeditious prosecution of the Work; but the Engineer shall not have authority to amend or modify the Construction Contract; (9) to delegate his responsibilities to other representatives ' of the Owner in connection with specific portions of the Work; ' (10) to disapprove or reject Work which is "defective" (which term is hereinafter used to describe Work that is unsatisfactory, faulty or defective, or does not conform to the requirements of the Plans and Specifications, or does not meet the requirements of any inspection, test or approval referred to hereafter or has been damaged prior to approval of final payment); (11) to require special inspection or testing of the Work as ' provided for hereafter whether or not the Work is fabricated, installed, or completed; (12) to exercise his best efforts to insure faithful performance by both the Owner and the Contractor. He will not show partiality to either and will not be liable for the result of any interpretation or decision rendered in good faith. Claims, disputes and other matters relating to the execution and progress of the Work or the interpretation of or performance under the Plans and Specifications shall be referred to the Engineer for decision; which he will render in writing within a reasonable time; I Special Provisions - 12 , L Al] 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 arb_tra:;ron. LIMITATIONS OF THE ENGINEER'S RESPONSIBILITIES. Neither the • Engineer's authority to act under the Plans and Specifications nor any decision made by him in good faith either to exercise or not exercise such authority shall give rise to any duty or • responsibility of the Engineer to the Contractor, any Subcontractor, any materialman, fabricator, supplier, or any of their agents or employees or any other person performing any of the Work. The Engineer will not be respcnsible 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 ?lans and Specifications. The Engineer will not be responsible fcr the acts Cror 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 keen 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 tines 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 and approval by the Engineer. Inspections made by the Engineer L Special Previsions - ]3 I shall be promptly made. If any work should be covered up without the approval or consent of the Engineer, it must be uncovered for inspection at the Contractor's expense if required by the Engineer. CONTRACTOR'S EXAMINATION. The Contractor will be held to have examined all information, documents, and drawings furnished to him by or on behalf of the Owner in connection with this Contract and shall consult with the Engineer in the event of any error or inconsistency or in the event any portion of the Work is not sufficiently detailed or explained, and in no event shall the Contractor proceed with the Work in uncertainty. 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. Special Provisions - 14 1 I WORKMEN. The Contractor shall employ, or cause to be employed, on or in connection with the performance of the Work only persons who are fit and skilled in the work assigned. The Contractor shall at all times enforce, or cause to he enforced, strict discipline and good order among the workmen employed on the Work. Should any ' disorderly, incompetent, or objectionable person be employed by the Contractor, or by any subcontractor, upon or about the Construction Site, the Contractor shall, upon request of the Engineer, cause ' such person to be removed from the Work and not again employed thereon without the written permission of the Engineer. HORSEPLAY. FIGHTING AND ROAMING. Horseplay, scuffling, fighting or carrying of firearms is not permitted on the Construction Site. The Contractor's men shall confine their activities to the specific 1 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 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. I I I I 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. Specia. Provisions - 15 I I 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 latter's employees to be engaged in such work. Where Work under this Contract includes any water or navigational exposure, coverage shall be included to cover the 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 coverage 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 a "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 I Include the following coverage: o Waiver of all "XCU" exclusions. o Broad Form Property Damage and Personal Injury Liability. o Independent Contractor's Coverage Special Provisions - 16 Li J 2. Contractor's Comprehensive Automobile Liability Insurancc •' For not less than the following limits of liability: • Bodily Injury: $ 5C0,000 each person $1,CCC,c00 each occurrence Property Damage: $ 100,0CC each occurrence OR ' Bodily Injury and Property Damage: $1,CCC,C00 combined single limit each occurrence. ' Include Hired car and Ncn-Ownership Coverage. 3. Contractor's Excess Umbrella policy_ S!,OCC,000 limit of liability pocy shall be provided. BUflDER'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. Limits of policy coverage shall be: Bodily injury: $ SC0,000 each person ' $1,CG0,000 aggregate Property Damage $ 250,000 each person $ 250,000 aggregate ISpecial Provisions - _7 I OR I $1,OO0,000 combined -single limit each occurrence/aggregate. INSURANCE 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, 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. 1 Special Provisions - 18 , 1 J I I I The above named limits shalt be operative except where, in the opinion ct the Owner, the character of the work and hazards involved warrant the establishment of greater coverage (established by letter trorr. 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. :t shall be the entire responsibility of the Contractor to purchase and place in effect during the entire life of the Prcject, all insurance and bonds as applies to the Project and is requested herein. ' CONTRAC"CR' S - ' T TTY 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 cf that coverage. In addition, the bidder shall prcvide a statement of premium cost issued by the agent cr 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 fcr 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. I I I I I Third Party Coverage The bidding documents require the contractor to name the engineer and 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 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 No. 22. Surety and Insurer Qualifications All bonds, insurance contracts, and certificates of insurance shall be either executed by or countersigned by a licensed resident agent of the surety or insurance company, having his place cf business ir. the State of Arkansas, and in all way complying with the insurance laws of the Special Provisions - 19 LI State of Arkansas. Further, the said surety or insurance company ' shall be duly licensed and qualified to do business in the State of Arkansas. SUBCONTRACTORS. The Contractor shall not assign or sublet all or any part of this Contract without the prior written approval of the Owner, nor shall the Contractor allow such Subcontractor to commence work until he has provided and obtained approval of such compensation and General Liability insurance as may be required , under the laws of the State. The approval of such Subcontract by the Owner will in no manner release the Contractor from any of his obligations as set out in the Plans, Specifications, Contract and Bonds. , CONTRACTOR'S ROUTINE ACCESS TO SITE. The 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 60-08 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. DUALITY OF THE PLANS. The Plans have been made with care but ' cannot be assumed to be correct in every detail when some of the conditions to be encountered may not be shown on existing maps and are underground. ' The approximate locations of existing improvements are shown. The placing of this information on the Plans in no way obligates the Owner or Engineer as to its correctness, as it is indicative only and is placed there for information and assistance to the Contractor. It is the expressed intent of these Plans and Specifications that the Contractor is to make his own investigation of 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." Special Provisions - 20 , I E The accuracy ct 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 sha>; • satisfy himself to such accuracy of such existing dimensions before starting the work. Whenever existinc obstructions or dimensional inaccuracies capable of verification by the Contractor in the field, or minor variations ' in indicated arrangements or dimensions of equipment., interfere with the installation as shown on the Plans, the Contractor shall make such necessary alterations as are approved by the Engineer and such alterations shall not constitute a basis for extra payment. PARTIAL ACCEPTANCE. Sections 50-14 and 70-13 of the GENERAL ' PRCV_S_ONS 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 PRCV:SION 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 protect is or. ' 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. Fxtra payment will not be made for required changes in size of work force or work hours. ICONTRACTOR TO PERFORM CONSTRUCTION STAKING. Special attention is called to the fact that the Contractor will be required to perform ' his own construction staking. The Engineer, however, will provide a reference line for project alignment and a temporary bench mark from which the Contractor may work. Thereafter it will be the Contractor's responsibility to set all grade hubs (blue tops), 'clearing stakes, slope stakes, etc. 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 tc the review of the Engineer's representative as a part of the construction observation process. Special Provisions - 2: Li I , 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. PRESERVATION OF MONUMENTS AND STAKES. The Contractor shall carefully preserve all monuments, bench marks, reference points and stakes, and in case of willful or careless destruction of the same, he will be charged with the resulting expense of replacement, and shall be responsible for any mistakes or loss of time that may be caused by their unnecessary loss or disturbance. In the event that the stakes and marks placed by the Engineer are destroyed 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 to the Project by himself, or he may let other direct contracts therefore similar to this one. The Contractor shall afford the other contractors who are parties to such direct contracts (or the Owner, if he is performing the additional work himself), reasonable opportunity for the introduction and storage of materials and equipment and the execution of Work, and shall properly connect and coordinate his Work with theirs. If any part of the Contractor's Work depends on proper execution or results upon the Work of any such other contractor (or Owner), the Contractor shall inspect and promptly report to the Engineer in writing any defects or deficiencies in such Work that render it unsuitable for such proper execution and results. His failure to so report shall constitute an acceptance of the other Work as fit and proper for the relationship of his Work except as to defects and deficiencies which may appear in the other Work after the ' execution of this Work. Special Provisions - 22 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 Cr be received by such ether 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 tc the execution of the Contract, written notice thereof shall be given to the Contractor prior to Contractor believes that the Owner or ethers invo ' him to an extension of therefore. starting any such additional Work. If the the performance of such additional Work by Ives him in additional expense or entitles the Contract Time, he may make a claim ' 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. I I 1 I 1 I I I 1 PUBLICITY. No information relative to the Work shall be released by the Contractor, either before or after completion of the Work, for publication or for advertising purposes without the prior written consent of the Owner and the Engineer. MODIFICATIONS AND WAIVERS. No change in, addition to, or waiver of any of the provisions of the Construction Contract shall be binding upon either Party unless in writing signed by an authorized representative of such Party. No waiver by either Party of any breach of the other Party of any of the provisions of the Construction Contract shall be construed as a waiver of any subsequent breach, whether of the same or of a different provision of the Construction Contract. STANDARDS. Materials or processes for which ASTM standards have been adopted shall, unless in conflict with specified requirements, meet the requirements of the latest edition of the ASTM standards. Where a specified material is followed by a reference to a specification, standard, test method or code such as "ASTM CI50", "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. Special Provisions - 23 L] 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 the Owner, except that retests, made after first tests have failed, will be paid for by the Contractor. In view of this, the Contractor will want to be certain that he is ready for tests when he requests that they be made. The Contractor shall give the Engineer at least 24 hours notice, as to when any part of the Work will be ready for observation and/or testing. No part of Saturdays or Sundays shall be counted as part of the required hours of notice. The Engineer shall have the right to order special tests not required by the Specifications and/or the Plans, whereupon the Contractor shall promptly perform such tests. If the portion of the Work so tested proves to be in accordance with the Specifications and the Plans, all costs involved in such testing shall be paid for the Owner and if such testing delays the Work, the time within which the Work is to be completed shall be extended by a mutually agreed to period of time. If the portion of the Work so tested, however, proves to be not in accordance with the Specifications and the Plans, all costs involved in such testing shall be paid for by the Contractor and the time within which the Work is to be completed shall be extended by a mutually agreed to period of time. Neither observations by the approvals by persons other Contractor from his obligat with the requirement of the PAYMENT FOR STORED MATERIALS for "stored materials" in progress payments, he shall the Engineer: Engineer nor the inspections, tests or , than the Contractor shall relieve the ions to perform the Work in accordance Plans and Specifications. , If the Contractor desires to be paid conjunction with one of the monthly provide the following documentation to (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. Special Provisions - 24 1 I I (2) insurance certificates covering the total value of a'_l 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 '_terns cf stored materials certifying that the items are "free of liens and encumbrances". COST OF PANS 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, compensate the Engineer with payment of Seventy-five dollars ($75.00) per set of documents required :n addition to the three sets. ' O'WNERSHIP OF ENG'NEER-NC 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 cf the Construction Contract shall be returned to him on request upon completion of the Project. LI I I I [_1 I Cl I C I PARTIAL SETS OF PLANS AND SPECIFICATIONS FOR SUBCONTRACTCRS. Separate sheets of the Plans and/or Specifications will not he 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 EX:ST'NG FACT --TIES. 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 Special Provisions 25 I I 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 representative, the Engineer, Resident Project Representatives, the Contractor and his Superintendent. WATERWAYS. Present natural and artificial waterways shall be left ' open to flow freely. Temporary dams or by-passes shall be provided when found necessary or ordered by the Engineer. SAFETY AND SECURITY. The Contractor shall comply with, and shall cause the employee and all subcontractors to abide by all safety and security laws, rules and regulations in force at the Construction Site. The provisions of the latest Associated General Contractors of America, Inc., dealing with safe practices pertaining to construction work shall be deemed to be in force at the Construction Site to the extent they do not conflict with such laws, rules, and regulations. The Engineer and the Owner shall assume no liability concerning the Contractor's safety practices, as safety on the Project will be the sole responsibility of the Contractor. FUNCTIONS OF THE Er CONTRACTOR. The E observe work on the purposes for which endeavor to assure established in the 'GIN R AND RELATIONSHIP BETWEEN ENGINEER AND ngineer or his assigned representative will project during the construction phases. The such observation is conducted will be to that: 1) physical limits and dimensions, as Plans and Specifications, are adhered to, 2) materials and equipment installed on the project are equivalent to the type, kind, size, quantity, and quality required by the Plans and Specifications, and 3) the finished products or end results are those as established by the word and intent of the Plans and Specifications. Neither the Engineer nor his representative will attempt to instruct the Contractor or his employees or sub -contractors as to how a task is to be performed, or by whom a task is to be performed, or which machinery or equipment should be utilized to obtain the desired results. The Contractor, in submitting a bid .for work herein specified, purports to be equipped and to have .experienced craftsmen for the performance and construction of each and every phase of the project herein specified. In the event the Contractor does not have the necessary craftsmen in his employ, he shall sub -contract the work for which he has not the craftsmen, or he will otherwise secure the services of craftsmen who are skilled and experienced in all the specified tasks herein. Special Provisions - 26 I l! The Engineer shall have the foilowing functions: () 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 or 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 thereo:; (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; I (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; • (:0) to disapprove or reject Work or material which is "defective" (which term is hereinafter used to describe Work or material that is unsatisfactory, faulty or ' defective, or does not conform to the requirements of the Plans and Specifications, or does not meet the requirements of any test; ' (1:) 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; I Special Provisions 27 1 I (12) to exercise his best efforts to insure faithful , performance by both the Owner and the Contractor. He will not show partiality to either and will not be liable for the result of any interpretation or decision rendered in good faith. Claims, disputes and other matters relating to the execution and progress of the Work or the ' interpretation of or performance under the Plans and Specifications shall be referred to the Engineer for decision; which he will render in writing within a reasonable time; All decisions and determinations made by the Engineer pursuant to the Work and communicated to the Contractor shall be binding on the Contractor unless, within thirty (30) days thereafter, written objection is filed with the Owner's Purchasing Agent demanding that the issue be determined by arbitration. The Engineer or his representative may inform the Contractor or his ' sub -contractors of circumstances which, in the opinion of the Engineer or his representative, may predict unsatisfactory results, or he may caution the Contractors, relative to safety hazards which may exist, but these efforts to assist the Contractors or to prevent accidents or problems will in no way relieve the Contractors of their responsibilities and liabilities in these regards. The Engineer or his representative may not be present during every phase of any construction operation, or if he is on -site, he may not witness each and every function or task that the Contractor/sub-contractor may perform. This fact does not relieve the Contractor from his responsibility to see that each item of work and each installation performed by him or his sub -contractor is in strict accordance with the intent of these Plans and Specifications. CONTRACTOR'S RESPONSIBILITY REGARDING SPECIAL APPLICATION MATERIALS AND PRODUCTS. Within this project may be specified certain materials or products, which may be major components of the project or may be ancillary to major components, and which, due to their specified characteristics and/or capabilities, may be required as essential parts of the project. These materials or products are special in that they require special techniques in their application, and therefore, require experienced and skilled craftsmen. These materials or products include, but are not limited to the following: Sealants, lubricants, paints, primers, lacquers, stains, thinners, solvents, curing compounds, mastics, bitumens, tars, waterproofing agents, insulating compounds, cementitious compounds, fillers, and epoxies. Special Provisions - 28 , I' I I I C C I LI LI H I I I I I I I In-urnishing 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 of such material or products as applied to conform to the characteristics and/or capabilities of each as required by the specifications. TEMPORARY FACILITIES (a) Utilities for Construction - The Contractor shall arrange and pay for all gas, water, and electrical power used by him. He shall provide heat, at his own expense, as necessary for all areas. Electrical service connections shall be provided at the site by the Contractor for the purpose of field office lighting and any temporary lighting and power requirements for construction purposes. The Contractor shall determine the location of the existing electrical connection; shall make all temporary connections; provide all necessary extensions thereto, and shall remove all temporary connections and extensions at the completion of the Work. The Contractor shall provide his own facilities for compressed air supply and steam. Temporary utilities of all kinds shall be removed promptly after their use has been discontinued, unless otherwise approved by the Owner. (b) Drinking Water - The Contractor shall furnish potable drinking water and disposable cups at the job site. The drinking arrangement shall comply with applicable requirements of the Arkansas State Health Department. (c) Bracing Enclosures, Protection Et - 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. Special Provisicns - 29 C I (d) Sanitary Facilities - The Contractor shall furnish approved chemical type toilets at the construction site for use of all workmen on the job. Toilets shall be removed at the completion of the Work. Toilets will be maintained in a sanitary condition and will be removed by him upon completion of the Work. (e) Drainage. Etc. - The Contractor shall incorporate temporary measures as necessary to prevent mud and other materials from getting into the drainage or other permanent piping during the construction period, and he shall do all plumbing, bailing and drainage of all water that may accumulate within the work area during the entire period of construction. He shall clean out any drainage pipes that may become clogged due to negligence or failure on his part to comply with this provision. (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 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. Special Provisions - 30 I Li PERMITS L:CENSES, LAWS, ORDINANCES REGULATIONS AND TAXES. The • Contractor shall obtain and pay for all construction permits and licenses and shall pay all governmental charges and inspection fees necessary tor the prosecution of the Work, which are applicable at ' the time of his Sid. The Owner shall assist the Contractor when necessary in obtaining such permits and licenses. The Contractor shall also pay all public utility charges. The Contractor shall give all necessary notices, shall pay all fees required by law and shall comply with all laws, ordinances, governmental rules and regulations applicable to the Work, to labor employed or. 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 w=th 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, governrr.ental 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 conply 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. ' 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. J Special Provisions - 3. I EXCAVATION SAFETY The Contractor shall be solely responsible for ' trench and excavation safety system in accordance with Act 291 of 1993 of the State of Arkansas and OSHA requirements. Occupational Safety and Health Administration (OSHA) Standard for Excavation and Trenches Safety System, 29 CFR 1926, Subpart P = Excavation. I END OF SECTION I I I I I I I C I I Special Provisions - 32 , rl I ITEM P-152 EXCAVATION AND EMBANKMENT I DESCRIPTION 152-1.1 This item covers excavation, disposal, placement, and compaction of all materials within the limits of the work required 1 to construct grading and drainage improvements, 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 grading and drainage improvements. The excavation material shall ' be obtained from these areas shall ne used to form the subgrade embankment for the grading ai_c drainage improvements. b. Borrow Excavation. Select borrow excavation shall consist • of approved material required for the construction of the select embankment. Select borrow material shall be obtained from areas • outside limits of the airport property 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. ' 152-1.4 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 34 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. '.he suitability of material to be placed in embankments shall be subject to approval by the Engineer- All unsuitable material shall he disposes of in waste areas shown on the plans. All waste areas shall be graded to allow positive Section. P Th2 -1 H drainage of the area and of adjacent areas. The surface elevation of waste areas shall not extend above the surface elevation of adjacent usable areas of the airport, unless specified on the 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. I 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 disced 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 I 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. I Section P-152 -2 1 i I when tnc volume- of the excay.at ion exceeds that reccir-ed t:) 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 foi ccnstructinq the fi11 to the grades indicated, the deficiency shall be obtained from borrcw 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 tc 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 ir_ ccnstructinq the embankment or in capping the pavement subgrade. :f, at the time of excavation, it is nct possible to place this material in its final location, it sha:: b' ' stockpiled .n approved areas o that it can be measured for paym.e::t for rehandling as specified it: paracranh 3.3. b. Undercutting. Rock, shale, hardpan, loose rock, boulders, cr other material_ unsatisfactory for runway safety areas, subgrades, or any areas intended for -urfing shall be excavated to a minimum depth of 12 inches, or to :he depth specified by the Engineer, below the subgrade. Muck, peak, matted roots, cr other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth specified. Unsuitable materials shall be disposed of at off -site locations. This excavated material shall be paid for at the contract unit price per cubic yard for Unclassified Excavation upon written authorization by the Engineer and Owner. 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. Cverbreak, 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 naterial was unavoidable and his/her decision shall be final_ All overbreak shall he 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. Unavcidable overbreak will be classified as "Unclassified Excavation". d. Compaction Requirements. The subgrade under areas to he paved shall be compacted to a depth of 6 inch or 8 -inch lifts to a density of not less than 95 percent of the maximum density as determined by ASTM ?) 698. Section ?-152 -3 The in -place field density shall be determined in accordance w ASTM D 2922. Stones or rock fragments larger than 4 inches their greatest dimension will not be permitted in top 6 inches 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 payment will be made for suitable materials removed, manipulated, and replaced in order to obtain density. Any removal, manipulation, aeration, replacement, and recompaction of suitable materials necessary to obtain the required density shall be considered as incidental to the excavation and embankment operations and shall be performed by the Contractor at no additional cost to the Project. BORROW EXCAVATION. Compacted select borrow area shall of excavation made from borrow areas outside the airport to compacted select embankment. 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 gravel material having a Unified Soil Classification of or SC. EXCAVATION. 152-2.5 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 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 2.6. Li I No d:rec-, payment shall be made for the work performed under this section. 'lhe necessary clearing ana grubbing and the quantity of excavation removed will be paid for unacr the respective items cf work. 152-2.6 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 sail strata shall be placed, to produce a scil structure as shown on the typical cross section or as directed. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be '_ncorperated or buried in the embankment. Operations on earthwork shall be suspended at any time when satisfactory results cannot he 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 to +2 percent of optimum mcisture content before roiling 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 the water. Sufficient equipment to furnish the required water shall he 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. Rolling operations shall be continued until the subgrade embankment is compacted to not less than 95 percent of maximum density as determined by ASTM D 698. Compaction for sideslope embankment is to be compacted not less than 90 percent as defined above. The in -place field density shall be determined in accordance with ASTM D 2922. Section P-152 -5 I Compaction areas shall be kept separate, and no layer shallbe covered by another until the proper density is obtained. During construction of the embankment, the Contractor shall route his/her equipment at all times, both when loaded and when empty, 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 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. 7 Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. 152-2.7 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 am 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. Section P-152 -6 1 All ruts of rough places -hat develop in a completed subgradc sha_1 be smocthec and recompac:ed. No base, or surface course shall be paced on the subgrade until the subgrade has been approved by the Engineer. 152-2.8 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. 152-2.9 TOLERANCES. :n those areas upon which a select borrow course is to be placed, the top of ;.he subgrade sha_; 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 dev'.aticn in excess of r; inch, or shall not be more than any deviation in excess of ;4 --inch, or shall not be more than 0.05 -foot from true grade as es'.ab_ished by grade hubs or pins. Any deviation in excess ct 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.iC foot from true c:-aae as established by grade hubs. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. 152-2.10 TOPSOIL. When topsoil is specified or required as shown on the plans or under Iterc. T-905, it shall he salvaged from stripping or other grading operations. The topsoil shall meet the requirements of =tem T-905. If, at the time of excavation or ' stripping, the topsoil cannot be placed in its proper and final section of finished construction, the material shall be stockpiled at approved locations. Stockpiles shall not be placed within 300 feet of runway pavement and shall not be p=aced on areas which subsequent_y 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. pon completion of grading operations, stockpiled topsoil shall be handled and placed as directed, or as required in item T-905_ I ISe^t icn P ] 52 -'1 I I 152-2.11 PLACING RIPRAP. Place riprap careful to avoid disturbing •' the prepared grade and damaging. 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 Demolition of the concrete creek crossing, asphalt drive, I reinforced concrete pipe, wingwalls, and gravel road shall be paid as a complete item performed in accordance with the Specifications and accepted by the Owner and Engineer. 152-3.2 The quantity of 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. 152-3.3 Topsoil Excavation and Replacement 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. 152-3.4 Compacted Embankment 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 undercut and embankment backfill removed and placed shall be paid for by the number of cubic yards of material excavated and replaced, as calculated in its original position. Pay quantities shall be accepted as the measured quantity prior to removal. 152-3.6 The quantity of riprap to be paid for shall be the number of square yards of 18 -inch thick riprap completed in place. , BASIS OF PAYMENT 152-4.1 Payment shall be made at the contract lump sum for miscellaneous demolition. 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 "Unclassified Excavation". This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. Section P-152 -8 1 1 I Li I I II I I 152-4.3 Payment si�a_i be made at the contact unit price per cubic yard Topsoil Excavation and Replacement. This price shall be tu:l compensation for furnishing all materials, labor, eauipment, 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 Embankment. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.5 Payment shall be made at the Contract unit price fcr undercut and embankment. backfill. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.6 Payment shall he made at the contract unit price per square yard of 18-incn thick riprap. This price shall be full compensation for furnishing al. materials, labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Bid Item No. 1, Miscellaneous Demolition Bid Item Nc. 2, Unclassified Excavation --per cubic yard (Plan Quantity; Bit Item No. 3, Select Borrow Excavation-- per cubic yard (Plan Quantity) Bid Item No. 4, Topsoil Excavation and Replacement -- per cubic yard (Plan Quantity) Bid Item No. 5, Compacted Embankment per subgrade-- per cubic yard (Plan Quantity) Bid Item No. 6, Undercut and Embankment Backfill, per cubic yard Bid item No. 21, Riprap (18 -inch square yard. END OF ITEM P-152 Thickness) --per Section P 152 9 I I I1 I Li Temporary contrc'. may include work outside the construction limits ' such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. 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 mulches, grasses, 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. ' 156-1.2 Baled Straw Filter Barrier. Where shown on the plans at as directed by the Engineer this item shall consist of Baled Straw placed in ditches around inlets and in swales and draws to impede fun -off velocity of water, and to prevent scouring and eroding of soil until permanent erosion control item can be placed. 156-1.3 Filter Fabric Barrier. Where shown on the plans or as directed by the Engineer this item shall consist of placing and securing filter fabric to the construction of a temporary wire fence and the attachment of filter fabric to impede the flow of water carrying silt to existing streams. ' MATERIALS 156-2.1 GRASS. Grass which wi.i not compete with the grasses sown later for permanent cover shall he a quick -growing species such as ryegrass, Italian ryegrass, Cr cereal grasses) suitah;e 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 cf noxious weeds and deleterious materials. 156-2.3 FERTILIZER. 'rertilizer shall be a standard commercia. grade and shall conform to all Federal and state regulations and to the standards of the Assocatioi: of Official Agricultural Chemists. ISection P-1 E - Li 156-2.4 BALED STRAW FILTER BARRIER. Straw for filter barrier shall consist of bales of rice, oats, barley, wheat, or rye straw, or of available grasses, free of an excessive amount of noxious weeds. Bales shall each weight approximately 35 pounds. Straw in an advanced state of decomposition will not be acceptable. 156-2.5 FILTER FABRIC BARRIER. Filter fabric shall be a permeable woven or nonwoven fabric that has high strength, high dimensional high resistance to tear propagation in all directions, and shall be woven wire with sufficient strength to provide the service intended. Posts for the temporary wire fence shall be of any acceptable durable material of sufficient strength to support the wire fence and fabric when loaded with silt for the time the barrier is needed for service. The type of fastener and manner of attaching the wire fencing to posts and the fabric to the fence shall be approved by the Engineer. 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. The Contractor 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 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 Section P-156 - 2 I I pollution control measures to minimize contamination of adjacent • streams or other watercourses, lakes, ponds, or other areas of water impoundment. • 156-3.4 PERMITTING. The Contractor shall, at least 48 hours before the start of construction, file its Notice of Intent to discharge storm water associated with the planned construction activity in accordance with the State of Arkansas NPDES General Permit ARR1CA000. The Contractor, shall developed a Storm Water Pollution Prevention Plan (SWPPP) to comply with this permit. ' 156-3.5 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 I 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. The Engineer will limit the area of 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 unrealistic, temporary erosion control measures shall he 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 permanent controls as a part of the work as scheduled or are ordered by the Engineer, such work shall be !1 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. Scction P-756 - ? 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. 156-3.6 STRAW BALE BARRIER. Bales of straw shall be keyed into the ground and securely held in place by means of staking and/or wiring or other acceptable methods that will prevent floating and /or displacement. The number of bales required and their arrangement at each installation will vary with on -site conditions. 156-3.7 FILTER FABRIC BARRIER. Filter Fabric Barrier shall be attached to the fence, temporary fence with staples or suitable wire or rope ties. The fabric toe shall be buried to secure the base. 156-3.8 MAINTENANCE OF ROADWAYS. The existing paved roadways at and adjacent to the permitted intersection locations shall be maintained in a clean and passable condition by the Contractor. When required or as requested by the Owner or the Engineer, the Contractor shall broom or wash the existing paved roadways to remove excess mud or dirt at the intersection and for a reasonable length of the existing roadway beyond the intersection. The work shall not be paid for directly, but shall be considered incidental to the other items of work and the cost included as part of the work. 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. The straw bale barriers and Filter Barriers shall be measured as the number of , linear feet installed. 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. I Section P-156 - 4 1 1 BASIC OF PAYMENT 156-5.1 FaymenL for temporary erosion and pollu__on control work will be made at the contract unit price per linear foot for the straw bales of filter fabric barriers. These prices shall be full compensation for furnishing all material, for all preparation, excavation, installation, and all labor, equipment, tools and incidentals necessary to complete this item. Payment will be nade under: Bid Item No. 7, Straw Bale Barriers --per linear foot Bid _ten: No. 8, Fier Fabric Barrier --per linear toot END OF ITEM P-156 Section P 1-lG S n ITEM P-209 CRUSHED AGGREGATE BASE COURSE ' DESCRIPTION •1 209-1.1 This item consists of a base course for the box culvert and base and surface courses for the gravel road 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. 1 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 1 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 =5 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 not be greater than 45 percent when 1 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. 4C sieve sha:'_ have a liquid limit no greater than 2S and a plasticity index ct not more than 4 when ' tested in accordance with ASTM. I) 4318. The fine aggregate shall have a minimum sand equivalent value of 35 when tested in accordance with ASTM D 2419. ' Section P-209 - [H 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. I 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. I 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. I TABLE 1. REQUIREMENTS FOR GRADATION OF AGGREGATE Sieve Size Design Range Job Mix Percentage by Weight Tolerances Passing Sieves Percent 1-1/2 95-100 ±5 1 70-95 ±8 3/4 55-85 ±8 No. 4 30-60 ±8 No. 30 12-30 ±5 No. 200 0-8 ±3 The fraction of the final mixture that passes the No. 200 sieve shall not exceed 60 percent of the fraction passing the No. 30 sieve - Section P-209 - 2 I El 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 course is placed thereon. Material shall not be placed on frozen subgrade. 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 thickness and 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 cf approved graders, discs, harrows, rotary ' tillers, or a machine capable of combining these operating, supplemented by other suitable equipment if necessary. The mixing shall continue until the mixture is uniform throughout and accepted 1 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 and dragged, if necessary, until a smooth uniform surface is obtained, true to line and grade. The base course shall be constructed in a layer not less than 3 inches nor more than 6 inches cf 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 then 2,000 square yards in advance of the rolling. Any necessary sprinkling • shall be kept within these limits. No materials shall be paced in snow or on a sctt, muddy, or frozen course. During the mixing and spreading process, sufficient caution shall be exercised to prevent the incorporation of subgrade, subbase, or should materials in :.he base course mixture. 209-3.3 Not used. 209-3.4 COMPACTION. Immediately upon comp etion of the spreadinq 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. Section P-209 - 3 II LI 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 base course shall bi will consist of one exceed 2,400 square production where a between 1,200 and 2, SAMPLING AND TESTING FOR DENSITY. Aggregate accepted for density on a lot basis. A lot day's production where it is not expected to yards. A lot will consist of one-half day's day's production is expected to consist of 400 square yards. 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. 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 % 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 34 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 Section P-209 - 4 1 I I I I 7 I I II I U 11 paragraph 3.5. Each lot shall be divided into four equal sublots. One test shall be made for each sublct. 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 M 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 condition that 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 is routed over the full width of the base course to avoid rutting or uneven compaction. METHOD OF MEASUREMENT 209-4.1 The quantity of crushed aggregate base course to be paid for shall be the number of tons (2,OCC lbs.) of material placed, compacted, and accepted in the completed base course. The quantity of base course material shall be determined by weight tickets accompanying each truck of base material, said tickets being surrendered to the Engineer not less frequently than once per day. Thickness measurements indicating a base course thickness up to %- inch above the plan depth shall result in adjusting the pay quantity by assuming a compacted weight of base material of 15C pounds per cubic foot moist weight (the intent is to preclude payment to the Contractor for crushed stone base material placed in excess of f inch greater than the required course thickness). BASIS OF PAYMENT 209-5.1 Payment shall be made at the contract unit price per tor for crushed aggregate base course. This price shall be full compensation for furnishing all materials, for preparing and placing these materials, and tor all preparation, hauling, equipment tools, and incidentals necessary to complete the item. Payment will be made under: Bid Item No. 9, Crushed Aggregate Base Course, per ton. END OF P-209 Section ?-^04 - 5 U 1 ITEM P -61C 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. MATERIALS 610-2.1 GENERAL. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. They may be subjected to inspection and tests at any lime 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 he submitted by the Contractor, when required, for examination and test. Materials shall he scored and handled to insure the preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. Al: equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed therein. 1 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 sha.. meet the recuirements 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 tine 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 1.36: ' S• -;-t i:m P- 61 0 - C1 I TABLE 1. GRADATION FOR COARSE AGGREGATE Sieve Designation Percentage by Weight Passing Sieves (square openings) , 1'≤ inch 100 1 inch 90-100 'b inch 20-60 No 4 inch 0-10 TABLE 2. GRADATION FOR FINE AGGREGATE 1 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 Section P-610 - 2 ' 1 I complete physical and chemical analyses made by an acceptable ' testing laboratory. Subsequent tests shall be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. Pozzolanic admixtures shall be fly ash or raw or caic±_ned natural pozzolons meetinc 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 materia:- 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 3C9, ' 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 tc the inspection and approval of the Engineer. 610-3.2 CONCRETE COMPOSITION. The concrete shall develop a compressive strength of 3500 psi in 28 days as determined by test cylinders made in accordance with ASTM C 31 and tested in ' accordance wi-h ASTM. C 39. The concrete shall contain not less than 4/0 pounds of cement per cubic yard. :he concrete shall contain S percen• of entrained air, plus or :sinus 1 peicent, as determined by ASTM C 231 and shall have a slump of not more than 4 inches as determined by ASTM C 143. 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 40° F without permission of the Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50 nor more than 100° F. The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his/her expense. Retempering of concrete by adding water or any other material shall not be permitted. Section P-610 - 4 The delic•,ry of concrete to :.he Jul-) sha.. be iri such a .nanner 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 type, size, shape, quality, and strength to build the structure as designed cn 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 Lhe expiration of at least 30 hours from vertical faces, walls, slender columns, and similar structures or until tests indicate that at least 40% of the design strength has developed; 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 approve-- 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 ' beer. approved- Concrete shall be placed as soon as practical after :r.xirrg and :ri no case .ater than 1%, hours after water has been ' Section ]'-G7 C - t• Li I added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than 5 feet, or depositing a large quantity at one point, will not be permitted. Concrete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any joint shall be of sufficient duration to 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 roughened slightly, wetted, and/or covered with a neat coating of cement paste or grout. 610-3.13 EXPANSION JOINTS. Expansion at such points and of such dimensions drawings. The premolded filler shall that of the surfaces being joined. firmly against the surface of the conci manner that it will not be displaced against it. joints shall be constructed as may be indicated on the be cut to the same shape as The filler shall be fixed ete already in place in such when concrete is deposited 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. Section P-610 - 6 1 I Li I II II II 1I 1I I C C J 1 I I 610-3.15 SURFACE FINISH. Al] exposed conexete surfaces shall be ' true, smooth, free from open or rcuqh 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. 1 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 being rubbed, a carborundurn stone shall be used to finish the ' surface. When approved, the f_nishing 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 frcm the elements, `lowing water, and from defacement of any nature 1 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 1 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 be incorporated in the mixing water when directed by the Engineer. Not more than 2 pounds of Type ] 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 ' Secton P-G1C ._ 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. 610-4.1 Not Applicable. BASIC OF PAYMENT 610-5.1 Payment for structural concrete shall be subsidiary .to the._ drainage structure' items. END OF ITEM P-610 Section P-610 - 8 1 1 i 1 1 i 1 1 1 1 1 i 1 1 i 1 1 1 I [I ITEM F-162 CHACN-:,INK FENCES DESCRIPTION 162-1.1 This item shall consist of furnishing and erecting a chain -link fence ;n 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, Cass 1. ' 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 he 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 1 through VI of Fed. Spec. RR -F-191/3. ' 162-2.4 GATES. 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, ' and tension wire for use in conjunct:on with a given type of fabric shall be of the same material idenLitied with the fabric type. The tension wire shall be 7 -gauge coiled spring wire coated similarly to the respective wire fabric being used. Wire fabric ties shall be galvanized steel wire not- less than 9 Gauge_ All material shall contorm to Fed. Spec. RR F 191/4_ MISCELLANEOUS FITTINGS AND HARDWARE. Miscellaneous steel '162-2.6 fittings and hardware for use with zinc -coated steel fabric shall be of commerc1a. glade ::tcol o. 1:e.: -ear qua::ty, wroi:ol:t cr cast- as I Sect icn F- 1=' 11 I 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 protected with 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. Fence modifications shall consist of removing the existing top rail and replacing the loop cap with a barbed vertical wire to accomodate 3 strands of barbed wire and extend each existing terminal gate and pull post by welding a one foot post stub to these post. 162-2.7 CONCRETE. Concrete shall be of a commercial grade with a minimum 28 -day compressive strength of 2500 psi. 162-2.8 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 I 162-3.1 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. In lieu of drilling, the rock may be excavated to the required footing depth. No extra compensation shall be made for rock excavation_ 1 Section F-162 - 2 I C C C L 1] I C 162-3.5 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. 162-3.2 INSTALLING TOP RAILS. ']'he top rail shall be cont ii:uous and sha l I pass throuy}: l hi pc:;i top:; . Thrccupling used t o joi t: the top rail lengthE shall allow for expansion. 162-3.3 INSTALLING BRACES. Horizontal brace rails, with diagonal truss rods and turnbuckles, shall be installed at all terminal posts. 162-3.4 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 I inch or more than 4 inches from the ground surface. Grading shall be performed where necessary to provide a neat appearance. At locations of smal_ natural swales or drainage ditches and where it is not practices_ to have the fence conform to the genera: contour of the ground surface, longer posts may be used and multip.-e 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. C I C C 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. 162-4.2 Chain -link fence fabric 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. 162-4.3 Chain -link gates shall be measured in units for each double gate installed and accepted. Sect ior: F _61 3 IJ I I BASIS OF PAYMENT 162-5.1 Payment for chain -link fence will be made at the contract unit price per linear foot. ' 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. 162-5.2 Payment for chain -link contract unit price per linear compensation for furnishing all preparation, erection, and instal all labor equipment, tools, and the item. fence fabric will be mad foot. The price shall materials, and for all lation of these materials, incidentals necessary to at the be full removal, and for , complete 162-5.3 Payment for doube chain -link gates will be made at the contract unit price per unit price per each chain -link gate. 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. 10 5 -Ft Chain -Link Fence with Barbed Wire --per linear foot Bid Item No. 11 5 -Ft Chain -Link Fabric - removed and installed -- per linear foot ' Bid Item No. 12 12 -Ft Double Chain -Link Gates END OF ITEM F-162 L I 1 Section F-162 - 4 1 1 I H '. TEN D-701 P1 PE FOR STORM DRAINS AND CULVERTS DESCRIPTION ' 701-1.1 This item shall consist of pipe of the types, classes, sizes, and dimensions required on the Plans, furnished and installed at the places designated on the Plans and profiles, or by ' the Engineer, in accordance with these Specifications and with the lines and grades given on the Plans. The item shall include the bid price per linear foot of pipe in place, the cosL of common excavation and backfill, the cost of furnishing and installing all trench bracing, all fittings required to complete the pipe drain as shown on the Plans, and the materia: for and the making of all joints, including all connections to • drainage pine and structures. L 701-2.1 GENERAL. The pipe shall be of the size and type called for ' on the Plans and in the Proposal and shall be in accordance with the following appropriate requirements. MATERIALS ' 701-2.2 REINFORCED CONCRETE PIPE. Reinforced concrete pipe shall conform to the requirements of AASHTO 11 170 or ASTM C-76. Circular pipe shall be Class hi, Wall B. 701-2.3 RUBBER GASKETS. Rubber -type gaskets for concrete nonpressure pipe shall conform to the requirements of ASTM C-443. Since the gaskets may be exposed to petroleum products, a swelling test based on Methods 6001 and 6211 of Fed. Std. 601 shall be used. When the latter method is used with No. 3 oil for 70 hours at 212° ' F., the swelling shall not exceed 1000, by volume_ (Gaskets shall meet the low -temperature flexibility requirements of Fed. Spec. H1= - G -156). CONSTRUCTION METHODS ' 701-3.1 EQUIPMENT. All equipment necessary and required for the proper construction of storm sewers and culverts shall be on the project, in first-class working condition, and approved by the ' Engineer before construction is permitted to start. The Contractor shall provide appropriate hoisting equipment tc 'handle the pipe while -,rtloadirc and placing it in its final post.ion wit.hnnt darr.age tc the pipe . C i->>t :) ic: - 1 I The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction of the pipe bed and the backfill, as specified. 701-3.2 EXCAVATION. (a) Common. The Contractor shall do all common excavation to the depth shown on the Plans. Common excavation shall consist of all excavation for pipe trench. (b) Rock. Not applicable. (c) General. Excavated material not required for backfill shall ' be disposed of by the Contractor as directed by the Engineer. Common excavation shall not be carried below the required depth; but when it is, the trench shall be backfilled at the Contractor's expense with material approved by the Engineer and compacted to the density of the surrounding earth material as determined for embankment in Section P-152, and compact the crushed stone material below future paved surfaces to the density as determined for Crushed Aggregate Base in Section P-209. When directed, unstable soil shall be removed for the full width of the trench and replaced with sand or with approved granular material. The Engineer shall determine the depth of removal of unstable soil and the amount of backfill necessary. The backfill shall be compacted and shaped to a firm but slightly yielding condition to form the bed for the pipe. When not specified in the Special Provisions, the cost of removing unstable soil and replacing it with approved material shall be covered by a supplemental agreement for the cubic yards of excavation and of approved material. The depth of cut shown on the Plans is from the surface grade to the invert of the pipeline. In case the depth of cut is changed from that shown on the Plans, the change shall not exceed 6 inches without a revision in the Contract unit price per linear foot of pipe. However, if the depth of cut is changed more than 6 inches, compensation or deduction of work involved, whether increased or decreased, shall be provided for in a supplemental agreement. The minimum width of the trench at the top of the pipe, when placed, shall be a width which will permit the proper construction of joints and compaction of backfill around the pipe. The sides of the trench shall be vertical, unless otherwise approved by the Engineer. The maximum allowable width of the trench shall not exceed 12 inches on each side of the pipe when placed, unless I otherwise approved by the Engineer. Section D-701 - 2 1 I ki I.. Li I I llll.p; .•1 C: L�. w:I ;_ t L•L•c.t,ttocn ,i Li' l]d11 1't? „,1,<-(: ! hra: .3t ]ea:•1 1 IP' Jr;. I:]p•• cIYCumfl 3]] S lii COn`anl:U1113 cant :1 i of 1 he trench The Contractor shall do such trench bracing, sheathing, or shoring necessary to perform and protect the excavation as required for safety and conformance to governing laws. The bracing, sheathing, or shoring shall not be removed in one operation but shall be done in successive stages as determined by the Engineer to prevent overloading of the pipe during backfilling operations. The cost of the bracing, sheathing, or shoring, and the removal of same, shall be included in the unit price bid per foot for the pipe. 701-3.3 LAYING AND INSTALLING PIPE. The Contractor shall provide the necessary mason's line and supports to insure installation o` the pipe to line and grade. The Contractor's facilities for lowering the pipe into the trench shall be such that neither the pipe nor the trench will be damaged or disturbed. The Engineer shall inspect all pipe before it is laid, and reject any section that is damaged by handling or is defective to a degree which will materially affect the function and service of the pipe. The laying of the pipe in the finished trench shall be started at ' the lowest point and laid upgrade. The tongue and groove pipe shall be laid with the grooved end laid upgrade. I I The pipe shall be firmly and accurately set to line and grade so that the invert will be smooth and uniform. The pipe shall be protected from water during placing. When be]. and spigot pipes are used, spaces for the pipe bells shall be dug in the pipe subqrade to accommodate the hells T7-oco ' spaces shall be deep enough to insure that the bells do not bear the load of the pipe; they shall not be excessively wide in relation tc the longitudinal direction of the trench. When the • pipes are laid, the barrel of each section of pipe shall be in contact with quadrant -shaped bedding throughout its full length, exclusive of the bell, to support the entire load of the pipe. CAI I I I Pipe shall not be laid on frozen ground. Pipe which is not true in alignment, or which shows any setCement af:ex laying, shah be taker. up and relaid without extra compensation. :>t coon :-in: U The Contractor shall provide, as may be necessary, for the temporary diversion of stream flow in order to permit the installation of the pipe under dry conditions. 701-3.4 PIPE JOINTS. Pipe joihts for concrete shall be the bell and spigot type or the tongue and groove type unless one type is specified by the Engineer. The following method of jointing pipe shall be used: (a) Rubber Gasket Joints. The gasket shall be installed in , accordance with the manufacturer's instructions. 701-3.5 BACKFILLING. All trenches and excavations shall be backfilled within a reasonable time after the pipes are installed, unless other protection of the pipe is directed. Except where the pipe is placed under the roadway section, the backfill material shall be the same as excavated from the trench. Materials which is placed at the sides of the pipe and 1 foot over the top shall be ' material which can be readily compacted. It shall not contain stones retained on a 3 -inch sieve, frozen lumps, chunks of highly plastic clay, or any other material which is objectionable to the Engineer. The material shall be moistened or dried, if necessary to be compacted by the method in use. Backfill material shall be approved by the Engineer. Under future pavement sections, all backfill material shall be crushed aggregate, P-209. The backfill shall be placed in loose layers not to exceed 6 inches in depth along each side of the pipe. Special care shall be taken to secure thorough compaction under the haunches and at the sides of the pipe. This backfill shall be brought up evenly on each side of the structure to an elevation of 1 foot over the top of the pipe, or such greater elevation as directed by the Engineer. Backfilling shall be done in a manner to avoid injurious top or side pressures on the pipe. The backfill shall be compacted to the density required for embankments in unpaved areas under Item P-152. Under paved areas, the subgrade and any backfill shall be compacted to the density required for embankments for paved areas under Item P-152. Movement of construction machinery over a culvert shall be at the Contractor's risk. Any pipe damaged thereby shall be replaced at the expense of the Contractor. 701-3.6 CONNECTIONS. Where the Plans call for connections to existing or proposed structures, these connections shall be watertight and made so that a smooth uniform flow line will be ' obtained throughout the drainage system. Section D-701 - 4 ' 1 I J 701- s. ; ,'LEANING AND RESTORATION CF S:•;. Al :rya the backfill is ]I LLe Coraractoi shatl,f .all su:p1us material, dii t ubbish. Surplus dii t -aay i.l• c :,,Quit-ed as ordered by the Engineer. After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear, and in ' good Condition. Performance of the work described :n this section is not payable directly but shall be considered as a subsidiary obligation of the Contractor covered under the Contract unit price for the pipe. 701-3.8 OBSERVATION. Prior to final approval of the drainage ' system, the Engineer, acco•npanicd by the Contractor's representative, shall make a thorough observation, by an appropriate method, cf the entire installation. Any indication of 'defects in material oworkmanship, or obstruction to flow in the pipe system, shall be further investigated and corrected. Defects due to the Contractor's negligence shall be corrected by the 'Contractor without additional compensation and as directed by the Engineer. IMETHOD OF MEASUREMENT r. 701-4.1 The footage of pipe to be paid for shall be the number of ' linear feet of pipe in place, completed, and approved to be measured along the centerline cf the pipe from end or inside face 'of structure to end or inside face of structure, whichever is applicable. The classes, types, and sizes shall be measured separately. All fittings shall be included in the footage as typical pipe sections in the pipelirc being measured. ' BASIS OF PAYMENT 701-5.1 Payment will be made at the contract unit price per linear foot for each kind of pipe of the type, class, and size designated. These prices shall be full compensation for furnishing all materials (including crushed aggregate backfill) and for all preparation, excavation, spoi_age of excavated material, and 'installation of these materials, and for all labor, equipment, tools, and `.ncidentals necessary to complete the item. Scot ion U 7G7 - ti iJ ITEM D-7552 CONCRETE 13OX 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 -61G. ' 752-2.2 PRECAST BOX CULVERT. The manufacture and furnishing of precast reinforced concrete box culverts shall be in accordance with ASTM C 789 except. all reference to Highway loadings shall not be applicable. The loading criteria shall be as stated on the Plans. 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 consisting of sand, cement, and flyash in a ' ratio of 34001b:1501b:100lb respectively. This mixture shall be required to meet the minimum criteria of a compressive strength of '3C0 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 ' footings shall be excavated to the lines and grades or elevations shown on the plans. The excavation shall he of sufficient size to the placing of the full width and length of the structure or 'permiL structure Ioctings shown. The elevations of the bo;:-oms ci H I I footings, as shown on the plans, shall be considered as approximate only; and the Engineer may order, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. b. Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the ' excavation, and excavation to final grade shall not be made until just before the concrete or reinforcing steel is to be placed. c. The Contractor shall do all bracing, sheathing, or shoring ' necessary to perform and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for excavation. d. Unless otherwise provided, bracing, sheathing, or shoring involved therewith shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner which will not disturb or mar finished concrete. The cost of removal shall be included in the unit price bid for excavation. 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 BOX 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. , Section D-752 - 2 ' I] I I 3o 1 Jll(1 U]I:t, m'it1'7 Jit ;:hl ] (:'.1p]y with i ho roci,Jrer,'1'-fl. ,,t ' Sec; 11; I 752 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 Ito Section 752-2.4 shown on the Plans. Connections of precast boxes to required headwalls, win(xwa7-is, ' 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 ct the various structures. 752-3.4 BACKFILLING. a. After a structure has been completed, backfilling with approved material shall be accomplished by applying the fill in horizontal layers not to exceed 8 inches in loose depth, and 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 be placed against any structure until ' permission is given by the Engineer. In the case of concrete, such permission shall not be given until the concrete has been in place 7 days, or until tests made by the laboratory under the supervision ' of the Engineer establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in 'withstanding any pressure created by the backfill or the methods used in placing it. Fill placed around concrete culverts shall he deposited on 'c. both sides at the same t..me and to approximately the name I Sect ion. D 752 - I I 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 701-4.1 The footage of culvert to be paid for shall be the number of linear feet of culvert in place, completed, and approved to be measured along the centerline of the culvert from end or inside ' face of structure to end or inside face of structure, whichever is applicable. The classes, types, and sizes shall be measured separately. All fittings shall be included in the footage as typical culvert sections in the culvert being measured. 752-4.2 Reinforced cast -in -place transition structure and headwall ' and wingwall structure shall be measured as compete items constructed in accordance with the Plans or as directed by the Engineer. BASIS OF PAYMENT 701-5.1 Payment will be made at the contract unit price per linear foot for each kind of culvert of the type, class, and size designated. These prices shall be full compensation for furnishing ' Section D-752 - 4 I L H .311 r`.ut er i 3 .3nt7 , or .a]p? E'p,i Y:.it :on, excay.'_ ':poi iage O ' ex::avat P:i muter ,hl , and install;it ic'•a of these rater: a. S, arid for all labor, equipment, tools, anc incidentals necessary to camp]etc the item. 752-5.2 Payment wi__ be made at the Contract lump sum price for the reinforced concrete transition structure and the headwall and wingwall structure. These prices shall be full compensation for furnishing all materials and for all preparation, excavation, spoilage of excavated material, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Bid Item No. 14 Cast -in -Place Reinforced Concrete Bcx Cu=.vert -- per linear foot Bid Item No. 15 Transition .Structure -- per lurrp sum Bid Item No. 16 ileadwall and Wingwall Structure -- per lump sum Alternate Bid Item No. 14-A Precast 6' x 4' Reinforced Concrete Box Culvert -- per linear foot END OF SECTION Sctioc )i-752 I I ITEM T-90. SEEDING DESCRIPTION 901-1.1 This item shall consist of soil Preparation, seeding Lhe ' areas shown or: the plans or as directed by the Engineer in accordance with these specifications. ' MATERIALS 901-2.1 SEED The species and application rates cf grass, legume, and cover crop seed furnished shall be those stipulated herein. Seed shall. conform to the regairements of Fed, Spec. JJJ S-181. 1 Seed shall De furnished separately or in mixtures in standard containers with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of '• maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has ' been tested by a recognized laboratory for seed testing within 6 months of 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. I I I] r=�'t: L i c : ?a ] I March 15 - June 15 Variety Pounds per Acre Creeping Red Fescue 20 Bermuda (Common) hulled 15 Fall Fescue (K-31) 20 June 16 - August 31 1 Bermuda (Common) hulled 20 Weeping Love Grass 20 Tall Fescue (K-31) 25 September 1 - October 15 Tall Fescue (K-31) 30 , Rye Grass (perennial) 25 Crimson Clover (Dixie) 20 1 901-2.2 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 in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms: a. A dry, free -flowing fertilizer suitable for application by , a common fertilizer spreader; b. A finely -ground fertilizer soluble in water, suitable for , application by power sprayers; or c. A granular or pellet form suitable for application -by blower equipment. Fertilizers shall be 10-20-10 commercial fertilizer and shall be spread at the rate of 500 pounds per acre. Section T-901- 2 ' I I 9Gi-i .4 SO::, FOR REPAIRS. The Sr.:. f or f ' ] 1 ._nd topsui l i inq at ' arc,,:: t be :•p, aired Shall be a ]mast: of •.0 a] quality to that. which exists ii; areas ad-,acent '.fl the area tO be reoairec. The soil shall be relatively tree 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 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. 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. 901-3.2 DRY APPLICATION METHOD a. Fertilizing. Following advance preparations and cleanup fertilizer shall be uniformly spread at the rate which will provide not less than the minimum quantity stated in paragraph 901-2.3. b. Seeding. Grass seed shall be sown at the rate specified ,n paragraph 901-2.i immediately after fertilizing, and the fertilizer nd seed shall he raked within: the depth singe :stated in the specia_ provi sion.F. Of L?cuIRes, either a. ona'_ or in mixtures. ::;]al] be h I;:) I I '' I, I I 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. c. Rolling. After the seed has been properly covered, the seedbed shall be immediately compacted by means of an approved lawnroller, weighing 40 to 65 pounds per foot of width for clay soil (or any soil having a tendency to pack) , and weighing 150 to 200 pounds per foot of width for sandy or light soils. 901-3.3 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain .seeded areas in a satisfactory condition until final inspection and acceptance of the work. When 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 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. METHOD OF MEASUREMENT I i1 [I I I IJ I 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 made 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. 18, Seeding, Fertilizing acre. END OF ITEM T-901 and Mulching --per Section T-901- 4 I I I I [I I Jr, I-Vt. 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 'seasons and capable of renewing growth after the dormant period. All sod shall be obtained from areas where the scil is reasonably fertile and contains a high percentage of loamy topsoil. Sod shall be cut or stripped from living, thickly :hatted 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 the cut sod shall be composed of the Bermuda 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 , 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. 904-2.5 SOIL FOR REPAIRS. The soil for fill and topsoiling of ' areas to be repaired shall ccnfcrm to the requirements of 901-2.4. CONSTRUCTION METHODS 904-3.1 GENERAL. Areas to be solid, strap, ospot sodded sha;.- be shown on the plan:;. Areas requiring special grcund surface prep.Iat ion .°:]c}: a:: t ill i llq an''. Lhose a Pan in a Sal .]SiacLory I condition which are to remain undisturbed shall also be shown on the plans. 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 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. Section T-904 - 2 ' I I I. '1'i.' :..,.i .:.3.<1 : 1 :.,1.: p1.3:i1 (•il w:::3in 2 l:•,.3: : 7 (r,. ,. , „ s: -ripped, ,3:i ] . .: (-r l •'11tr1 aECeS beyi'rid ( }]�> l't;;l: : i• C: ' :', nt rl :> >k., storing re: :;:::,,r y Iii such case:;, sod ;}la: ? b•_ t .:- kept ked, kept ' moist, and protected from exposure to the air and sun and shall be kept from freezing. Sod shall be cut and moved only when the soil ' moisture conditions are such that favorable results can he expected. Where the soil is too dry, permission to cut sod may be 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 wa::ered to moisten the soil to a depth of at least 4 inches immediately pricx 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 the sod bed by tamping or rolling with approved equipment tb provide a 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 he used to fill all cracks between sods. The quantity of the fill soil shall nct cause smothering of the grass. Where the grades are such that the flow • of water will be from, paved surfaces across sodded axeas, 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. ' At the end of any drainage outlet, the sod shall be pegged with wooden pegs riot less than 12 inches in length and have a cross-sectional area of not less than 3/4 square irich. The pegs ' shall be driven flush with the surfacc of the sod. 904-3.6 WATERING. Adequate water and watering equipment mist be ' on hand before soddi:3y be_rirs, and soc shall be kept ;mist lint it t has become e: t d1>lished and its continued growr:3 ass.3tea" :n all CaSPS, waterl:P7 shall be done iii •3 manner which will :iv.Rilil •'ro:;ion L I 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. 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. 904-3.8 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 specified. Payment will be made under: Bid Item No. 19, Solid Sodding --per square yard I END OF ITEM T-904 Section T-904 - 4 ' I 1 ITEM 9' 905 ' TOPSOI:.INU ' DESCRIPTION 905-1.1 This item shall consist of preparing the ground surface ' for topsoil application, removing topsoil from designated stockpiles or areas to be stripped on the site, and placing and spreading the topsoil on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the Engineer. MATERIALS 905-2.1 TOPSOIL. Topsoil shalt. 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 iinches 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% npr 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 ASTN. 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 he 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. 1 I Hi :3ec:t in:. LI 1 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. 1 Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and for the handling , and placing of all required materials shall be on hand, in good condition, and approved by the Engineer before the various operations are started. 905-3.2 PREPARING THE GROUND SURFACE. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by the Engineer, to a minimum depth of 2 inches to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification. Grades on the area to be topsoiled, which have been established by others as shown on the plans, shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth -graded and the surface left at the prescribed grades in an even and properly compacted condition to prevent, insofar as practical, the formation of low places or pockets where water will stand. 905-3.3 OBTAINING TOPSOIL. Prior to 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. When suitable topsoil is available on the site, the Contractor shall remove this material from the designated areas and to the depth as directed by the Engineer. The topsoil shall be spread on areas already tilled and smooth -graded, or stockpiled in areas approved by the Engineer. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. Any topsoil that has been stockpiled on the site by others, and is Section T-905 - 2 ' 1 I I rill 1 17:1I ;)n ]; C:i •':' • 1.!: ii : r• /;moved .3:7d p1 •3 (`P.(: by ' t}:• '•nt I •3('i The sit.en of ii:. :i• l .• .•'71: is €:nd area:≥ vdjac(?11i. t 3err t• wh:c::I }:a v• been disturbed by f h„ (',nnt:-actor shall he graded if tecuired 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 G 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, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing ' operations can proceed with a minimum of soil preparation or tilling. • After spreading, any large, stiff c:cds 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 competed, 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 he promptly removed. • METHOD OF MEASUREMENT 905-4.1 Not Applicable. ' BASIS OF PAYMENT 905-5.1 Payment will he made under :tern P-152_ END OF ITEM T-905 I I [] `a •i:: ln:i •]'- 'if" 1. ITEM i-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 consumptior will be acceptable. Mulch materials, which contain matured seed of species which would volunteer and be detrimental to the proposed overseeding, or to surrounding fan :and, 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 seed of 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. flay mulch which cannot be hauled and spread immed_ately after cutting shall be placed in weather -resistant stacks or baled and stored in a dry location until used . d. Asphalt Binder. Asphalt binder material shall conform to the requirements of ASTM D 977, Type- SS 1 or RS-:. 908-2.2 INSPECTION. Within S days after acceptance of the bid, the Engineer shall be notified of sources and quantities of mulch materials available and the Contractor shall furnish him with representative samples of the materials to be used. These samples may be used as standards with the approval of the Engineer and any materials brought on the site which do not meet these standards shall be 1&: j(•ctod. •� .'n 7' •;qr I 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 on normal slopes of less than 5:1 shall be held in place by light discing, asphalt binder, or other adhesive material approved by the Engineer. The mulch on the channels slopes shall`•be held in place by erosion control matting as 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. U 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 and matting 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 Section T-908 - 2 I I t.h: : is of rep].IC<r.:<'n. s'3.o.. b Irn• by the - Copt .'.3 t t. .w•1VCI-, Once the Contract Ca ha:; •'C:mp]1:1 ed the mulchinq of any a1C3 i •t acc.u: dance with the prov: ci axis o} the spec_ i ications and to the Sat.israction of the Engineer, no additional work at his/her expense will be required, but subsequent repairs and ' replacements deemed necessary by the Engineer shall be made by the Contractor and will he paid for as additional or extra work. ' C. Ii 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 11000 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 he operated at a distance of not less than 4 fee, from the surface of the mulch and uniform distribution of the bituminous material shall be required. A pump or an air compressor of adequate capacity shall be used to insure uniform distribution of the bituminous • material. Id. If the "asphalt mix" method is used, the mulch shall be applied by blowing, and the asphalt binder material shall be sprayed into the mulch as it leaves the blower. The binder shall be • uniformly applied to the mulch at the rate of approximately 8.0 • gallons per 1,000 square feet or as directed by the Engineer, with a minimum of 6.0 gallons and a maximum of 10 gallons per 1,000 square feet depending or. the type of mulch and the effectiveness of the binder securing it. I METHOD OF MEASIIREMENT 908-4.1 Mulching shall be considered as subsidiary to Bid Item No. 15 for seeding. BASIS OF PAYMENT 908-5.1 Payment for mulching will be made under Bid Item No. 15 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 ten END OF ITEM T-908 ', t U.S. OFPARTIJENT OF TRANSPOR]ATIOra JiO,Hi"Z FL0CRAAVIATI------_____- !cut Al (ON ADMINISTRATION j SW 5200 5TH " L lZli D 1] ll 6/6/89 1 Airport Safes' Daring FAA-Flrrdns ad Airport Cotruction and FAA SUBJ: Facilities Nainte e --- ----- ----- — 1. t11RP0ST. This Omer establishes airport safety suction and FAA facilities naintenance. starrlards for t7�A-furied 2. DISTRI&7FI0N. This Order is distributed to the Section level in the Airports and Airway Facilities Divisions, to the Aram] level in the Flight Star 'wards, Air Traffic, and Civil Aviation Security Divisions, tc, all Southwest Region field offices and facilities, and to F & E Field Installatior]/Construetion Rr-presentatives. ' 3. CW'Cr11ATI0N. Order SW 5200.5, Safety Pa uitem2nts on Airports During 3Y Funded CCns`rcrction Activity, dated 11/21/75, is cancelled_ S - f'CA 4AT2ON' 0F_(k' :,S _ :h i order rfevi ses and to ates cr i tip is 4a be use • during cons: -ruction. and rraintena:x-.e on airports, consistent with nxrent Advisory Circ.iars anr] age_•]cy safety rculatioris_ 5. DI-JiNTT1CNS. a. Airport Elevation the highest point on the lanriiht sun -face of an airport. - b. Certificated Airport - an airport wtic-h, by law, is safet y regulatedby the FAA under ?art 139 of the Federal Aviatien Rajulatio.^ ,, aandwirier operates • under specific safety nuirrr nts t!ch apply to raintara-re and construction activities on the airport. Certificated airport- are listej in Appendix 2. c. Displaced Tl ] esirold a runway lauding thres}wld whit'] is located at a point other than at the bey nn≥_x; c_ the full-strerrtl] pavement_ Ate�o2^_ displacement ray be tsa3 to give landing aircraft adequate cleanince owes ' corution nstcequipment or other objects in the apprnadl area of a runway or adjacent to a nxrR.ay. d- Cc1c flt'L' 2c Y' (C}2) - d{e;ign; >ta'Y'x3rd :rrvo]vilr :]:ayizn - rfacas in the vic_itit- rr of a r ay- They are the F3un-ay 012, Tnnar- ,-ansit:iTi'w: ::-(r J}[. a: )° T r_;.Z] ] t 012. I. S4 5200.')A 6/6/89 e. (�ITair uct1o11 - ,? .'mot iuc'.uh e, n-il ur31 tines ih, vcth:c 1' i)h ccnst huct h U: rateria) Ltich lxrr_tratr"s any airlx)rt- i-nayin ry surface cefins by FAR Part 77, )SC1L`(:rr7Y pr.n-1"-y, U-zmcitional, approach, :t)r]i":Jn'A2., an ccjnical surfaces. f. Relocated Threshold - a runway end which is not located at the physical end of the pavement. If part of a runway is closed for landing and takeoff Ibeg1rning at the pavement end, then the threshold has been relocated. (Note: this term: is not used in the Notice to Ai.r.ten syste ) g. Safety Area - the ground surface next to rwhkays, taxiways, and ,aircraft parking areas which is expected to be graded, drained and free of any hazardous surface variations and nonfrangible objects, and td] is to reduce , the risk of damage to an aircraft inadvertently leaving airport paverlent. h. Small Aircraft — one weighing 12,500 lbs. or less raximn certificated takeoff weight. i. Large Aircraft - one weighing more ti -an 12,500 lls. rax1mun certificated takeoff weight. P EEU ES. Aviation safety is a prirary consideration during airport tconstriction an-i faculties nniintenance These activities shall be pianne and scheculed to minimize dish Lion of ncr:al aircraft yrcwr-d arxi air ffic. For airports subject to FAR 107, Airport Security, the airport tor's security program standards shall be observes in the areas of access control, and hmveDent and identification of construction and FAA personnel and �ehicles. a. These standanis shall be used to develop specific safety measures wirier r e=loyess, grantees, and contractors shall adhere to during these ivities on all airport's in the Southwest Re�ion.. ?hey provide a reasonable el of safety, but aircraft operations, weather, security, or local airport rules ray require use of mire stringent safety measures. Use of less stringent ores and changes that irpact security controls is permitted only after rdi,-ation between Airports, Air Traffic, Airway Facilities, Flight stardaris, and Civil Aviation Security Divisions, airport mrarogement, a c ected aviation users. - b. Bid duns for on -airport construction or maintenance projects snail lode general and specific safety reouinrr nts, based on Fj-x'.dix 1 to this er, so that c)ntractors are aware of the costs and corstraints which will ly during the project to nsu:tarn a lust) lc'vci cf aviation-s,'_fety. I II ' 6/6/89 C. 11 j(.�n'•.aJI Y'� ;n3 ]r :-:_Icm dc. ,a ] it aiTx p w4]ilc' constr ]ct:on or ]aintera is a :za uac io �u,cr Lk as a}p^z;ri<s = tc: Y. }X rakerE (1) close runways, taxiways, or aprons • (2) relocate or displace nnr..ay thresholds tergbrarily, (3) pc'rfo_-,-r work at n:�]t or dE1ring perio s of mr. ra] all -r -raft activity, (4) close affected areas to certain -types of aircraft, ' chary t-it_�ict aix: it time by weiy'•.t wingsp�n approach speed der ct'istic, _ ' . t or I(6) shut dcw:t or restrict use of ravigational cr a,.p_roacth aids. d. FAA awl ovee<=who are responsible for eorstn]ction or mai]tc]ance activities on airports shall coordinate project safety and scanty re t]:ln�ne ] s a=yl i7->cts w a:r ]r been idantr e;} a ,a spnsor at, soon as iJ]C: :r_.acS }L''to LL:% ttfc]- Cof 1:;�]-�]t are .-.ade w.i%, contracti..rs cr of�e:-5 i�; perform worx on an airx rt. Cocndination will vary fru',, for::ai Prajesign cenferrnces to informal contacts with the airport Tanager or rss-xrsible sponsor official before starting wrk 7. SAFE1 7TZPACIS. potentially hazardars conditions which ray on_- during airport crostruction and r,Oint.e.-]dace include the follc.v irx a. Excavaticrs, trr=ne':es, ' stoJmile:9 aprons. an] mat�ria. on or near n;nways, taxiways and b- 1 Construction ega]ippmc;t on aircr� aft oceratim area ol: at]proac]es or dE _Dar t Lre areas c. lnadns+fir ion area narking or lightirr3_ d. Lack of cntr-cl over vehicle acmes to aircraft cc)r[atIng areas, unauthorjz&j entry of personnel, vehicles, or animals. l e- - - : vch;c2 C m' -V---- ,r ] i- . :Y: k]]12 air 12C]t n: f': :L=-".JJr1v ,^.:-r.--<y ib--c'"S. l - Fail 7.e tl, ] ;'rK t� , o; c - x] ] No 1cx S to Ain or :7:: i.�d'l'2 u•n O] c.t�]<'- C:^S: -1(_`lc7-IY12 i13: d] ..CGc- ft. FaiLu- to mark aJxi identify util:t.:, or Frier cables, r- sultiz3 177 1C=+.'., of <17Ij70rt lighting; I1avigatl0") , ,._• 1 Vi approach aids; c'e 7tb('I' reocitirrl service; or camumcation,_ i. Unauthorized vehicle operations in lozalizer or glide slooe critical Iareas, resulting in electronic interferer-ae or facility shutdaan. j- Construction debris (gravel, sa]>,i, ,n», paving material, etc.) on air7xJrt pavemr; s, resultii� in aircraft F):,', turtine engine, or tire da.'nge. k. Domed paver nt edges (dropoffs) Inn runways, taxiways and aprons to adjacent pavement sections or shoulders. ' 1. Construction activities which haayr .airs oft rescue/firefighting aaess from fire stations to the ru'rway-ta7ci-.;w system or airport buildings. ' in. Lack of radio cvrum7.nication with ccr_s, action and maintenance vehicles in aircraft cpatatirr3 areas. S. SAFETY STAhT]A.R'1S. Pangrapts a t1u-;xxw] h below define safety standards arx3 guidelines for FAA -fumed a n',tl.lci ion errd. TA; -,r is tr:n K e acivities c'h airports - a_ Obstacle Free Zone (1) O�ects, vejhicles, a stoc ei1� -aterzal nor.:ally are in ,pernitted to penetrate an OFZ. OFZs are sho.-n cn Figure 1- (a) Runway OFLs ac apolicable at any tine the runway is ooh or L`rn,`t use. On prel-isicn runways, the : ] L'y'r --dp cr-a cn and inner - transitiorhal surface OFZs must be kept free of penetrations only when the weather conditions are below an 800 ft. <ri:i.n cr less than 2 Liles risibility and ainrzft are using 115 appro2che2. (b) Objects which do nor ?_r,et-a;e an Oct still ray rere ce to the FAA under FAR Pa=ts 77 cr 152 am ray be obstructions to air (vil Those ose objects which exceed Y;P Pat 77 obstivcticn staxra_-ds are be appropriately obstruction marked a7x3, =f used at night, obstruction lighted. Cranes or other eahprent of u us.Ir_1 .height ray recuire special U,hsice7ation and oroTtiindtion With r;. cccat n ele purls and airport uses. 11 I r II SW ri00. (2) '1);,' C:i1"'>l ?__: (+y,t -i .> F:l,• i,f.7v,> ji.ure 1). (a) Ray CLstacle F2 Zene (See A Flgure 1) e,, 200 feet beyond each end of the runway and has the follcwim width for: ' l Runways serving small aircraft: F':-trisior. inst urent nay - 300 feet ' Other rx7ways - 250 feet_ ? Rriways serving large aircraft: ' The greater of 400 fe?t, or I180 feet plus the wimsPan of the most de i airplai>`, u1ts 20 feet per 1000 feet cf air crt elevation;. (Note: The r:u:.,ay OFZ width for all transport runways en cei ificatj airpor`s in t:e Scx,•thvest legion (Apgar ra 2)is 400 fcet.) () i::'-cam' ?)IDC I I C(> Fi"M ZOIH> -2 7`:e brier -F- :r.?c.i CF`s a_7o2ies cniv to r:nr.:ays ands an aooraac 1ig5tirxl system. Beginri:>^, 2C0 feet f n the nunay -cold arm ending 200 fret beyo.-ri the last iicr)lt unit in an approac"=ji li¢ttirg syso'n, width sa na ter T ;1: } CFZ .•,lo] X0:1 }k Y;1 J1.m at =y es ejct t IC:]. (c) Puler TMariticn3l Six f32 acle l-er Zor:r (SC in Figure i) I - u,jt:(7.-, s.y _at]= Oi is axl: e.; p cCl�iCn Ir jl7LYJ: I:Tw'yS>_ i2 Slope 3:2 pflendicuar to the rte-, ay center-li_->` arr; height i latrrally f_a;. the ,:es of the r,:r,_ay OFZ art] accr�e5 OF? to e lx igit of 150 feet alx;. e aI p3r-t- elevation. 1 I Si S: OOSA INNER-TR&\ IONAL SURFACE OF- I J 1 I<-_ RU,"A}, Of? -�P l , Ste, ' 6/6/89 b. +'.jyrt3<J: c:_earancc over Fq.;ijxrenc an] Matp rial . to lace thefly�3"on activity a r�uaay r.�roach may t1iresholdy result in a areJ surface shorn in Fig. 2, lace the threshold If an oi;t Ubjet p�the su a not penetrated. �`P threshold tn.a point where the surface is (2) ob-jec.ts which do not lxnetratc these , —Lac still ray be of traction; to air n yigatic. a-4/or ray affect star rd irstnninnt a proach I pr 3 uYs- Coordinate these with the Ai -space and Prooedur es Branch, AS1-530, arri the flight Prue Bran , ASrl-220, as necessary. - --- �_ — 2e — — la,r wyJ T Rir,, ay I j a — — — — — — ---I 20_1 ^rr sho;d Location Surface � - --, - -,--- Dim isicr.L Srall ,ir:.�afi- I Large A-Lc=a`I A U I H j 250 40C ' j -:a j Iooc I nc I I SW 3200A G/G/55 I Li I I I I I I Shall airrra:t (12,500 lbs. or less) - 500 ft. Tar7e aix-c aft (Mor-e than 12,500 lbs.) - ] 000 ft. (2) 'Then t_al]IZIY-'nt OI- (JOI_`,tl"liCi-]O1�7e?]IlI Pr1aI K.e aet]Vlty fist be on a3 ru ;y a1: 3 decision is r..de to keep part of the nLrr.av cpan for ala..raft4 part of the nL-rray t-ust be c1csed as sho..nr in Fig. 3. The ditencions shown are reccamlerded; however, a larger closed area than shoran nay be tle2essary dep ni;ng on aircraft use, level of activity, pilot technique, and equipment height, and a smaller closed area may be Possible under some circ mstances. These rxvtrendatiors are based on equipment heights of about 15 feet; higher objects way require j)ecial cnnsiderat]on. F-- — _ — Closed lrea — L'S?T37t 1Z — - __ 500' OR 7000' EauipmznrJJ DO t2E OLA7tJ 11{RFSr]OLI) END Use the follcMing distances fern the cnstnrctiorVraintexorice'activity tc the relocate; threshold: C1 I I I I I Fig. 3 Iel:xatr ]breshuld For Lquipanent or; the Thn4ay I 6/6/85 - Sam Rc r.�ay and Taxiway Safety Areas. ' (1) Rurr rav sat etv areas - cOnst-uction en or maintenance activity is prohibited in runway safety areas while the full length,.of the runway is Normal FAA maintenance of visual, approach, and navigational aids isq>°�. • permissible within safety areas provided vehicles, material, and exravatiors do not pane tate a runway OFZ and rquirerrents of paragraph 7b for approach clearance over vehicles, quipent and material are met. ' (2) Runway safety area dimensions are shown in Fig. 4. Eosting safety anus at a particular airport may be larger or s a1le_r than the standar•i dimension listed. If construction or_naintcnance activity nest take plac• e within the specified safety area, it is also acceptable to restrict the nriway use to a smaller size of aircraft and use a naan-cwer and/or shorter safety area din>ession for the duration of the activity. a ' b hr away c Safety Area I ' P Y DISIGN CAer.ORY SAFETY AREA DLMLNSI0NSIa or b (1) c (2) ti'_ity AC 150/5300-4 a. Visual or Nonprecision I I Desim Gruj 1 30 120 7CG ' Design Grin 3I 40 15G 1 300 b. Ymcisi<,:r In zu art Design Group I 110 300 600 Design Grolm II 100 300 600 Design Gro 1I1 100 300 I 600 z. Transoort. AC 150/s30o lz 500 (3) -/ 1000 • (1) Use dimension a or b, t&idievar results in the greater distarxx' face the nt-mway cerrtrrlinxe. (7) Use diji-er sicn c or the e.7Cjstn-,. s;.afet• 2: -?a _ength, wi;: r_'rrn✓r ms less, less t;,n 200 1ej t - {3; faaz «: `.fit ma:i .: , )IJi vc or r•3•]flit mfr c: <00- foot wide .`.: a et}• area'; cka ,; T7 c:?:1".i�r:ii:C:; c': r? ra:11tero': K'y_�- (cnx cirri to pin -z _;.'1 `= wil}' t:: _. S14 5700_s/t 6/6/£19 I I El I I I I I (3) Texiway-safety anus/o?'SiAC]e f:cee areas - see Fig. 5. cnnstrucLionjrraintanarce act_vity is 1x1niu sible in taxiwzy otx�tacte free areas and safety arras if the activity is hazard marked and/or lighted and NOTAMs are in effect. Special consideration roust be given to the, height of barricades, flashers and other warning devices to clear aircraft wingtips, propellers, engines etc. Other actions may be necessary such as: - Using "wingwalkers" to q!ide aircraft past hazards, - Using temporary taxiway rarkirx3/lighting to detour aircraft clear of the area, - - - Moving eq „pmrrt and personnel well clear to allow aisjxaft to pass safely- - ------------ %� �k1w Alin--(f(I J// - - __- /7 uthc Lr CL CnanAC O5�_ r sign Grrxp (1) ' Item I II ITT IV V Taxiway Safety 45 79 1:F. 171 214 Arco Width Taxiway object I I. 88 130 185 260 320 r ve Area Width (.` J)Pica. ant_`_ '_.: �.`. t.y_' <:nx:X3 .'_: ,' ?.r At __1 : pyJac..1x 3- 6/6/89 w c `i2UV. 5G 1 usrxing and (l ) T(�xoraa y di s01aced -is y theshold (a) Nark with Yellow ann.'s ani a white threshold stripe as sham in A.C. 150/5340-1, or (b) Use alternate rarkrn-j, which is: ' Clearly visible to the pilot, ' 2 Not misleading, confusing, or deceptive, 3 S( -cured in place -to prevent movenent, 4 Made of rate -ial wiled will min nine dar:age to aircraftwhich an in contact with the ra_-king. ' (2) Terroraty rnlocated av threshold (partial closure of a rinway) ' (a) .Mark with ye11a,- c_':e.^c;n as shcxvr, in AC. L`0/5340-1, or use alternate rariang as desc=-ibaain par. lb awe. (b) Runway distance recai tinge signs ray need to bcrverd or ' rercved during the closure. (3) Te :SKY runway thresholds must be I iohted -if all or part of a ' nr.'nray is to he aril at ni rt dutin, ems j-uction or naintn�re. The disport operator ray airea(°y have tx o:ln• t'ireshold Lg'rt:n- available, but this should be deternined in advance_ • (a) Use light lens colors and spacing in A -C_ 150/5340-24, Iar-mmray and Taxirav Edge Li itrrxi S/strr-. • (b) Disable edge lic'rts an threshold lic)rts on closcti parts cf ixlways. on scar lighting syste^s, it ray be necessary to cover a light rather than remr ire the tarp or fixtr_re. (c) Di able vis 1 cHde slay dicato— (VAS`, 1nPI, FIASI, etc.), RF-IL, arr'. a J:r>„_,'r liclrts slicer LCU1d otherwise give .tip,?eldiny indications to pilots as to the t_old lcration_ Installation of te7parary' ' visual aids ay he rx x5 axy to provide adequate ga:darce for pilots on aPPraach to the affected rui..ay. 'l::e.„n ,,-,ay be furrier Cr provided by the FAA cr- the f,�--oas,cr. SW 5700. `ill 6/6/89 1 (Z) Close nn'«av naxkanj: ' (a) Use yellow "X" Ir-kin3 as Sias: in A.C. 150/5340-1. (b) Closed runway rrurking is not required on airports with 24 -hour Control his if the closed runway cannot be mistaken by pilots for nearby qxn rurrrays and the airport operator consents to omitting them. In sotto cam, closed runway rurking could interfere with the use cf the runway 'for aircraft taxiing if this is to be allow<d ttmiie the runway is closed for landings and takeoffs. (c) Closed nra ay marking is not required on runways utdch are closed only at night provided that: 1 Ihrrrway lighting an visual aids are off, ' 2 Not -ants are in effect regarding the closure. • (5) Hazard rrarkira (barricades, t-zflic cores, flashers, etc.) shall 'be used: (a) :iJ cctl ire c nstru J ion/r:3i.t.-'7arce areas c.;7ie`r are ,acce_ssible to ai*caft, persons, or vehicles, (b) To identify isolated hazarts such as open manholes, sneli 1arear weer rnxr, s ockoilez material, taste areas, etc- , (c) Tb prevent aircraft frcu t2xiirg onto a closed iunway for �fy (d) Th identify FAA, aipDr-t, and National Weather Service facilities, cables, pawns lines, IIS critical areas and other sensitive areas, inorder to prevent dairege, 1ntarfe-ence, a.-cl facility shutdown,. e_ Navigation Aids and it nrt Approach Procntims (1) The read to shut deg r navigaticra: , acor,ach, or visual aids shall be dete.-ni_- d on a case -by -case basis. =light Standards, Air Traffic, irpDrts, and /th.ay Facilities office, shill ter involved in the decision as >azy- (L, Ctrs ruct:cn on of ;ii_T- �.: ..'1 -y se\'rreif restrict the use ci Uu lrst,r:ent Acor ach ftunxures, a:r: ell ph-sei; of the project shall be rdir€s3 v.tt the Flici-rt A_vi.rn'. !*ac, ASW-220, to determine the effects. ii ,_ „ or L._.,Ti.L'r..Jh"x C'L'. ,. .',. ,� L.. C, _. .'�C- i�,iL 1Cr<l Nt)ti(}? L'J I:, 6/6/89 SW 5)o (2) Notaiis cn shutdoar or irlr�ni;ar gyration of FAA -ac shall be i ssuc-�i and cancelled only k iti Y ' FAA eiTployees. Notams on a airport ' wndjtions shall be issued and cancelled only by the airport sponsor. Any person having reason to believe that a Notam is missing, irxzzrplete, or inamuate shall notify the responsible person- , g. Vehicle Identification. FAA employees vho operate vehicles on a, airport shall comply with the airport cwmar-'s rules for vehicle narkirrr, , lighting, aryl cx�erations, unless FAA re din Y1rt5 are more stri.'xjent. Vehicles c x -ated by }Ak euployees on active runways, taxiways, or safety areas shall be narked with orange and white flags or flas • hing Yellow beacons during daylight haul, and with flashing yellow beacons at night. Contractors ' and suppliers shall be informed of the applicable requirvmo is of the airport sponsor by the FAA or airport sponsor erployee responsible fox- the work- ' h. Controlling Access lb Aircraft Operational Areas (1) Vehicle and nc>.1estrian ac..es`:_routes for airport constrirction and nsintenanos shall be controlled as necessary to prevent inadvertent or •' unauthorized entry of persons, vehicles, and animals. The aupunt of construction traffic or local security/safety ndes may require use of pe r xc el trr corer of access U roughr gates or fencirxl, or aL C5_s aircraft ' mvc: ^t erR ects. _d = -m io c;nicatIons ruy be regdired between these personnel and a Control Tbaer if e ailment and per_onnel must enter or cross an active Aircraft lt)ver:ent Area. - (2) vehicle Parkina are for IAA and contractor e oloyees stall be • designated in advance to minimize vel-dcle traffic in aircraft movement area, w'rile sti: providing reason=ble orplcveu, ace -s to the job site. t9. S1'ANCwRJ SA' SPECIFZCAT7CNS. General safety provisions which apply during contract work on airports are oontai_rx'.c1 in the following dcnztent;: ' a. F.ciiiries and F^ui�a+ent (F b E) fl ram prc;ec A ition31 Gcrera: la JVl5ioils, 17A P-i, Clause I4'O. 75, "Special Precut ions for Work at Cperatirr. Ahports.hl ' b. Airport L prrnvement Pram (Alp; pro; eats - Advisory Circular 15C/5370-:0, "Sta,-rrards for Specifying Construction of Airports," General •' Provisions 40-05, Yaint-edtarxe of Traffic: 70-G8, i3ar- Warning Trades, Wai r Signs, ani Hazard Yar-kir-j: 80-04 , Li.7,r .at roc. of Onar ions. SW 5200.5A v/G/o4 10. J37JjD r—SP;"7:;CAT10 s. Spc .ifi<, s„jfeety ir..y^uixcJ1r�)ts for a p:oj<-t may 1r. developed :s1,-ry the y-iude in Anoezx?ix _ of t 1u s Order, or ray be written or provided in other fo.ns t.:iich provide s11.L:,ar guidance The project safety zegui1'<cns s.'tall be included in the plans and sprifications, as arx�icalble, when an invitation for bids is issued. ,Don P. Watson. Regional AracinistrawAr I I I I 0 0 D 1 C [11 Lii n APPENJ)Iy fl Li 0 I 0 0 0 r CL DI 0 fl': MT 0 0 H 0 List of Supplies/Materials that the U.S. Government Has Dcetermined Are Not Produced in the United States In Sufficient and Reasonably Available Quantities And of Sufficient Quality (Jan 1991) - Acetylene, black. Agar, bulk. Anise. Antimony, as metal cr oxide Asbestos, amosite, chrys- olite, and crocidolite. Bananas. Bauxite. Beef, corned, canned. Beef extract. Bephenium Hydroxynapthoate. Bismuth. Books, trade, text, technical, or scientific; newspapers; pamphlets; magazines; periodicals; printed briefs and films; not printed in the United States and for which domestics editions are not available. Brazil nuts, unroasted. Cadmium, ores and flue dust. Calcium cyanamide. Capers. Cashew nuts - Castor beans and castor oil. Chalk, English. Chestnuts. Chicle. Chrome ore cr chromite. Cinchona bark. Cobalt, in cathodes, rcndelles, or other primary ore and metal forms. Cocoa beans. Coconut and coconut neat, unsweetened, in shredded, desiccated or similarly prepared form. Coffee, raw or green bean. Colchicine alkaloid, raw. Copra. Cork, wood or bark and waste. Cover glass, microscope slide. Cryolite, natural. Diamonds, industrial, stones and abrasives. Emetine, bulk. Ergot, crude. Erthrityl tetranitrate. Fair linen, altar. Fibers of the following types: abaca, abace, agave, coir, flax, jute, jute burlaps, palmyra and sisal. Gcat and kidskins. Graphite, natural, crystal- line, crucible grade. Handsewing needles. Hemp yarn. Hog bristles for brushes. Hyoscine, bulk. Ipecac, root. Iodine, crude. Kaurigum. Lac. Leather, sheepskin, hair type. Lavender oil. Manganese. Menthol, natural bulk. Mica. Microprocessor chips (brought onto a construction site as separate units for incor- poration into building systems during construction or repair and alteration of real property.) Nickel, primary, in ingots, pigs, shots, cathodes, or similar forms; nickel oxide and nickel salts_ Nitroguanidine (also known as picrite). Nux vomica, crude. Oiticica oil. Olive oil. P i D 0 0 0 0 D 0 0 0 L! D I fl 0 APPENDIX D List cf Supplies/Materials that the U.S_ Government Has Doterm;ned Are Not Produced In the United States In: Sufficient and Reasonably Available Quantities And of Sufficient Quality (Jan _991) (CONTINUED) olives (green), pitted or unpitted, or stuffed, in bulk. Opium, crude. Oranges, mandarin, canned. Petroleum, crude oil, un- finished oils, and finished products (see definitions below) Pine needle oil. Platinum and related group -metals, refined, as sponge, powder, ingots, or•cast bars. Pyrethrum flowers. Quartz crystals. Quebracho. Quinidine. Quinine. Rabbit fur felt. Radium salts, source and special nuclear materials. Rosettes. Rubber, crude and latex. Rutile- Santonin, crude. Secretin. Shellac. Silk, raw and unmanufactured. Spare and replacement parts fcr equipment cf foreign manufacture, and for which domestic parts are not available. Spices and herbs, in bulk. Sugars, raw. Swords and scabbards. Talc, block, steatite. Tantalum. Tapioca flour and cassava. Tartar, crude; tartaric acid and cream of tartar in bulk. Tea in bulk. Thread, metallic (gold). Thyme oil. Tin in bars, blocks, and ply;. Tr: p: cl ::ii n hydrochlo:-'_ de _ Tungsten. Vanilla beans. Venom, cobra. Wax, canauba. Wocds; logs, veneer, and lumber of the following species: Alaskan yellow cedar, angelique, balsa, ekki, greenhart, lignuic vitae, mahogany, and teak. Yarn, 50 Denier rayon. 0 �l APPENDIx D IIList or Supplies/Materials that the US. Governn#jtit I.as Determined Are Not Produced Ti-. the United States In Sufficient 0 and Reasonably Available Quantities And of Sufficient Quality (Jan 1991) (CONTINUED) Petroleum terms are used as follows: "Crude oil" means crude petroleum, as it is produced at the wellhead, and liquids (under atmospheric conditions) that have been recovered fron mixtures of hydrocarbons that - existed in a vaporous phase in a reservoir and that are not natural gas products. O"Finished products" means any one or more of the following petroleum oils, or a mixture or combination of these oils, to be used without further processing except blending by mechanical means: (A) "Asphalt" - a solid or semi -solid cementitious fl material that (1) gradually liquefies when heated, (2) has bitunins as its predominating constituents, and (3) is obtained in refining crude oil. (B) "Fuel oil" a liquid or liquefiable petroleum product burned for lighting or for the generation of heat or power and derived directly or indirectly from crude oil, such as kerosene, range oil, distillate fuel oils, gas oil, diesel fuel, topped crude oil, or residues. (C) "Gasoline" - a refined petroleum distillate that, by its consumption, is suitable far use as a carburant in internal combustion engines. (D) "Jet fuel" - a refined petroleum distillate used to fuel jet propulsion engines. (E) "Liquefied gases" - hydrocarbon gases recovered from natural gas or produced fron petroleum refining and kept under pressure to naintain a liquid state at ambient temperatures. (F) "Lubricating ci_" - a refined petroleum distillate or specially treated petroleum residue used to lessen friction between. surfaces_ (G) "Naphtha" - a refined petroleum distillate falling within a distillation range overlapping the higher gasoline and the lower kerosenes. II w 8 8 do -.o m x 5 c c c 88 , Y V p t V J G Y C C u 0 y x r Ow C 0 O f' J — A J yS n a 0 y m ` /}(' s 4 J sC a ID u C ys w p ra G e �2 ° ,� U u u c —^ ❑ p I � G F �i f p S a Q E a y E J _ E o `a onus m 0. F I v calla , y = u yY :. „ v c ' 0. m Ego• I I pit a ° .. I o to W Ed 0. w • `� •e Y L a q ,/,1 K P^ Yw' Vn • 'as a r c c 9 a v lY•i G %r (,b' �• 0 2 ` G$ 4 u 0. n i Y p M p F c: a u u u m u o d ` w N O a> o� Zc u° a� o ruLE « m p 6kpp°Pm �yJ yc mc''E fi fi E go O0 •O E I. 4! n « L Q7 Y p O mw °ymil V Ane• Y Y Y y4 Y ma b y i # g u CS m m •�mK m Y t «- df oo� " ����kzR≥' &a'v ' E °$Q' a 85 •- jp� p d '" mMU CIww°Q P• g a3 tliYJ 0:: KIP: P::•o o < .� m005 t S �ys qq 9 t% ,p1 is nn y W mm Oro Om VOm tl I1 e�G ewY ewK ey <rypG�i7 FPM FC o NOooOG000 0 m .,� ro0o ro m o Ero ❑ mJmo$ G w Emu 1P 6 Y{'� Y W 41J0m$m N N N N N N N N tic, 6 •' Y Y L {�' I tOtlO Q P APPPPP a a PA •I} M M.4 m 0 N .4 ` N•+m y H�IN^1 .1 .4 N .Y 1 < t1 9 5 ° a o a s 0 w m 'Ia a Y = C His cc o O y C G W G _p U0 E 0 G ti yU w O 0. Q�j $ $ a k $ • C '9 c v yY Y v v a Q ti e ll J y Y'6 Y /� ° gv Y $ Y K o 8 ° a =� Y C Y 0 w b w '_'_'_��LL4LiI s r ° pp o.. yhyy +a+v F°�,G $9'W' �° avlC 8 a a F r tX r a G r �y ut cc Y�y �i� p �Y•L' (�� u • — - pr q l bq yr .-.4 as Cii i+ '° a= N tl�muYn '° M5 7�+ro F �rj � o m G Go Y Go O iii Fa $ II 0 0Y bby0 q0-J� d ugo� g 'S° ' $ ` ��.' Q gt 4u'o' " " m o g rH ou 5C�'GG�n Lti uX� �t0 m>GaOv P. n 5 i w 5a$3�u 5a <oBSYm�xm� �r5�P w� ci ao o.ci < G�u�mo -• ss coaoo 000 m�M ! AJ CtiN d -•• t ���V; Yy9 x.1111 m nn yn .• .II Wnn .. -c .r �.� vv M innno {�j1 t nengcn 0m mmmb Ym mmm mmm mmuo mum tOa Ic tomo mmm0^ 0 mm tG�On J NN NNNN N NNN NNN NN N N N N NNN NNN A NNN NN 3' AP AAAA a AAP AAA PP a a a a moo PPP PPP PP .4.y -4-i- I .4 .4 M.Y - 5-1 r1 -1N - '1 N '1 H^I'1 '1'1'1 '1 -..4 --. .6 o c v a ua a 5 5 C - - • d + u I. d �yy5 on a o 3 ma c o a a a.. « ° 0 3 ° °� ° ° 0 • e c a 5 ° e u d«oQ.. cB S ddv .`, mo a , o sc .9§� a «y a i o�5 8 cm v e8a a =•�wb �5°«8 II oiW m°�C o ia° T� N Q a =•u �� o I °o5 �aym 00 p:cc y mom c bo > ovm d �o : .. °0v? ave .-Y1 e' �$x°o= Huh! oQ Y T 5 • Cod ^y p u C S a J •° i b °> I S V d L m S 1. p QV °YC LL QQ W Q• �-C V5 C ., i qas QaJvm • d u W b° V IV. 4V. m o E �. I V c 4 `• % Q Q 5 a L Q m Z xwxm11 �m3o = � a He L a 6m mm a = oaao 0 oxa<S�T a� a53o 00000 CCny Y 0.4NI'l n.y ga Pa'.-INN��++ t ntl n ON N N I 0.4n.. .o N O.-INt'IV rr ,A 00..1.4..1 tltlnVn•�nnY O000ry IDnen - 0000000 Imno 0 "� "! ^I a a H 1 _ .4 .4 4 m N NNN m g dc, m N NNNN N N NNNN Y N m n ae aem m of to Taa .i Q omm=eiomm .i uit m mmm� mm momtea a a Y N N NNN NNN N NNN N N N N N N N N N N N N C' NNNN N N N N N P P PPP PPP PPP P 0 P P P P P P P a P P P P P P PPP- a ILa >0 L o 0 CC > P C H _O m J J V CO O G m _ m m ,I,00 L m C, „ ,I, L Jy c ° ..op E d u C.. 00 C 5 c 9 L o �° o a = 'c co cc E —� O T J m O a G 0 an d :C O L a m y tm• f. S o Q- m° `• a v C O `a L vt ud 'vo Qd • x dame m o �. L d V d d T 9 d O ' m ° S °. PI m .� ✓ a_ C 05 d a O W V m ad.. O C V J y m Q m J 0 C m Y m U d W Oi' Y O d O C ¢. ' 0G T O_ •m 0 0' O G °E u L' 9 o m V c y u$ Yi N .�. °p ° E G °t-° p0 ° cC Lq • d 5� a m 9'd gC ->. m L C d F c J v a ° a J > `m 5 •—' c o u C o P >. L g � V C 9 p.• C • m b m° L m C y i° m b r• Q° C j p G E d G O d m J°. O . 0 m ❑❑ d o i> .' qY d _Q o d m _. '� m O nU J O F m I ° m d �' O O T m L .y G J° a 7 p .. m m L G L d d •� T. C. U C m d L i Q L l I.Y • d m L m 1A P m— 1 N 1% 11 v W _ S' Q d lm 1. L N d• J m d Q J U Q T L i. u U 6 t O> i. N V Il U U C j0 d Cl m Y l C Q C W 1 1. ❑ L) C. ° 1 ^Q mm�0a-'i a 2-° L� Y 0 r/la CTT .. r�0.Qri�C. td oo_d -.vm �_... N-. n n W 0..0..— 1. C SC 6 i�r. I.0 ,g ••a .K. �� .otwfl o� -'�J Ca a da $'> omBa'.'a .. h -�- S a op r qY -0 0p Y ❑ 5$ � [o o e� d " 9,c,mE- .'� .aou 'OO OF mG dmYar -Cok m^ V+a L. L, .-+ ao. a Y o "J n-5 Y] L PJ an d E m Y a g Pp -� G u E.C ea E a, d.,. ,.., to "�a ^"� 'ti C ^ 5$ ^O1 .r$ aNti ypjm N.�d G �c'Ci K�SP Yadi�"w: C dmmJ EgmiYm a.'oe�Y�..v �P�wq�5 �om�Yi rd�Ly E J b P a m c O m L J O Y P ca y=d3 c,goo Y.d.�o d$ao va mvN5' �,E0mE SE doY oYEm �S �"$ m°a�amT7mv� mm°W''d .Tom�m�o>�u�G�5�n0 5"SE -°rs wSC9edp X40 vmcE �d�oad$=ep.5°°q Ppqmv mm5 ojgsvmqC. �v$a YS V>A"d&6 o"�mvo — �YBn>aOM wflo "? a— uwoFaJ`FG `�oo�J>5i�d�°Nmagv p GdE roL ❑ ' ap E p Ycd m 5 0 p Oi. omovd 4Qi. Y v dM OD.G �J 4 EY•..w myq C d atmSJG p F w S w C Q q m 0 �a ,� mn >v$ � � w r° n5ao GG ao o' d �ESx yo Uo Ky��iidY..E°'�' SGvm�.5moE.Yua�dum°m'm�^AwX���d��iac.,�>56afi�am'� • o 'Z O d a 1. d p! v eij q .0 .C d a• pal' y d F b o .G p �. m m ry .ga v Fi a 9maa En 8.540 a• N °.o~.F+ °t °r E'00+uy Eggs 66 dd5 Ya5�E �Avr.°0 ...F,°aaciSma4i O'0.p�� Q E^mo5 oEoa059 oo��Q�c0oE o90ca ESE 3p9 m^� 6609E o-+d��d�-`55yd .. a.eer.? Owe'°iM5 Rai x57> o.5c,r, 50df4p5� 5i7c op°v "�a- iJp o�maapvm: IFS 0 Ar �rI Yd dv ym dFG[.'29 dsa°A Id.d Yw �Cy NY°�pxm 9 mS d05. y$O 'OFD' .`�� HUE Fmm 5Q s •. EgqGo Fyne O.p Ld drpmY O m�i�NW Adm�N OV JT9°d 9P ..a mop G,d°r t0�mY? m ~^p$ > m ...m �qq pd dr. PyA p ^J eo0 OpyNN .a qp� K$ �> E�Nm• ��y 0.0 Cg�' �mY a� Oa9 6a06C �A Q[�Q 0� Em VMp ^�A m GpTGG ^Jr�x-.>m : a °.' 'y $rr�, t a-0oO 'a. F E OJ ���paA�a�Q 1" td A�Cu mggm .a '^ �A� id� �d5>md R9 mp 56e m$.,°EGcc 4. pmm�QE OVA as 0Sa'a� E�`d.A.� o h g> pF gY 0 axivy',.} 44.500 �a".e a-dFa tlu r�R�kad. ai 'yga YF. ^jF tl° e5 �d�. yam, E'�m>w r°L�., o .K�.99 XX 455a g0 ySC'og3dS.p 8 A I-0�i3o co D.5 we�id Ems; maoa • CF�wo N• ENYS d m 26 d E.1 mja T� ° �00E.y 4 �g xm�"uSmd "gym a dJ >.YY0w a A.cvJ QYJ a.J Q b y 3 M5 nv o 7 N$ dd x$9 04. Gq 0 �A..d.° c'$$ `rA GGL C of Q YJuE m S FYO .Y OS' C-, 665 a. EE p " mOmuS •'Y �.�0..>. JYU Q J mY 4 a �°rQCommU6m$85OHV8n5 5411 iYa�ww$ �w5�gao$ x8a—>.k�4o��� -1'bQo� o 04..0 LY ymooem-d 3 c p�� ��+ Vd<°i'� go'G��G ardor a F 00 7d ME06 and a OO>4:s 2dza O O >Jy 3 Yw m Yu -0 •0 x0 O Us.. ed•. V V df'.' d y Y J�d 9 YO Opqr„ JV LikFe� m GL FVW d� a�S. GO E� °TQG mJm4i L map tiY SG In a� O p0 r « 4.0. er - �dV O 0. Adu 766 d>^"J Q V OM0 dv �v QFO ° C�!!Y}:r e� p Mdn �0mL FUm m n X49 Eo �d O O axon^.i a :.mVaci�m yGa•'Emfj$0 Exd> w wo, °p LS 6a .YC v Y 20 .m. O 0s Gq �o. E -0o a�eO.W ,,GdGs 4aFi J d a W zvqtd 5no-••� a— •-•CJ n ..CC I jyy' f'� $ ra$w.-. o 'Ipy R tt~AW,6ZU Y tl v CO w b.p d-axi .�'OF O C °yt0�..amO 46�' �Y g^� C. l QC d d E m t o^r0 '.[O Eh! Z'd7 v V v ro$7~FSCF t UL.:n o W CJ K,0 d' U f qV i"9 fQ VoyC nC a Q^—'a�i yY •K• 'd o.d.A .`!-c�i,�V.^m.m 0 0�y a u 4 Gd Y Vma toVo nh o] G f aGp Lod yS m pp RJ CFO J tl° a'm m Ov O�.p Otna y� o h s Ua.cJ4(J w{v'F''p9 y.K.Cof°rda.v��yAmOON aai 'J .no yd m Luppjj d.d.Y E?' d0...°E'm0 E II N e N> m^N ^�a^O �{�.a OOOa.Y9Mc YOB Fm GOGVtp--�p—V (qr vd�mp�'O�VEVm.(4=4JGm Y>f% 4-34).-. Y d d Y O 7 y O m Y^ u OdC LY--pd'Od mX L 0 `^`N d �. ...] 6 C g aEJ n E o L d d nV '� N V N U OP�P .— d 'Ov v 4..t Gvc J 9 u JJ HY,C G p •i C m N vsEa� tag �� ;'e� $$mao 090 RESF xdNddm$ P�5 pnd KA".. V �O dO0J�n vmy�.J m m .a7 0. JY d0.-yy das J �.:a du �:m �X !JItr a 'gmPOJd70 aC asd—a Ep �ubo�� au �Gmo �gyy"Gm.c on b� G2Odsw50. dO �TU OJ O Pv J L a� 4 _ d N O N r...., OJP NAUGd V JOL C OUP.,O. aF" O m� t ^ u 0 .-. d r' ".' m i• and v� d \Ca0 '005HO'C d0 b V, w^fnd Y.-.bUWpJ .X. N�LO O�« Ym ar qG LCv °r�db m F d LX bJ as r.YE�K�yf ' m y m c' O o o v N J T'O LI O b 4 n O d G G b •D d L 7 O yy N j- d b d d `'tl W d a G .G O O a N" b ..a b .G d O> P �md—BEd boFL6 >,w 5P am bw�� Lea OF a-..��3 EL O C..+a.CY otia d->�a �m "-Oi 2s��YJT mJm-do >Y b -t, bJJ d _usb ^ vBXE^ 0 At w w a 0 a. o> - o w .. d .pp.0 a aiDoai5t� W 2�c a Ca07 a2L TC NJ T^OP d 7 mO yam "ad ^� '0ya_od4�65 .,W �o kWW].�CC99ae. d �Ca F' wmdm wemawmk: C U> Eu.. O' v 4v )"c0>-Fea'od�`�mO mO �. S•m KTm-'3 Ud PNLym6L.a r"L.-i."OJo ([v+.a•. 0 C ',o W o.noC ..0 • 3 O.. 3 wa3 d nn O' ' .9�vdF a�o;o�r Cow a3momo mop �.YCEv❑ Try Ysdy A • . v�35y �c5�aJ JE3v� .rP N' i' 3m�YpamT> o• S>oY NN v o .,o mJ Y 0 0T E m'��5Nog ., C O o'$P m�5dws m 5 o ao L "`°^ Lmd5x mL�om�q v L�aX 9229 Jv� J J m m3 W~O J~O [V�-^IJ v fi Q3 • vv��L Y v> Y Um.'] C. cc, k aimumm dPYl. Capd L}A�N u 000..0 .00 aJU YI"N0Zlai=yNo m3tWo ev sa0�0 5N �O 00 `� OD ym.YL °j PN°�YOiYL Oka 34 N'm • d o°o3C .:+T'-'LN°' a �0 Y3° dEm5LJd��mgmm 5Y��.. j��YNam �mQ^Ou co��"eam_9°"�°w�Y3P�m�mmYN�aXv5m° S�5d5�•�5�_vW3OYEL 3Cd3 Km Yes FN 2c F4 CI dB'oex0 u>Y cm a .d JL�bO14{d 5 • a a YL Jm W� � 5 c5 mc �d and 3000000 gd00 3o•o3do �giN .�aa^Smso' ogatie3�<SGo°2°am<QGo�dvo��aWm5wdcra$6�o� '23s"5r�85bms 03 35 msm�Xaav�m�imuQ. Q ou�v5ndom�43a5 a°aA�s aovEsa �n5u5o'°n0co _ n ooA tS vS. Pm dv b(,0 m N . s d apE�s^•��°s;vd�OA0 ays3aQtl� o4p. J mad w�m ° d• v vd 0000 Q�Vd vg.N., IC m 8 E&0000 Q u ti��m 5a- P.Cd fi •l. �•tiP> " bdm V e dv Y d P8 d N and v ai 3—'aaP °m otid�YCC+ mg m PC y> GNN 30•'w d N y ._.v E 3gfiood°T.° d°n�NdydSWQm Puoap d5v°e rJ mW m >!!!OOO y+ m d l am ; a yy p3 3 WQ mQFAStz;5N cv O' �6 035WQd��d y �ON...didOY°nm3 ^�Y. O�' a7 ., 0 d �. 0 litd b' JWbdo�QCuD20>tb ��p~ WMils pmb~�'5N°Qyb 0 � Qv3xN O O 9v � •-. 'O a J X 5 s y�`2 w. s8 3a 1.81 900 sa'd�v° ii»5mN ac33 36 � W .� 3 °os mb o$ a 3 d _ � C�Md•_lad°a tiC.5�001 PJd�mU��C^�y�Y�mOC•p° 0 5 WdY 5� HmP 003 u'�.8OCoo d aa.00°qiN obAn o v m ova3oYkCdK.X �� di°aoiN wYdv« mCEJ u P X Kiev.-.'- Pfi o On�ovg�go��r�`nSv�B��E�nv.as�9soe5fl0 O�g ' C 4; 5. dm. .^w •'Om dE d Hp ' o M0 ' Or. ^ ' Coh dd0d5.CA Oi.� • 0 • $6 - Lfl x p VsJJyJ v��i �'I a MUd�mMJdJ �nd V�gy mM�mZiVJ ~ MY m �W C�1 T•I.ymC I°mv�J—,35o��v Y6� mT vo �Ead. 0o%P 0 yPd oC� y�p°l a��P'C �i'dC W00 (.�pdp d M 3a °O ° EN'O .d.mJ� dm p m .a �'. Qu 6� of E i a d pm oo O�70 0m '� -C d Py —O•r 'cdO hmmJC dy^a o d P 0$ O.� dY O d^0l'TO�Fdu y �mdtd ,.,❑ m NP p� mq m •t --p3ac Yp 9Pn oOna�do4noa�� o Cmo. ids° PO mN a d a` N n. a it °m oil, yY"m"$�n> !CJm °^°• 005 ETT m Ya �G a°Y TAO .0 N"�o ;5°900 °"2 ;2J s�m 2a01NAC i� ;2Y° �diXlfi�m0.0 ad�3 fi� Fg T -+03 —d Y O m d m�90m >d O N6 T Om Y: d J a0 x �d= i°l>3 55°aom0°��0o.-"VC0 &di"mmm it AO OEOI"�00ag0514 2 a` aT ° q— Jsn N nP ma —xNd N0 L9L > �� X Ys aNmmd L m o� d u DU has dyS oI•�`}�d a%^ alT 3dJ.0 °�X'w wJW iIC. d P 0 "mm 5000 i�d Om0 0•C�O^"�.'�... u d d Y.r dd5 T L'�.' 0T �N 31+ K dvP °� �i�3 gvCo� OP .' °�, mP (7 mE 3 W 5 6 O 900 C m'OP U u —Y _. 00LO d O�' d,�O ^-O R�"y,^, •'�ti'O CC.Y �-1 {yN> u Ad OY P O_Z0 O .r .r NJ ri�Q 7 >'LNN7Y �c J Cw4 ��m U�.ONmW�•EH W'0 SrM.P E° m o_. y a p.. 3 \-P mm m 3 yod 7mmY .., c—yoc°� 9 L3Yin A 3d � Eo�o�omLml°-oovG v3Loc5 $0.c3<Q°m�vo� 3CJ'�aa dfi^WJ— Eo mvo3;CJ "UE"aLNm°oo�=��mv�o^�o��� v�°ow3fi0�v dl..mYYmV ^�oC{: >��3 J 0 G P y d m Y V m 0 J T G] �• V d N 0 m �.OmJv> .0 J O u O mu m toc p Y_. OaYu O.O OuE Oum •�mPfR YPmmO 0000. mYw Eon 0 °tod �vom7°55' 9w5 m u�o���Q��o�U d° -g04 es °�d� v0 �' CJ P> o o 0. ^m ❑ 9 Pm o Maas 5 Oa�yG n`YOu.�OK mNc muO�LEEum dE•..O Eg7yEw�� o2s ... 3,.°.• Cmd °ofi2CJCY Y0'�° Ead.�J3 uG�Pm P� mvo"'mnwC Pw ^�YL5fiav:o+EC±;Ey a uaEEDEa� CEi,^Y.vL° a xaEi'�iIami."o.7 a oP "�Y YmmmL amp S~odonm m> d 3- _ v_'��5 C; ';O Emma c ans yYVV� m ° J ,•� '°v° p v .Y. > m Yn o L E Y ^ n E V k Li3 m ma m:90'CG ill ami wu yu m�C °."u..DYL�'u�d'0 ^lt7YGNN>oaoo vv'GEL u ° L O m OL9 YmmNY�O O Jd .r JL7J J E, o, cc L_L—Y9 O0Ym� L �' O°Lmyur.i mPJ� EoIt EmEr�—, m Em >X Pm�7u CE o �ou�d-'o d5 o'> G �a—m fiJ Y (w�J c aO m t Om "' m Ti N J 6 y C Yin m .! m Y'V �' 3 Y 0 f l" l"OYm .p OI-9 "L tlOm�Y�a ^I OYiV YC o0mY.`j 01 o t G YP EYNo i mC m o"pd doE9n9r? i">mEw>PG os at �[mvdY�N����vmw>E mm'��o ma m`.`, VL° Y=: °.�' a daa� �L�O vNGmrY� YYd Y °mC aor3Yaao�A�vYmct^ uaEm��Yw I^ me>T `cguY>a..G G " ' o °E"(Jvl:oiu.,��eoc� °' ouu5"-,m 'o �. Y�YY�a�cyL�uu`m nLm N°P°L Yd oY c a�°C�a°o�GOYu�G�o>�5 e Yo��pY m> -'• Y v L. m -. G G 1, ♦1p J J Y E y V V V '^ m L m L N m fYe J f/I Cl ^ '•o�M`G-l_1Jr.,�j�F r,ViiF Ka° —�ayIL Wv� lice, V. Q mW V µ Q o,m m .. V m V G .� LEY .] [ V° 3 \_ ° �, Y m p �� Q •• V C %Q Y a Of ® \, m m Y O CO „ %0 � 0 II ka It ,,�kp`cc U VL W> S VY. alJ mm^ ff�� 3CC am BZ qS V ^Jd�>> aJAa �5 ��`C-lJ��.°. Go O� V.dL. Wi �5'VW ddC b Dm m,C� d •y m E °�� pEdJ 6 �6m mm.0i duo 0^O�•O "o �m .m. `v NJ uaUO^n •yS' .u.0 V HwHmO _fl Ems. O u�4 u�• dd tlto J�and C..• m� mu �m V07 Cif 4t' m u J 6 L C m U 8Fgg=u" m°F m3 mmvd Jdo5 J-.Ew-0�-�UFm •}..� 3m d ° m w 5 a O�.C5v m5 .�'a o m F•-' m � 7 0"�� old..'.m4',pa i.OJ d dJ ..,A Vl, d a .. •' U C nm. V .-. .-+ J at + ... d ammp.0 d ..u� 00 000 Td U C•AC H° Cd " '-'d "mbe°a. p'p° m•O .•00 U Uuu m om E Cp cf7OdO� Cya"p.O� �q V'm''O'D P6 7�C muNm °u QuB9 d.C O Q 3d'db .., `a �,Ca O.•>• •rs99d-o 0 m m I ^ J -. >• •'s RR a dg5Qg5 90> �$m�3oS c°°uP`m 3a'm� mp n00F`v @Q�� �m om=da �L m Ktl m0 "' .' �• m m"muJF �m�m O m O m 7 d30.-�d G C d 5 °�5o tm Taa�5 q �6ea mo�c�e 4o3v'Sc°�'a °�5 a8v_^ 9 '°°L otl m 3 m m 5 K $nr-CHOa4�a °'$3 m "< �5rvmao�R` d�nmmd� Hi °Cv5�°+ o m .~aa sv^y,O"6J0—,n •°oY•° 0Am B�y'5:i l"��CPJ�ym>�q d7 v , 0 w-.— F.aO9v 05 Ev Bdmvdw. �.3 'OAAvv5O '[mv9 �6�F�C OV O��m�'�'J mOva mm m. 55 JJ Ja aavmaamE4 302 x v up 'amw YOGI .co-m0A'a c5paaw m"• mmm F•m \, ao• or, IE H m mF• c '�•• d m .� _d d A0lq•O� A �• Nd+>g B'y•' tlry1 a ddwVV"°c mP.�43 vC�FeOu Nodo 04 °ep°O 5p�OG d� 0. d pN d�dvC• Y3OayiP r°mF'°.4 Y C O m� K.Y b f1A yG 06 n m m Y VaO m 0.4d c r w•Om ,tl ���yy.�P �� W+ my 000 'O n^ cm tl m•yj q B F 6 C Av ..& qKGO m a F v p�d GO RO c ,t�. m 5mumG 05 m Po^,y •�3 ypp?? .m @G cV.33 t*,o Q5 OeXtl G�• d� Qdd ~o m0•O E m �m i �Qavo .FR d� PG6 3�R5 a� 05� e8 >.�SG'sd. �4G�E„ "PavmG1Q3g ��&F< Qa��B og 6°`� OF p3Q D4o� o�50naoA8� RA In d lvk' m°§5 ^'��Cov o 7•$ mom ���oeAp�°>9 0 �.w0$a a�d�a69 �a a�• a$5a9 Om.Fa $m CQX�dmC v •t4 mpqow`ids" 5�ev51 3 =�Q a �54 'O�nnvCva�m�s�U otls5o'38 V•• mw5B u p>Am? `myF�J�nc9` B m P o�nF apwSy 35 `do @ 9g ti mm 1 .r ..-.- - m p,QJ^•3G .p OC'Ymm�+ w vp m'S ::OmTm�m�m GV = P mF,QQ G V m 3 P C s° 05A mP Ov Qu,Omo„O ap m' T,0opo u.0p w YF 55a'O w i••NI .. da��Y� um 0MV0dbss�y�y O Gary FO m wr.'f O O}'„ Q O 000. U S'i m pmII g m0 0.m�6.+PE H�4m�' F o7m m �S oNO m nS',c_No".C"0da5q�e°5`��0vo.p'� mew cJ,C530,000 Pip F Y5 30.pFN d �p ^"7�> J G G F�G m,c It6 '.3wKF •+ ,r 7iiOr 5 v dg m> .� m 6u� dd •�•�Oq p'0'• 0 m pyd 9'G >•u d dJti Ij •d •.,mt'O d 2d�migd S70�O O»OO ..a d'•�(7J4a G+''aa .C c.. °p�m•%°.a PA �yam.a P°tam pp�� Ohm" Ro �� a0 V" m m,4.pdo O J dw3y ^�mw F •� �.. �o pm ppW xw d PV $rpy0 S3YE F°5o� a dp m3 m..vc °O v y_° 0 m Q uom 0 -:3 8m p Y 3� mo aF.+�N70m0v gYmug' �oSp m m a'CsO F .,, °P� ft•rF O^ Q FagO• � as B7hmO '^' +s L,Ou Fm'.G Gym Ny�Q m�py0 04 p7 ym �pt�i �- �tld PC9dj0 �.qa>v'� �VO�'O.+V'60 CS w'j K YG RO p:F.'" FRN3 °Ft' m B •p -•> Q� mp $v Q5 „m �°, ., do`a'w'd m•a and p_d_G Y Ym5•c 0. •' F a m F'gmw nBF35a mmJv w_d 0 0 og, yy uu p� •'O .y�•�a, m.rdA �' r3GLm 0.'x0 m " R > G.0 d m pmt's v Lm Jd O >A ° QUd O 2; •�'��f O K m0 mas p ° r g °0. w m >r�'7 O 4'P •�m ,g'dm $,QFm RoG m.. mH m EmG d doGmp�J a3iC sJ' dd��°lm. �'°yuo5a'J_�°B7 >�� %i •' Qm..Ommv.Y.,�C(J>5 m�NGC Ny d mYiuv ?j Onny In ^•>'EBvA2 0. vOOOO7GUEYN�0N°17y1p paF mvd� d T.'wQOddSi-a 42 �i3 mE•5.. J%t..Od OFad.d cd rJaUrJ L aCJJ N mMs 5 Ed LRY P OOU 7 U�] 0. 3 m u m O EFrd �.. wd O and m 6O.a ..,'Oj..+ L ¢� J m L m• m ,.-.. "' n m� v U m d H .� �, d T j� C y d T C F :3 •.. G V O •%-•t-43 GCCy F NP Gv.d-.G•. C E r91 �Lmm mFO�u 104122 O mO L.0 mO 7mm9 d ,.,w d m s "d4 m5:32 B3dm �`5 rOHv2dJG mU '° 0 m0wd a>imam m d3aS� 000Jevp�da �5 L: P�mo ood�ok CmA �� :, [_ m oo d Y� M 0.O 6 F 00.4 �G 0. ..i p°Y Y .0 '�..., •'. WJw 7 Yu 0 drG�d mr a v 6 c ord aymmg '�ma•�m�j yy HOLpNJ �2p m0.50.W S>-Ookw �7`a Pm yG dp yCi GBmm Q yL F° O .443 p O D m v r 7 P m 'per C °pOow dA CCd O5m omE dA aiH >Jm m�M O.CP C� d^3d�mJS 3cpmn m -'J .•,C maU n.C CS Em O� Co > dp°H CJ •''OO a0 P` ooc cro=e A°dp mr Od Od JaW O dpd •� >„a� pp •d+U m d Vdam.oC d^�om 0>d .H.v G,O .diopt m'�C❑m'd'G aaA T>p:, waviHakid eddy d 76 N O s m V p m Q O m 7 m> U �. g E c \ m d C •a O J p p m p d H> J ,C L C> a d m ... L E �y amc m K wq O d O a. W L g m J H 0 d> ta O 0" ..a U H 2S0 �odtaI > CV SeOjO VOA' .dH,s≥u�mC c0� as eN.C �c 3.vd..y amyu u w� m EA uQ m a L ^ Emma¢E E apxS'dmo0t9•'3a5� bu �mc•d �`0°o' m o`i H v�u a��9m7., ChH7$•`-.O >B C•`.� Os mks c�.�i yYCC OOF~W O Cud dCTmH _.-)-o.Xmd/f' Cy H 9 L E d Vato L O d^ y L d V J C �p O a 3 'd d a N d N d d >. T C V v of C> d v m n L C F 0•addNOdNt �dc�gma�m�dd� O c. CIf 7CO.,Lj"'•.m'.'ECLd'GO•'u bma O¢ La aPm w—•--> L Hdat amo O C.,CO c -a .-,E o N N N M J ^ 4, n . ao >,.°'o c.^ - J: •"`a_'°c99�cnbm`�mq d-uu11 .�O-, �n!.r C ` .ti -� yA"CdH.Cm o0o madLO^O.CV �P=°.o.+ p q'a�.a 2Saw°em w�mYv 5Y[��^d—am O K aAm—O m•. 0 �-' d.=+p am m .-.0 J CO 6; 04 I.a .�jd a 'm' dC npa Ad m.~,u v wC cmiwa op I yw9aw n9 gnaw °K'� pLwm�°�yw d > ^O e n d D d u m A u G J �• > K J r ^: m m u d Ca. tiro m J v m n C b L m O a y> b E p O w p a Y ha Paa5 R^aOa".L.a�o Aui Land .C E'''m v �a.c �'Q d u r d d da—"0„ O.aa JJD ,tea,^, mUO ^°.L.. .C Ca6r OJ^� 0.H Ktv �O mCmL `tea=3 EV Ec°a_ Y c. 9 G d d C m w E v m r 4 m o a m< u m vc v w c Oq o X m m E a d dgad mna9Gi .'�. V W 4 mu".ri FA L O�Y"^ o .c °.O d Cc E�gqt5��FNaN D OprQ mCC �vj w .d.a WVy.Of a my gcc' y d Q h n Ct m m o•"YC d�aEC"u 5..A O p"j Qma4 GYV ypFD Cmn O°m Cp�d— O Eut aO�mm y d y oom��L oaa TJ d U d aYO��u�d ° °O Q m tlp O:a°2v`�°d�-awm m Yoa w('a aY wv "tldXt ar• � X OPOOb d0ad,°Cd vLuvp Ca�bv�L x m O,bwytC C w0.23 Y C X O GKdY+� d O 6Pd Q E 0m {. 6G «tl..aa.O^wLC bF-. md: ��sop 1 � • Y Li Wvo G OQ •9 nY�UE.Y a a� O dL � Ny O� dp ,a•. d pC D p•°,� ≤ O CL v ,. r a;pa n,�ax"o C.. O^'�C •a Op s x yy •-�a S 5 do.. rd Tye COS V m q m d-0 d V d W d 'tl m "' U .C d^ W O X '• 3 0 x C Op g b .C p 0 "' O O.9 ] E .°. - U: >dM ,, ..owEw�.CC+}m.> 4, �. ...ti< >r+ 2 pPpCEawtlim1j'.ya a no CYa mn av f�m C Kn°Ai$�0 m ^ q� N d�^ E FyuAEyog8cyo ..00 eT PmvLd AV�-! vbx>dd00Ld d Od VN as 2v O�vtVU .+O�.pJ��'O Ct wvm OL m bWa.nA Qm M1]O.yJ mAm Od ammpFe wO map Uy yO-� n�-•E VOm nObU..• Cs Y v O^ O W A A L 04 OCs E ar Jm n t. s- fl ^ u 3 0 q m• q ..• d p 4a ..-. O 0 r d .-i a N uv .. .. �.°. "aGiwd Omd �C7� a Wdd°E> S4o Rv C.G'"'Comma �� sagi a .+ .. d d u • dQ D0.0 -.Oca E� I3"p %a,0U`�d A ddoEU a d nc.,.,v d mJ Vqp .O.mam OOp.5.•aaOpGV a msd '�a A.G wvd b•d'• dm 00>, ^000.9 ..w"Ec.a dd dm CWpfd.� fftdlU.08E`� m*.S Wv E�e000 maA5�omo° K °°2'= p �acG �nq ku0 F dP a> 0 o Q^ Y c "$+•Q dcu �'dg°°" m -"•0a A�J �m Aaa AuiH�a> Asa daodw�m udn .+ o 0 p dd> "� ES 90c2d �d 30 B m W"o x o04 mED „vG �T�.LAO 06i No NQ mu �y�, EA4 opQiy'pQ l�i: A mld..> °y'd�•'CpE ao °oo° E .a and O...t* Ii @a$ E 33n Fs°o1~fi°ua -°�-•^ !EP ad 000 d a„0 is Ii !�M°�M � yqE OdO > E „O r"J ... Ximw'm mMO•CM C ddQ M H"a d imJ a. iu ... 000 .r L' r._fLY+ J9 �a O^OOCmd o c a d.:3 yyT ^c EoE�A•' L ��do'�ao� G5 E�ddo .aV m mqqN "�p'.-. a W pA q❑❑m�m•�m. OC�mda�W 1=i a4l d• -•.'d 1'iq ,p w •ad a 'd mJ _a 0i d«..!tE.,d•°�am m9J ma mG^D Oy�d��y>�aE T a .d.a �U...A mC°00 O aqn OU q2yl Sj rQt:4(3 r•'�i.'%�20B1^Ndd>'Od .-i is �0 pmra^pa�'a m�u mdu dA�"y'>^Q-K ■■u�r] � m m .S d s r a a t v S"� E A v JT x o v .C s O_ Y� O ppm yY Oyu m � Q d J N d� d O A d v m� �[p 0 m6a am mda a 6 W R U 0 '° 6) .�>.a, CV m�m J m J Ctlm O W 1d1yy W d �j �;C!! d o." ax0 ad S9. 2mac 4.W ,. AOQ °a mm]? " O and A�aO m0 amq E m q O dqP mm.yu m m aUs yy .a �m^aja � �E0 �da52v OrW voI Y> d^L°id d7ai 6gmgsa Q •'tea lr a�0d a'aW.mma y"C,`a ^�T 'O O^O' 6aJod 00. •Od .0 VEG �a^>+�a cdy dWm;b• d 0It mbm .. dddCww.Ca dmA Ozd 0boq .ea 0 046000 O"^ mU va�DO> 0~1 O'.°n vpmx ay O,•^C.Q0 0WJ q.�,'ai aL G: .r.70N �'m Am ❑ ia yJ E«� d .+Qd -- " OOdO TJ�... U6q H ..•O OmG�MA y Ja.Y G @ ",k ° C.X".a C,m,V0d4 a 3-o qW�>. A �v'O EC aTi J0 d9Cmw T�jv WAE OW02 .4P3"'"a'Sya'ma > ^ q 1d m Ssvg0 V 0 am, Zo >o>dmvC `". '°Cmgdqq�q °JEEO""•pama �'p'V:O. mes mJi1!!;1 �gmdm7J°'^ -- ddE °2ysd X V .9add«°iU G dd'C .°�Cd" P"aa0^O m y Xy r, d p a C dmd^m�W°Ncm.'A° dY•a ln.5 y•y L, E.D OG mdr3m dJ� �m TMd VOV.'�.b9 d.G 69 m�e+ LOA OQ ma. vl E.-. CNi �p�.-.C aP ON•Cti ydal^_n..Gd�N mda ..Jm.. Da�CpJ^ d>J m.a i7 dN.-.^� 0a M...^.-. �.�TAd m 9a �-•G TtjJe�--• QmdWJV my LO dd�'mda4�Dpmr%iv9QQ^mM'0Z;Z,dLmma--'?^,d pCvam0 vO�mE m ,C? • d T vd�'•JDt 7>a 0J .Gd C T�T Ld AoT oA Y J o O A m m d a m J J D m O S n o O m .-� m J" m 0. O m IO m E V m a J O u d m E O m n J v m d m 000qq T^ydC'd.•. KdL^nC)n•GG,d •y Ldv.^..v mmUwg q.di41 d,;,,A yY0E0 G. '_' b�D �ua'Gi�w pD�CmQw mama 799 tl^m O m�mdm—U�w.��� Om..m.c� ow Aami Dam m d� E V G "idd n.immCmE °a.. a A.C MUCI.. OOm oLddA Pa m Ea0 Q Q m'0.ag a a a .'0i mgEma ^O .° dHm{: 000 .. o u x.+00.0 0 m Cdi V O cV n ^a d II v U J uu�� T o a •� m X. , d = L' d a an d mJp mtiV a --'L pyma .Ai TyAmd pqD muO m oD�m mvo G mmy mOt, 0 m "p C v a t d Da m Yobs ��a u L 0 F c d A " 21 m a •d V m Z u d W D J pm m L n C Ep m —.v^ , m U C r O G m D? d E N M m a u d d c n. I� ...C OdvLC `'mC ti. CC `V_G L y.°a'. mQ �. y> mC L Cor E T V G `.mar, E -0a n mm OD 7 C n J V O m m m m G K J pt; J C E U m— m X C jaU E 1 O E p L 7 O L d E J d m v r U g A m o w v'a m n n K tl U O G O m^ a K m u O A m E y T p a -p — L G •OY V G Cd a m OJJJ Q C9 . raL ....adn.10a.m mOL/d.�al X.V64 dU0C�Gt �O QRC ✓ U%• - Fm m n W d O O m -O n w n Xm V J H f/1 m a.. m n C 0 I. L L O G d aaCC b m L m O .i L L C r J J m m L 'J' 0— G 7 y a. °Vd00f-t.::O O_• it -'O O2 .p J D C m ,G m .. ii m E J n S m -. J— 3 % 0 0 9 v C1 .z `, J J J E m M 3: C L i I: °'t' -.a' > V G mVV K =Yb U W C0 Tom' Kmm DV:i" e_:oL nGFC "� V >S.Pd J Om L dr> y �.v c• y o 0 g m Y u o V m u u �' m m m, Jc V o_^ lr u Y C. Om9 Ymm9 �'U VO �' K •.Y V K a�YLT� O dOTJ • acid a tiOtb 6V N4' .p y m woo . mz F5 L V K dm F dim uJ u`+ a •' o— V �%_D5 V VLV m V V Y b d W E J V V Y O >X� VUJO m-5 LVO ,p t Y>m x mVV uE:, m n m V V —m G$ O C> • J i v V m m u T m L` .,-' m ry C uaY , �— a V s ov dLmm ` Ui! CVG5noQ uu'Gumu m wmLa ou.L,cPo p$o,�� nm< c >.^v J u d m Tc � t� E4av qE o w da 9Fa_Ymc,., mcY 59L >. �T_ov1 CY ammO�.r'I F:CadVC Oi5im^V V.<iOf90a mGm�'O"J, V .dv L.. m JC5 m Ym d _Y V _C _!'O°• -u Q m L V V O O V a m —°.V u d m V> m m V m O V m a C 5 >° E m g O a E Q oVd_^ V J O u m c a m o m> u a .95x ecOV L >d d VV KVVm..VV�m�m L J— V5m OC>I-�OIb.I000G�> uVL .a6 L m m Q T p V,O p a O— 5P m u oa c u o— ko° 4 p u m aG Y V ! V K u .COi Y^ Y9 V •. V �— V o L L V U a O Y °.-m.x D° 9 V m 5T V yY Y O m V D a '!V C^, VFUO m O5 T>mLa 5 Via yYQ VLVYO VY� V V r` OV E.IF f�.o0_L'{L1 V k� i.+�rD V V —a JC m C V C QA Q� WC�❑ L"rJR. Oo'4Y YQ O�yY CYO0�YiEC�V OYmO�VQ rF FO�'3V a .-. •C^Y m3V O 5 mO �" oE�5oo�{}���moaoG9o55aLSgsi5tlac 5L`L'mOc0ao.bean$35�'Gaa�Como5��cEo�a5E5oay�8�NeINao A 5 f! ti 0 Oar 'JI'+ r Y mqaLOiV�m=A Q.°alJYu Lg83p�ou�n03dsv�c"5x=«m= o'�$=°I=�E'�835^D5 P�_5D m�p{Dmmho5Fo"dpN —.,map°❑GPI„ 2L'0 T0,v , CPV >m Da VO m Y V m V Eo vE a m>.'>E--y F6e >.O m. mrua m —d aOuA m0.1 �i L'_"YL�GYLmv2a m�J6E1T4y.�C0�—mc`9 Ym Lm� '• o C > O mK V� m m M m'° O > O m Y Y_ m'° > J m a V G Y m m J d O O Y m Y m J U m V D U V no C m y ••3C O m J V J V u llE o puu ::5S34p8 o'uicLooA Foapcav:. Op r•5Ty°' Iv.comou wr4=Mvs 9�WiQ'u C�V_••'� O.n V r. J EE++ L `•<j :a f�.'..^ �ITO bG DLL 3d� M-Zw OpFONV Q E- and d p V VY�� BV Yr1 . vrum OE K""WC0 E m5p$a tlaE 0 n5Eo5g3amoco nm7 "2a'5 :,co —u e�FrA^ Sa-a SV�m,F �5 > Dorc .C �a�CF^ u g 9mOOOm°�°°,�^ ?'I 5TLu O �kd oFlmo yoCY` m y • o�v T�Y QJCQ= Om o�mC m5a uD=Suu no vCaE PF L °L^3 3aa« auJ 0Cm 'iLO$D°coFpa 3 <LYH meQv$m5 CoPh ,c°° a°.5uaAe cu=L tl3m vc> motl_..a y p L p V p Y C m i M L 3 p o 5 C u" O J ° `+ 07 C C uaC E.11m„EYp�p of)FD qF 0 Rt V95 ._.-._40.o< F OL u< ,,, m5uy u vdTm$ d -"O Em�u�>g ^Yu�p DP wr5eow3��«ao�^Wm�aa�Dou3ms9Y�°8aw5 opt__.om�5cKE QpyyC$ rra p�PEj0 {„� YE u.. « n'd Caa$ 0 0Y k..DD m�iPm Aamv % s A3v qyqy !!o0Y .55 up ..: CQqqqyyS_C Af~pyOmaaY�XYYa��Y iYSB oFJ ETE5P7�OQOB O°pVEVF�100" jg'aJ-a>Vm O��yOrCV �•iG�Ss °Qa�aB�Ar PV omOCai rV $ C�5 �2m.'pGS5mOU u ,j FEFEy 5 i o O o a° p V Y m 5 C yPv d i J C V b— C Y �! 2 A 3yBEEoQa3x..u-$ ova5n, c g u e�n�v8arobo=g.`o. P5 aoia ;tl�o��$ C� CL'L gL ° cxEL* �a"omq�EanVe 07c5.yFb5�a�m�F°o'ovpa 3V9.F,uE�amaF,uL+°�= �y5K3°5 Z$,Fo,°�gom ° CC 8 .er°ECm—`d oaro �—FcRY^ $.do m3m35..� auTu 9'rouu'� m me WV �o.sTE a� 3m 8> Y a5S�L U�P5� ody m rodcuy� uo 2 B — CUua ..m F—Ta, I�m_Oep V O_O V YO5FRYC�VVL'O�Q��I ip,yyI{VCOmGo,B~CL'�IYVJ a�YOVC �Jy Yr.~..�V`Y'rDIO �2Lap�8 it��'vpYid�3"E5`"�y 9J ��Y IIC7OmSvmOxF 5'`a5OH�OYYOY`�COOS �ari� 5S�i�`O=�r'�{{`�.1���Y`YC A'�F6 D•-. '9 �W M 1 4'ppI T -Y5 E m4 - o .maT m —L°. vcc ��N�Uo°e Q� qqi> U3U 0� eat yyP E.'.7� mt,o�a� E$ o E`o7 lit.r u 5 W C ,": T TK° � °„ y-� Uro gap ..per g— L y'YC— 5° C 5> 3 a. 5 e y .., ff a ..v t.fl Oa ds r�Y L V C Y V O L' -'Y O V d 5go ay3'' s r�».4 mE5a0 :m,� o t.C E 3ma> v O G V m 5 p d 1 5 KZ Y y E O V m V •C e Ks qO �. m5a D� V $� Odl O a�Y Co C9V Om`p,D Cs Y O O O ,� O€O V ma JF ^5UV 0 Tv m A a C u O OF C.O. D ado CTV V O c yyy 5a�maa KMO..C TUx 3p r {Y� V a�.I.I 4' O �— V3 y$s &Y gYa m >°tipp^mm,Iy �V—< OY m �( uOV 00' S..M '-lout— — X E' 01 GqCa`y�ma°{tl�l �� dFLos .49 _03 Gy� VeaY Y°M CQ° o0 5°tl� BOFCti,'P$�'°a a "doom 3>e»s�mpao �V p 5 O -�Ymga>a soo8me 8'�4j „o�5�L E.5.d mco o° ovo mros .: u V rPr RQ~OI-I gQ Q ^ Yffi u".C mCa otl g mav50uo �� XY V" EB13°��' $ goy m�amvY'455 a �w a ° va o IF 8 ^O o0 �g g o Eao oxu'a eu 5 $ °OCpmgu E �.._ w`�« �>'m o. Vn .0-f L,o E''9ev88g..d.T 0g '2o ,c aot m—o3oEvm.�5E 200-6_mL�L E $ Ew TCY L uL�a — a g cmgo>� L Lg mho u.°."Q m of noV > domaUl °$ m YJ $LP5 °T V�Q T c EaY U_abm — U > to T: ' uqm oy'�F yG Ju0_ i VH==m 04 O m m m�F CIm��YY—OP VC>>>VVL�FF V O Yy>V.. u o 9' E E n a V m Q m tl E m 3 v no a m Y. Y V a Y! 5 .^n w v .F+ F P E. m V° _' m Ln LO I _ e�..≤m5 3;L �cm x5b�uc mm= -0 <um5�= emcb Fea�ap N V m.IQ—.. um uVL� ma9vU mTUK Lmm� LOF%OV VmxV oY� O L YO., V L C V V V L— 30 V p!$ O� F o V L m V L 0 D C a O 0 C m 0 m dti5F84UY 3un.cD yCmt9�L d5 LoE OLgs u F0 nE ` dVL D a 6 C�a m V mO Y m� u_ E aV yY OLV 70 OL5F out mo d. -.m i e� 5Yu_ dauLc d 5poo_D m CJgmmn mo_ ad L 8 m Pp05C50EU� CTmUu .. 00�aEt VOmL caCNZyE Oa02 a 4L— m D CLJ tq=o�mm mL—NJ o�onY TTGBoa°a�as u.^c.ue V.J'°� oY 90 ur. occY=B c€w cmoou Ea=tl= o s c V Pte L 5 5 V Mc t Y _ L m= >I L O m C -I-fl a V •J a qm C U L V❑ d On m Y Y uuGy]�_« ,a,c mFiq _ UuUm _muE m.mi a�-�-Fi mJV gOmm CE0t 1--u�ya qu�wm ♦ m m °CV gQF QKO du O F -u _p <d^Cs VLm ^�mG GLmVm0 .� b— Jq a p L VLJc�domC mYLY V 0•J q °G6Gd_'o y,. c a j., 0 .ai aY. a1a0 �YGVm< �H mti VYJ G yt{� DY"NoJ mL Vm^ gdtl JL mm—mL�1-LO m 0n dvv 4 C D app m m� m dC Yd=L 0 E= O m q V L o 0 d L m.. m c n v E d S m V V C Y_ y m O m C O O V C V b m.� G -a O D (� >` a. Q ��m FL�Vm—Vgn_V L�r)� V> • �m�nOEm_EOE EmV1' qdL=.am r. m.°im E —m >.v �IJ Di�0 G' a L U E> -�: G a 4 2 m L Q u° o_L•Hpl.f!} o< m— uv Ym L=o% -.v cum .. c o S—_— 0 ° cm um Oi n m9 E c -E°` no. o mt o -.uoYm 9 u 8tm r <S c. -EL pp �" '�. _ECDym E"CiY 0L — >d F_o E•i J•C� O0 n. O —m S_Ybnm `-V LLOv t; U.. a .. OmdJ bCDE C ms:cy �_. : -' ", oV,v C'C ny c cL CU< m >m ,.0 u dmv .. .. yn Lp n=5p Vnm udK— a u—--oC—_c d..v ce'• p_,. T Q• C Y g 2 0 0 n N T d 4 y J V e V d C Ym aV. V c' T T m n p m L u U �. • J m a Un & c mLEC uY bo 0 —.'v ma om d E o FE•-d -C 4) 3a0t c '- v r.Jv m LgJ�Gvdoo—Lv4o dE°!d- dt. c�y•� m"oH" Ur - o.. �ov> d50-4C� YO oC�notJ mbi�—.- L=:4c �?i r.onoctt_ n. PnF m, ur5iG L°c gr caadEm S; '.;b �o�n _L_L 000.-CCoc2�r".. �� I°ci n 13 Q N . > W r. w d d S N ^ W S Q T r Y a ^, a p S N - N 4 la , N I, W C) L l) ry al % J Y - V- d 0 Q N 9 L u" U d - V L a Y m J d .-1 u ci J Q �1/�O 4 • V V m Q o'In. n M J U r Y p Q .J 4 '4 l. L q W K _O O Y 'a O N W U^ i1� n 6 a d Vl a- 4- a ` o W C Wtti-- Vo .Ow J Y 2 Il >n 9 �na V _O V a 0 2 9 J S C. O> tO L 11N Y p J J ri Ol y Y> t L �• S< Hp ON Or S. 7 C V E> V4Y. • 0s. C— m sC J • cn L p d Y • p pEJ X _CJY\.C N Y O.c U y S C C a V J R d) H O N Q • - • N • .'. O C• i r d• ,y • O • 5 d o 4c • .-, I L 4 V ` a Y M O • G m (() > ~ O. O >, J V 4 l B O LL Y �d ~HOI CV V V a V`. 1J OJ •� VC fl o • I o f. c v S O oa 'w� to Y O �am W t0]l.1 y�` 1'.IYl uCYn 00f Ol W W W n y V p> y '•' O 4 G 6 6 N E L F i 4 u a in j -,.-,-'-WI .V1(( O V al.- O p `J•J' O N p .a r LG Cm vi.yC mm=m^m0O udm S.9 o.9a Ca y �� ACCC�d aY O pVpp A CYp mk"M�mcc mY5 .J- CV5 mar AA fi ddd s y ry= of}Q� - cu L m5u�$w uo 0duy E.dC� '�'� 9 cs «ap' EM m0 s.C osG S'L �B:9 Y 144 Y uo may �5 sQ52 =3 om °'S'wqV d �q� .dc��' Q. unm'~o mE3 Yao C •y 50 oy dy y mo V E0 d�e C� Ge • A E- m "O.+a oC V d F�O'Aa E `d'� s „>.y O. o-20Cy up E`tu 3 o uo om E 2d.0 Y— 1m. od ^ y E �C V.+o V.di5mdm^mC 0.0 iO. V:.l m� 0AS fig E Ju EF;O V dNJD uSQ�csAmm>SE co °m R' do yru umo s— i. d V E V u y m O F •V> >ac j n S` �' > 9 O c y 0 L V c d= o -o s d m m o uE m ti m.O tl x m d V V O m 0 — A J p o m o ` 'J '9 C .9 V G N U s d K y Pd�m•.Y T g p _ O ap o.'1 s.: sG a d CypomLm �9 p0 ^ A m OCtJ m um q d� iI V Co I.G �GdO m yq .d C `.EA.20d N Js VY �Vmp5 .... �. ,,,Gdo L'.ppMi.' Om 'ti e.d, pi�EAm'11 uu y Qi �ao `Ca C, 3>vmw oS1.3°°u'aoo '°� Ewavv V5 >ar"i �'.Oy m9 tN >Yoy5 59 Y'yraanKmn md_. ."y'C YG-�.�dm o.Y UJ'' otota _C V Y OI a' L ri Y O V V E e`mn�n�:s�m�t"�SEcm��E: a�gd�y3°u'o r'N^ma ua Lt2iEL QVmr+� mya Yot_o-ymL L G ~dJ m L L dma 5Qa m mQQ V (..'.'m d�37 OrJWc(jC a Y J Y > q . V c" cue xO_000c?mm°ceowoo n — k oyEx"ronxnNEns..cavtL oxsEv EEn Et3V5 `d Su G J J> y M n t.;.ocym�va-'�om C. -v _5VV uou�VCJ oE cN 5 mos F,on -oay EEo z' cmS�cc ay A"UCO C pV ssrxmm O —cc J oCV _CM —O 95 VmG.Co C^WOtL m� d �mL OP m oo... c� dE moxdV dVL m'Y° m oa od„nmL fpm m m u.V, uaL UL ' e �Ic^� m co�m e D O o o U O V L O J • V 1+ U L L L (] ' 9 V E �' CO b O m J.a'-`mC E 6V EV$mV Vm u —V VJ pyy VCTm==O_.. m m P >L —Co y JmC— <cu Jc�v—cow P .,.c u aDcE mm_ mG7md '�c >,Emucd^'t 0.. F o[m,"❑ V L"V[-V CUuA mJ C W�VO UJOmJ'._ OV pO Cr•�7C ��a C'OGV L— FL [LJ%Op m C_ O C O W m _ .aE3 a Y L m m J d >, L o G 1-" D C G L .-' p a'C'.-. ,.. m v 9 V >—t, 4 V Ty V 4> V> m O " m 7 m V_p .. v ¢f L V L L 9• m E V D m o O_ d T J L_ T C m E O c s O UU �' .1 u >, m L 0 N m d• N m Yl O a d V J L V f J P a— d ✓i �.. Q O Y yU. dLd LdCE7 Y f(ca .U.'= Oa pmd`au cym� u:c ud do Pc °'9 � yG pct c., owe E d A E- T r 4.L i m V a V u= I Im. N J ., p L d y V ai J L C p a d m V G> J ~ at d T C CCAL a L C O .. "C> ., - S. a c d m m o p P n 6 7 V d G O m 6 < U 0 9u>IC' Gi ..cmmY 0 • 6>. o_me"ELc cu>.0 a- a. L o a, u V . Y— V _o C G .+ —y. L m u .. '] V L, m - E m'A' L ''o E" C. .. �• m • - U — m m — .. — m a, o •� c _ ru a • mpEu .. 3'J m pa m: mfJA cum Ems;, GUD 5->..:. SVL V7Cd r._C.iYV rE GG [v W Cv�V c -a) .'JUpI�V 4 mVy T d O L¢ `. L > L L a.. ,4 - ■U. d O d G— .. o m U E �- .a V u V 6. V a 6 O__ V O u „ . L .J Q F Cc v w nm • 0� v o - -4 - N ♦♦ n m V m -. ♦ v _ tea:. , if a O II OX ♦ n m X Cm m ♦ q❑ S <I u ♦ C F d d •J X, I •, a _ ILc,O en Udo 0 m llDi - d ZV K C-' WaC Ij-.s $> um .. P 03 o OK kM < 5 d Q 01 V m ' N J L h L m r our % U F OCR, . u O mo H V i a > >.- Z d N y� N QO L V V N T -. II 9 d C 5 0 O m t a o m 03E Y d NZJ n K •-O x o N E en d F 3 p >m F m O E O L'm m co ° o fJ l lV X _m 2 d V A I. I' N- 4 O C M N a C Q J X I. o I I I N O m 5.C I u V I O L c4J a o �° I I N%Nfr pJ ma ^ I o Q a a < < e S I4 J .. V <I jo a C' Q p V W m V n 4 L m Y I < ? ` W e ,0o o I I U JT I I e y e 14 o I n I I r q V I I I N K V 0s I I I I I 5' 9� I o od dd I a 2a iC. n„ .o r G ' a I sV O A a 2mm U u V E oY X V J A J a E o« O V O a O S Y J l0 y o. LL v m > pa a AC T « > A V O V H pVo j w 6 V O I.] C G v a y y m 3o o v c Wig: 7 a m m a 3 w a j o 6 J UI V J m V J E O m y CaC m 7 1 , m X • y - < cam. I u c x e d d E G c c m c O a % G m m 6 .- m 1 U vy K O V � W ^ � 6 o C i o m -c J S O n °ce a m U - ,d i N O 4 r o C .r S Z VV1111 .I C 0 0 - Li, x C, O v ' a �•7 .4 - A -A a n �>, �ci; 099; Cc, mc$EE bmb• L VamL„ V ✓ ,c,tiuytLiy tl• JmcA• C H.YY. a, •YY y V V (Jo., [FFVcooc n., Caolzo Vy O "aVFLo—yOnmuYbumuDL.' nt m>6nu l] r �.Li6wotli 'A,'w>, : "o oeaumv.CCC a��u�=YC y�ewoDySoA" nCa.❑ bug ti v e poF-'Lm m u c5scc ppv Lu uLd c o.,uQ sommu5 >,y — b m r.' 0>0 u y. c u tl o E c a— a m Y d x m c A J m m a m °1 -+ n c _u A o DyV1'VD.,E�c cX md.a 00VA Em^�aaOJ�Gp ALV`J—VC ^�9VAhfiC V L 'O b L tl, b Y 9 U F V G o f• J' 0 .v y u E a Y u V b O L E a c u a tl 6 L u o m— m _tl=a y- M1 V U •- V O G V V to y C E a i. m V V C J V V L N V y y b 6 V V y V m y m u d L r u p O m L n" n V m V c H m t a t V tl' V y V m ° °e�d 5" V O"tl..uv n — nmu H �ti ap, 0 °y NG Vv V 0Out�YsOt Yputl F"�s °'cLE l]5HtlO�y 3'y paH tl- m� o Uv mT Ys Ea, '°—ono mm s nbfZ"Z=pFmysp cI ci—Siy❑LE °uun H o6 d°H �u ° m- rcV,� V U e !• O V J C —° d a V y m V V O a V] Q V p U G'°� Y A 0 V C L O V m 6 E < •, r nC3y�ticu�d >,rpouat>xcL�am.Y°. C�uFp imi c«vEm,°cgqo 30Ey u3ru.L,5 p� n .°.a u y°m'u$ Cr V..OS3>VrHAC oCi n°<I•.Y Oy �VO0V5"rY VC°yMCCVVp.+•�0�5'C �: F 1 k `;J cEu�nvmcd sCE .cv n�o'ix O Cove Etl.,�aq°CF•t��m3s °v �a,o ti3vunas�=ddocm$+V"m3 CiH ouH H_ CI Cl L •.] M H V 5 Va.. Ei L' A o occ v°3vq Q ygsEtl°oatlo J,G YVUG c9 H L Ye Hm`�CEY O.. C �Sm":,�u..v�V VV_sm--°�'0V6YL'i mG OK6GS°u Eaa5cauV 00 VaUeN°EyEs0O, x0W ...�Va c CyQImDSUo�QCuay,J$$...��t u"a.�,yvia VVLVO OCQ.L, tl��' wom" VNG HCU�� rG4 D du Vty Du 0 6vuOF mOb04.c V as....,. a°c q'� Y`— V e °J HA�iL cW� W J` c9 m 1 Ham• O a Ot NU U U-- L-}}• ° L4C O !YJO—reEy 6uO�S��ASYLrD u:�442Mc 0. UcWV O EumpO i. �,Cmea yt YV •OY _ J C ° J L Y.°n a O S Vr• " A U r H 0 p— ° C T C Y E AHO«my G��:aadm 100 0" C•• V! 7 e.e W 5YCg1f�c m0 Dqv SVS ys p5 C•tlYV Y'w dVVOB ii>V tipamCHyv Y.a teu C .C H G v c n K7 E.c ovCet055aq vso u•c esic Eyor°CE .yinE$ys Vggmg a5W�s8 vO�HmF�m°�eq Y� F�c �2vSyx°mc° tivGOHcCl�5rV, a' :.mtiv2CGuu uV.y Eau II "l03 `]C •sv p e� -u'°o o825N;e°41 RPS UH R'9vqF�' $vG M.`�"Cb.o3 op�(m�p9 w 0.9 J.9 °mE5 pv V V,C 6Inf d cq Aa SA p °q V TyV. T. CE.:ti �Tiu $4fl C5yY°� ?q5 ���pEp�O2 jji0 OZ Q VY�`fp ci Cl i..2 O.i �O'cpK„°VTiH .. ° u01o93sG0a cL rdVvj Eoi.°$um 7'o Ld3AA5 sso $mmEocxy$c •04,0 k.6K... dyayvV 6 C V K$y0 U °gip ' 4C ywg y�w0.2;m=v GOc E -zoo II dL'Yi O� OCtl0C"m.m.G,y -E.55' • CS g$a�c�a� 2 Bcmmf+�3 cvtEog3�nE�njv$ 5as.occ4 va n p.x3 $YO Gn Z.raW Q�°iVurpV2a n}a"yyn o'�•$� cSg,2.°. j q:§ ��3�°= tlo^v �pr•zo c35!3r �yEiEjCe�o Vtl FIIN YY O Oy K�CY A g8Naiya���i 1 �1 5 mii5 Oa3^Co cIo r 5v NVt C a V2m0 L •is c athC bJ 5 UI C m5u LC„CYOJ".Vi5" I m I O GVAVOpC umdy ONO • — y Vd, Cl Op I r v ev�nos°aLuY�nUr N I yI. Em�yL yY tl�•�C1 r 0 c.Y'M'°.95AEaCcav� O S I U V o q C o 0W o U e y VVa'5 OQJiV A CluC pm V" LL .L-. D O a C Jq U D r ' C DN U A d eeEun .. my ]=n y V oFU y L _ V V p my 60 V m V i V O n N m D d< m- x c .'. a I o3E,a o �F ' >1 i v ti O I O G < m o 6 4l so p O K m P I.,J b J 9 L L N m a I Y G V C O C, V •� V C O D O c V p O a Z V E. - S C K ✓ n V a y O'-- V i C < C V V J 0 l b o -F cb rE u - io V I I c p7 c -, �a s �i a - L ti K O r I I .n i .. S M J y- l •we < .!' a 6 a f. .. L — T I 'O F J E F Li 'pau+d ao; VVln1.:a9na AQ qy 916ua11s lualeAlnba ;o La9waw pai n: av3 nu.y� „ P98 W1 5saI 1cu yyLualls 6ulpua9 P u11w lualeelnta Jo COlparity 1 3.OrJ 333333 S__ fMirt FYD O®® -flri i— fl u 8k7 'f 31 WI 3z OT do 401�Adn 9X6 L 21 6x6 ?JNLJVJSJ 3ZIS 9NI3ydS 01 d1l OL d0 01 d0 of df 01 ININIYYN 1N3h J '1N3h 133}) N3N3N1 !0 H10III 2)43W iC 9N1 yd5 CPA' (1911"VP JZIt —. (aelv9vns L 2) #Sd 21 • H X SL • ed V 3dA1 iXOS SiN3N3NI1103N H36HI: Nnw1N1N -- 9NIN0H9 H3N3N1 39N11 1'1-3 319V1 01 40 01 an S1 Cl 31 CI 01 9N10y4S (13h ZINON N3N3tl 30 H1d3C ' woo Cx".5 yC1 • L 5'Y CfLJLL Vqqqq L r • LYVmVYVO Y L 2jQYjtl 5ap Y y�J5y >: Q Sam e5 PY �oO�a •aXo C a �oyL�aF+�m�ru ti E O 0 Cl L -J��1^1..aYJmV'C OJY'. Y ^o'Y" F}3•�F+ r L"uu as pt VJ w 1' L :, Omu 09•a `d0 u °1 POF9 y"YV u C V I Y yy $✓ !p d F a0c n CC4u K > U GAS qFC a•'Cbem$C� p uCd3u�✓ UFF `F O U "YSd 9'eU IV.YE w .' G OF Lift U w YJ 3mun 6 F EFUP LOOVJ 5E 9ouV "J' V Y m .-1. ^ OI'r is yO c4 «EEm m yJ'' �" EY 2 wC.. v ECyEu J M m OJ m i r 'J V^ m .i t a B m 0 V U E V mV S oV Y UVbm Y 1a5SE Uc9 iI::h1i 9Y.aOl��ua-caaeo o17 yG Z.0o07 0pp$ 3 ^,}o�'�Y'J Yo>SiY qE r� Y fa$1 Oa' Or>o°�r'y y0'dM 3O9.i'AQ 9b�$� Ur^OsLOd5 soa•�yOP <.' J' C� Yre•m''1Y b{' W r"A e9e orr eso�^yF 00 �a.J X^y 11YUYG Jm C �5V{i Qa'-a Xoa °'.a3 ',6L, •, O,o o«.+mOO �'S $.: OtrU o ^.U. mJ un Y'm-+.F, .F.Fdm -.0 mOF .. of rO Xe.Obo 0.v ei 'O X✓ tl Me u uYFmO "mF F:a Y53J $J X '« JFJ EF4y.Y.w OW dNmF Y VYLU.N C. p�J✓ V Uo YJ`d Y 0 VF Y a UUFV"". ��oo cJa Y m Euu a m 4'd tl O Y p I L '. X .. F" E b b 0 O Y TY— v EHo Lbl.%OYTY OJOY tl ✓ 5 yJG it VdC✓ Y.]^9 Usn0P o'�— ��. n I gym. m m m m ZJ 4^ J and V Y a^ n ma,Y Y^ VJ V P `A'.�"ny HJ; myH V Y O V a U� 0i11 V Y OC D,OGa$� Ego ❑J O.m aOm ma Lu❑V— ^J>y 'yP G ✓-'OP✓✓FJ u,C u 2 5 L �F 9�m O ) a, u 0� 0aY. r$ 0.Y t �E0 11 �'•',' E�6.Fi n O.L OfO mP $ E o� o ELE, duP5Y3amJ 5 ✓o..a a.. d V �. c c a ?; C i cO ^L '] C ? u m • C. Y m F U V q t g$V do O O O O n.V u P O --. y U a U Y V t c V01 c` Lea, d ut t 'G r PE uo .J.o t i> u m Y3 uE O L V V ... .J= S.' J m p 4)'-bT> JV q u. K mTVV Vr S .' ,_ % VO 17J ., N V ✓ L a O W 4 K 4 '.. _..9 N y .-. V �. "a ^ p V G O C)— O Z m 0 i! — LVi L O d V -.C V V Y .+ a. u C S J >. V v .. .--. a' > e_ c a m� F. m� a 4. m T> a n J ` ms [ ).L✓ m0�. C dpi V K mV✓ c ra and :.. Uu [C3�L.— y c_.. m 4 V>Om IU rUaOJ E4 V 6a'm ^�>o UV VU m OP aVmL Lp qq -' LCh V 4 V '1 J y m 4 1. < C LT. Vy_ p 0_I— qm U > A qq U Y .� LA G J O Y J (1 •Y m g G m t I V L L d J J L m J Q L G m ' ^ a o V d m m p ' K Das1 C P>m a' 1; -Y e{ L C m; G PyuF v P>uG f-. F tiE f1 ��II -� E m `C pc J Y m c(y cc J m L r m 1 , .I m 4tl �. m NL m J m n LM l zjLUL l o;- l c�d:a a`b ��t L OCJ t L OVaL � a L a' 'Z < I.. fl Q L..O "J —- Q Lr f1 Q �`a Q u�a a; UG -C Oa. J E m a V L O J u '-.-.a 4)" i u r\ m m m e C' a' m "• a. 4 m� m m m O x m> k m a a m >. } �� %UCXX ye a�u� F `a XG T k X nX k.:C T`Lb m t �C:o a;L, G dm,n m_mn vae�p d�a -i rZ.mn md_a., vy�a'ru`f".. c:4)4 H• C 4 V l: V L` V T U V � Va a (: d V Y V L C u. L 4. -] K cc a m m C 6 d d _I o s 41 pJpp>a OTpll []+. Lta T'0u (yTp.� G.•G.] GAG L' L� .. �. :. ,>J mL QTa O O: VJ� Qi SV; V. - U)R)V. Sr<Q; 'ii Tm. r0 r1) to cun]— U: 0]�<ria J:.Z oC, •.. .. — n..m J n :4 e F- 2 t 03 N C C C flail C -I.2 If(BfR TRENCH SHTP :N= - lC NIMI,M T]HB{R PFgUII1 D4RTS SOIL TYPF 8 P - L1 B 8 [ :2 ;vl :2 ft. 5a[chazRei Dorm CF KneF aA OF ROSS RACES WA1gS uPRIGHTS TRFNCN BOSPARRING (FEET) W UP TO UP TO �T. yyEER'�II MAXIMUM ALLOWABLE BORIZONTAL SPACING PACIN) UP TO UP TO SPACING S12E SPACIIi (FEET) 4 6 9 12 15 (FEET) (IN) (FEET) C05E 2 X UP TO 6 416 416 6X6 616 616 5 618 5 2X6 UP TO TO 6X6 6x6 6x6 6X8 bx8 5 8x10 5 UP To IC 10 6X6 616 616 6x8 6X8 5 10110 5 216 Sc. UP TO 10 6 616 6X6 6I6 618 6X8 5 818 5 216 UP TO TO 8 6x8 618 618 818 818 5 10110 5 216 UP TO 15 S 10x12 5 216 See Note I UP TO 15 6 618 618 618 818 818 5 8110 5 3X6 IT TO To 8 8x8 818 818 818 8110 5 10X12 S 316 UP TO 20 10 8110 8xIC 8X10 8X10 10x10 5 12112 5 5x6 See Note 1 OVER 20 SEE POTE 1 • Mixed oak or equivalent with a bending strength not less than 850 pal. as Manufactured wbera of equivalent strength way by substituted for wood. TAME C-1.3 TIMBER TRENCH SHORING -- MININUH TIMBER REQUIRD(ENTS SOIL TYPE C P - 80 x R 22 psf (2 (t. Surcharge) a OF CROSS BRACES • UPRIGHTS TRENCH WHIZ. WIDTH OF TRENCX (FEET) (FEET) SPACING HAXIMUM ALLOWABLE HORIZONTAL SPACING UP TO UP 717 III TO UP TO UP TO SPACING SFZE SPACING FEET (FEET) 4 6 9 12 FEET IN.(FEET) CLOSE VP To 6 6X8 6X8 618 818 8X8 5 8XIO 5 216 UP TO TO 8 8X8 8IR 6X8 8x8 8X10 '. '0X12 S 2x6 UP TO 10 IC 8X10 8x10 8x10 8110 10%10 S 12X12 S 2%6 See hots I UP TO to 6 8x1 8IR 8X8 818 8110 5 10x12 5 UP TO 216 tG 8 8X10 8110 8X:0 8110 :0X10 5 1?112 5 2X6 See Note i See I Mote I UP TO IJ 6 8XIC 8,.0 8%10 8%]0 10%10 S 1],12 See See ;J vote I _ PP 1 I Sti NOlf 1 — _— Mnn.e O.f „ - - - ._. _ [ l...v:irr vtt[ v ry]I'{ [.. mph rn 1,.. z1.'. ''iv -Pmh [s n! PGu I` alr.r y "1i �.. �. ./..I iI tl l ..n m n 4, C C C D 0 J a O 0 O T (7 TABLE C-2.1 TIMBER TRIL_IH SHoRINi -- MINIMLM TIMEEP REQrIRRRNTS ≤,,^,1: TYPE A P - 25 X H t 72 psI (2 fr- Sutthatge) a DEPTH SIZE 4 • - OF CRCSS BRACES LPRICYIS NORIZ UICTH CF TRENCH r VERT. VERT. TRENCH MAXINU!1 ALLOUABLE HORIZONTAL SPACING SPACING UP 7t1 UP TO UP TO LP TO UP TO SPACING (FEET.) SIZE SPACING FEET (FEET) 4 6 (FEET) CLOSE 4 5 6 8 UP TO Not Not 6 414 4I4 614 4%4 4X6 4 Req'd P.eq'd 4X6 5 IJP TO hoC 1104 8 4X4 4X4 4X4 4X6 416 4 Req'd Regq d 4X8 TO UP TO 4X6 4X6 4X6 616 6%6 4 8X6 4 4X6 10 JP12 `O 416 4X6 4X6 616 6X6 4 818 4 4X6 4X4 414 6%4 6%6 6X6 4 Rq Sd Regsd 4110 10 8 UP TO 8 416 4X6 4k6 6X6 6X6 4 6X8 4 4X6 To :ir TO 10 6X6 6X6 6X6 6X6 6X6 4 8X8 4 4X8 1S P IO IT 6%6 6X6 6%b 6X6 6X6 4 8110 4 416 4110 iP TO 6 616 6X6 616 6X6 616 4 618 4 316 15 T TO 8 6X6 6X6 616 6X6 616 4 8X8 4 3X6 4112 TO IF TO 10 6X6 616 6X6 616 618 4 8%10 4 316 20 LW TO 12 6X6 6X6 616 6X8 618 6 8X12 4 316 4112 OVER zo SEE NOTE 1 • Douglas fir or equivalent with a bending strength not less than 1500 psi. •• Hanufactured members of equivalent strength may be substituted for wood. TAeLZ C22 T IEIB ER TRENCH SHORING - MINEMNf T1M8ER RE UIREHENTS SOIL :YPE R P - 45 X H • 72 a paf (2 ft. Surcharge) DEPTH OF 51 S4S AND rppccSPACING OF MET(eER5 •• FRENCH IIORi Z. HIDT OF TRCNCH FFETWA ES (FEET) SPACING UP TO UP I'0 UP to VERT. VUT. HAXIHUH A --"ABLE HORIZONIAL SPACING (FEET) 4 6 9 UP to UP I" SPACING SIZE SPACING 12 IS (FEET) FEET UP TO (111) CLOSE I 1 4 6 4X6 4X6 4x6 616 616 6 S 618 3x11 UP TO TO 8 4X6 416 bkb 6X6 6X6 UP to I S 8X8 5 1X8 to 10 4X6 416 616 6X6 6X8 Se 5 8X10 5 Note 1 UP TO — 10 6 6x6 6x6 6X6 6XE 6X8 LP TO — 5 8X8 5 3X6 4X10 TO 8 6X8 6x8 6X8 8X8 8X8 5 IP '0 16110 5 3X6 4X10 15 10 618 6X8 8x8 8X8 816 See 5 10112 5 3X6 4XIO Xote I Up TO — IS 6 618 6X8 6X8 6x8 EX8_ UP :U —' — — 5 8X10 5 4X6 TO 8 68 6XP +X9 SYP 9X8 5 UP TO — 10X.7 5 _Xe J 8X9 818 828 8X8 BX6 5 -- Ser IIX Il 5 416 - -- - CTER - 1 y1 SEE NOTI I ---1- - _ I' -' '"P • VIi VI.P t I:Pi TPA f.p nor Is "6a I,�ly 1 I J. .. in Irk\�A a' 1r '-,rI. . 418 1 1 4112 4x8 418 R\ aV _ c -j[.. JJ�.Ji °o EIl .) mOd O i •. OL.� i1 (.L [JL L_ a V aJ�mJ, QnGL O,• d.l mL ET r�:w9�m 'omu •ao{ c0z ° ..a am. o— YdL�,nd .dyu <�tlou9sJD md-i. T Gq O V at An 00> don �. m` dd_i dmEyt GLlJpu xqV o -.- 'mdv �+•vV c. OVUL X 9❑❑ G S. Y ❑ d D C ¢.c OCvm�b O�m n m�� �u 4Gt ofl-? " �iCmp�avo c nEm e=VaduFut.dma�Fa qq _ m.. ..L _ Lrc {6��v JCL ' a_rj .i CVJE00 p>O a OGu50EGc �dLVJmVVUmJgmHmO�dv. u m S n G Oua 'ynFs V V Q J r• N J L [. m» 3 L V e d n e. L d J O O S C i OmVOJ v`U ¢ OmV._n c�p V- [. £iD a.a �,Vt Pm_00-9 gVVda JmmuHa u •C 5= L•mJ It TJOnOm m T mm VC. TJ ._ D L' P. _gdLL^E C ...D VJcm TC' n k J V w a L n` L m -v V .. d Y J L .' G V O L r J d D d L J m V G —m J m V O a L 0 C U L V unViy V d U CY V V OL.Jv C d aJD Lmdd a V Um FV- utJ 1.. V J JH OLA TdV Oaa V� V L et a anbGny d..G d tG O°uV m— buYmQ V O V C °"alum EVL oWG;v Fa a E a V O X> E L tl a m u V u 0 m O C L V L O. i o L •± G d o J u L E d qtl. 0d4, ' J Cu Vddm Jm 2= Co oVGOHO aL mj OVA LoameiOco. V"SIv dV L.L+ Ca U 0 Ec:+L w UO—.pC decFv3 La' a udmmmOH oO EuF tlm V." V sFC�u END a9.� iVJO a VV dodoV JruVLJ T CmaF>� .fl C)'-. '° Jum V�uJVdu u4jcc uJ �Fm QO Lnrpnm3F'L•J.Li�.: auCy�s .a qu aa°tlE'�°oon aa.CmI'EDL JUuJ3aJH$E�m En E.,"mOEmF c>a. '.4 JOTL3 c men caJ GL m —p sc r omsa,x0 c tlE� ° CO TJ mu c' wm v EmJ�o oa'_au u^�-5� moF E'oE r>tl. .s .. Dr muJ a�u�•D n V V e. o r OVppO7 m G .. uJ0 a9;OmLr o 1 0 u F m«atlas o 2v E—�=o cy mm,3 mm 551E m9dvs3 uG3OtEaoo o „ o -Calm u . V tl o C10 ai sD �OV,.. LJmmVUL Ott.. 6'qG Ego^y.0i0 O Fanuum0UL,I mam LUL (VQUOVG Duo uau y -j >i J VOdW VO4JGJ.C VN Lmo a c -i ct^d.rFv0... - _t oIFEONaC TTdN �u Vm�FugovVO�a m TOLJ r...V O a— V .V..luc mDE OG mYaJu°VVauaCBtieV GOE LJHmdmOD.P aHOtlmM DaJC YNvJ OHWO�. _.J aru V tl a5D TStlmUJtlYm Li 'E'Mal OEO°v° d. �O—Lc a tl aW—�yt acov ".. V A V.. u.. . X: FI "CJ V O•C ma J Y1• •-ai�OL u0E° •..•O40v �V nFF t DEi JEy 5'o aJ s�ja s!>5.5 w«�mEEQetln�m`ovcco° us a°,s °0sta $cJ nL 5c�` ONV Qa,90 3c �maC^C-9 va °�F $N5.": E�E•"��od °Q,m dmoa J�,o mk. o.'+,udaom tlou=m.ogEmo �S �`o 4� o'c'a—mto$ °0ax'5o �EuQ mFa•E.tl.��re�mydn 4•a. m.—° Yv almEu,y EE0-sa EB OFV L 3 ai ou-D J ..o .y ;4 Lau « o.s FF um o«cryEmEv Laa—.: mcEa mo mn wws9aJa'm'gLq'e SSmF, o.L+`J5c ms2 "� C �.. 'ao>�i u Gu F er �... W.. mHdQ�-�"� 5 a C C a mFi ^V °y.Fi,im 00 ESE tl 0.i4 V��UI �y.:.C OtlF oVL1u�5 >[ Va M��ym 5 m- is C"11rT YQHG aG�a+cOy^a Q u >. x o cc �Cv aK a �JttpmV "iGVu �0 a.rGe -00 bdJ5'G'F'0 QS' 'qL'8 Orbm ^iex VXOv5,vDmffio lezo= pp a�i .aL °' V.,guupp <.9 :V �� F pggGvVoE od '� ua J'aa B p OTX 3V V� P tl y�s� E55 du m wFJO �SG"a.m5m '5,as�O�K�aLJL V1 0X0 9pcaam,c0 55 a, E0.e5 eCS �� txo N F502wE .._. 5 c o00 oe GYd3 a aL 1 rum of Fs� umgeuuu54 aSJ .. o VOOV Ga °caS'a8mg�.cq.—C:a>mem° ='5 ='� muE"mm ed ed vu ....' vE5 aa�I O V� ..y mO...a 5.DaL' 5.6 aLV Vm a Km ai 01. wy H -1 aK60 'aL^dyo$ u>`� KO QF mu OC Cu..w uTJ.r°.7 YtlCa�O'"[0� >«�uCL V €�V E'JT8"J'D �w al{utl V%VT.IaV uTL '5 V °V asS �.,ud coEDNov" �� m W" AZ JO' C5 Mmamom n>i oo acJoouuE'�E�os �- 23tiu LS'-a�5�=nxu po� m a zzQ VIc�JOGOJmyLLE �+ o5.Guo—LoxxVLH 9:2a OY d� 5Y uL]aC>.T-�E d..- ..S o WY om.°.'°amom O°dr° ��—a56>°S.ma r. m���"5 n«m n:i All IL oS �maq>adEmx°�yn . C'[Y Yy.�nJe rrr,,,,,,N.+a VVV<.-. •+ W Q G� Vuac" J r a eCO p EF Ou u . 9YGm� Y «r{��S.aSO�QiH YVY �J—JY MY J()Y B'J4N 'pooh 103 paln]Psgns aq Rem go9ualls lualenFba 1a saagmam palnpelnu.N ae Tod OOSI usgo ssal 10a quails 9ulouaq a g11n lualewlnba to all sei2no0 I I 131ON 33S 02 B3g0 I a_o as OZ I alo aas 810 Cl aas 9X9 S 2:X01 S OIX9 OIXB BXB 2X9 9X9 9 SI 0.1 An I alON aos aloqq SI aas 9X9 S ZIXZI S BXB 9XG 2X6 9X9 9X8 9 01 01 d0 9X9 S anal S 2X9 9X9 9x9 9x5 BX9 01 0.: dl elON aas 9X1 S ZIX01 S Vs BXB BY? 9X9 9xg 01 01 01 d0 9X9 S 01X01 S ex 9X9 Yxe 9X9 919 8 0. Cl d9 9Xh 6 BX9 5 9%B 9x9 9Xo 9x9 ' 9xS 9 350'1] 3333 T+ 1333 SI Il 6 " 01 dfl > :1333) Ili a 3; 9N1-3vdS 3215 9NIJYLS,CJ d0 01 dC P. du G] d5 01 er. 991 J4 d5 (13111 ONI]vdS 1Y14021 d0x 3'19 vryullY ..P161YYN J 93n 7>-'{( \19. jo i10 IBOH N]C3B: S1N9]hd0 a e sptl 30 _ _ —__ •• 3a�ac -7t4c „'�`Ti5S-'3.'ic—_ _ - . __ x1530 Esc \1r.{4391.n Jla 9d.J $h:H -- -- ^rl 9.9^ % {di f Z • y Ji a T . N _q � 1 � . O 4 8 .. • ((fy Z : F. WEj ! [ L w . J V. y Y V �- .5[ -` 4y e{ c��IY . fI a e n _ _ V a �[ ! a J • _ J J u e -- a I- C O u C x Jo � J F- O! 7 F— • J Y ` � .0 < a . r IQ 7 { o !r z is wv' °+ e o Y� .. _ - O .5i u . : LL.[ y - Yu e a V U vo o mhSY P.c c C EKOP nti O L L d^ [. -'m ^L T•�.>. •' oT V _G WV M u d� {6� u m .CiS+ `vC�dvm9aU$. mP OJ E rq tLirO� V. m D 0.o d V 9Vmm ^� O u qq m .-] pG} d a 5 U m m n 6 .Vi d r. u N d 'U 4� o. 5m.S4v SJ.rVJ YEE�C4C Ly.^�'{.G > vc .+Oai G`Y G a. 5� C��+� mO u Ea � yO^ C E G .� [: ^J YJ d c .O f� m d m V Cu C L -•SO V.. Ga Lcx E Y• 0 cd4m❑n.Yy Cd P L 1 dm r,dL23 om5�a,L^�E3�ma •°, �dcu v �comu jti-'.aea.L. C{1O p ddV O aC V o d 6 a]f d4 V .a v V « m m h T J> L d p1 J L -y m O L ✓ m L b d m T p n '� J O ].1 tl n Y(U O J d ^ d 6 u O PC G�OL.J+u'O dm V" -65P m OiJ�Ln6p:J�dLO mjm05.-.L GYO U QV � c e•V m�55 Fd>pJ V"j'��m a�N C Lnc a$P` 5 e E.^T.•45v5Tm x m vc V-/>o.:-:° n. —A nE�uso5 E5 o.4,vo.VV]� Qoc]_$mn«.d.5C C d ac]o tt om 5 O .] qb5_ {{��s.a �m�U]:s �..��. o- O wE.4id a9 ao r..�^ Lsm OY Ta�•6c W"msmEuc v Om d L .X9jr"'°dfj A:� c��d�u'•.��%�"����%Soc7c'— op�--tioban mo ..tiaOW«�vC4E ^.... O A �. ; m[[V11 aC. m y^ p E V v .. —$ E -. d d a s S. L ./ p —e �Ocnn .oucM>`T.O^ d KL..5g od K[..a�$u['td P.O—Vis peLw oVj� d'O.•. duO C uu n3PT OPOdC dOP—C Vuucv_LO�Ecv<".n �m o—a].d]m mv�❑ aT..000.. ^V°.l> %"�iY. Tom^'uq.V. ❑T�.. �.. ❑0.....L nE . O Cv d F q.! W p 3. O d !Y O a E u❑ a E u a u E V E d a P E . .a.. p v V C 04J .. 0.. c'ttli •�• F u avG�i1auiTo tl o9'—'Ou oo �.�] NC O m�oL V V O 9"O tl�11 p 6u> m uupp�d V"'u v ] G6^ d L—�y n9 6s500 yC_C^ pNmvmC Yspd Om ��ymi �mN w3 NTC.a T T.1t'9���J 0d S � 0 F L L v�>^ onmc uo �n o$d nm.v3 V d f u-`�m o cO9-1'ouOv o" ¢t�LOUO S dmd6 Oi`m •VLYa .a do {Q E«o a V1. m uotlPn .]dod m uQ ECamd C c Q V) O m a v> V V O P✓ V m o m C a t` i m car.__,,W V w•u 5 V. ' OQEV'✓ O9.—' TDy mVJ [i+"LQO dCCJ VOUi aBELr m LO T.n'.1 O` Sco, .'`-4J _a VamJ¢ '�9µ uy BEd L>�E9L d [. u-d+`� (..^. `.! teey] m✓5v r❑C u'''_'e r.mi`-3Lao of and L �` .1 m .tl. ]. L c x r o r0 V.Li [c t ✓ c ..T .]_ CL6 J✓r -.✓ cy , mfr OV ✓GCVaV CI Ca m C- u —6 ^ P m V ' a. �°]' o a n n< o C f L L ✓ V E. " Y V C V U ti m V u D m c d Q` y V o a O d V .- O 9 v n 7 C< ... C V S tl V Q L J c_ o_ a7 i O V- ry y, y —"3 ¢ O—¢ m �� c 0 _ u w C p¢ G L r w :)C_ L✓ i. m ✓ < 4 o a a n o _ .. �- F a c C a J V> _. V r] .O 6 •" ^.9 Q m a C L 6 T O ° EL.e .a`iZ Ec E`o Oli; i.�eFa �r.ug`m r-�.c C C ¢] d i O C L' _ - - lJ i' — O ° Y a e _ . E C tl Y4�[. >.. �C.. ma` -°G E?e=>-'K�: ..Y-'" o✓.. u K } V V J V �".9 tl�— L_ v> Lm .+ m 6 y .. C L✓- V T Y .(C cv u u,0. (..<. 0.. n. n- `. ✓^] V+..W✓O rv0(/i m✓ L�= 6•iV rVCOVfI L_.. mV 3�LV V6 •fJd V9 [V JdL J.. ti, `V �tl6.+i VdD ✓VJ �r VJY]�G ytl..n EJ �..<OV Q>._'CL }} Vd' : , F'L`—'L1mU40KI]Pv.. "TO VJY]g6a N P l. � Ca �. �.. �d1 lvP�YIU—. ['m>m.O¢ TABLED -II C ALUMINUM HYDRAULIC SHORING VERTICAL SHORES FOR SOI L TYPE A HYDR AUIJC CYLINDERS P WIDTH OF TRENCH 0 DEPTH MAXIMUM MAXIMUM OF HORIZONTAL VERTICAL TRENCH SPACING SPACING UP TO 8 OVERSUP UP OVER 12 UP TO12 TO15 (FEE n (FEET) (FEET) OVER 5 UPTO 8 i 10 OVER 10 8 4 2INCH I 2INCH 3INCH UP TO F D1AME'IER I DIAMETER DIAMET?R •o •15 NOTE (2) en OVER (1 A 15 7 I I? UP TO I I< 20 < v OVER 20 NOTE() Footnotes to ub1u, and general notes on hydraulic shoring. are found in Appendix D. Item (g) IM Note (1): Sec Appendix D. Item (g) (I) Note (2) See Appendix D, Item (g) (2) o TABLED -1.2 9 ALUMINUM HYDRAULIC SHORING c VERTICAL SHORES v FOR SOIL TYPE B 3 HYDRAULIC CYLINDERS n 'Si WIDTH OFTRENCTI (FEEL] a DEPTH MAXIMUM MAXIMUM OF HORIZONTAL I VERTICAL TRENCH SPACING SPACING UPTOS OVER 8 UP OVER 12 LIP a T012 T015 (FEET) (FEET) (FEET) o OVER 5 D UP TO 3 10 OVER I Io 10 v 6.5 4 1 MCH 2INCH I 3 [NCH o Ii VP TO I I I IAMETER DIAMETER I DIAMLTEk — —. NOTE(2) Oyrh 1 IIJ C v I WIa0[cs IU:at-Ics. and gcx:ai mu, son FyJfaulic shr-in. .ur lourd n App'r. 1 • U. :Irni har 11; Scc Appcnd,x1) Ilrm(g)(.) a El Li FI TABLED -13 Al UMINUM HYDRAULICSIIORIN4J WALER SYSTEMS FOR SOIL TYPE B • WAIFS HYDRAULIC CYIJNDFRS nt4HIRIIPIUGIIR DEPTH — ----------- -- WIDTH or TRENCH (FEET) MAXNORs2SF ACING (ON CTNIFR) __ OF TRENCH VERTICAL IPPACING sumON MODULUS UP TOS OVER8UP7O 12 OVER I2 UP TOIS <jjr in -}FT HORR CYLJNDER HORR CYUNDER HOR2 cYUHDOt (FEET) 1(FEET) (IN') SPACING DIAMLItJC SPACING DIAMETER SPACING DIAMETER OVER 5 up:o 35 4 7.0 80 21N 80 21N N2 8.0 90 31N I I 31N --- - 31.12. ] 9.0 21N I 90 21N NOTE(2): 10 14.0 1 12.0 31N 120 31N 120 31N 21N F OVER 35 6.0 2IN 60 NOTE 2 6.0 3IN 10 UP TO 4 70 80 3114 8.0 3IN 80 3IN 3x12 - - --- 15 MC ]00 31N 100 31N 10.0 3IN 2OVER 3.5 55 ! 2111 5} NOllj1 5.5 3IN 6.0 3IN 60 3IN 60 3IN 15 UP TD 4 70 3x12 • 20 140 90 3IN 90 31N 9.0 3lh OVER 20 NOTE (1) Footnotes to tables, and general totes on 6}draul'e shonng, arc found in Appendix D. Item (g) Motu II) See Appcndx D. nen•(g)(I) Notes 12)- Sec Append.a D. Item (g) (2) Consult product manufaclurcrandlor qualired rngincec for Seulon Modulus of available wales. WAIFS DEPTIA OF AT]C AL SECTION TABLED 14 ALUMINUM HYDRAULIC SHORING WALER SYSTEMS FOR SOIL TYPE C HYDRAULIC CYIJNDE.RS WIDTH OF TRENCH (FEEL) UP T08 TRENCH SPACING MODULUS 4ORV CYLINE (FEET; (I -Urn (IN') SPACING DIAMBI OVER 35 60 2114 5 4 70 65 21N IiP TO 10 a rl C' C 0 a 0 0 nMBEA ul'fuGrrs 1 AA). N(NNL SPACING � (ONCEN111t) OVER8 UP TOI2 OVER I2 UP TO I5 2FT 3FT. n T FVORIL. K'YLINIaFJ] HORIL KYI-fNOFJi a SPACING 1.'IAMETFR SPACING DIAW__ I S 60 21N NOTE 2 60 3IN w 21N 65 NOTT(2) 65 31N 312 --- > 140 10.0 UN 10.0 JEW 10.0 3IN 21N OVFR 35 1 40 21N 40 •NOTE 2) 40 3I\ 55 55 UN55 h LPTO 4 70 3IN JIN 3x12 •? l4 L• { 8J UN 80 UN 80 3:N iN OVER ?5 35 2:N 35 NOTE(2) 35 31N 1 0 1 ;0 31h' `0 IIV `0 ''. I 2,I _I _ 1.0 :Iti CC il\ I r, I, I 'IN _ C CVFR:9 ! �I,a 11: c I Y]I,lIr\ IO i.]F,I x. �n•11'In :aI nl]I,] \P I'd 1.L i' 11 • \x' .{•T f•\L61i Ir A;;rnd:r P I rT It`) NMrsll) ,cc Ap1wi iI+IS tc in(FII:I NaI15 (2) Sec AF{ -r1 r.? heir )(: _ Cn ' ]nsu I IF(J I L, IInn IJ, a r- ]NLJI nI a i,hr•I rn[InSifrer let VInr$,,,I IIs�+: \ III.•, r '� air• r. I�( f /yT -i C. Y L V Co Y V r I 1 1 V M W O J tc T 7 00 I,4 Y Q O S -J rr C1 2-2 U + O H - 0 r-1 —z o N 7 \L W S ] le ? y. T a -I I VIn G E i U A. p Il__.-LL_••_jjAjA� J " N Ic S J �Lftln f _ +bl of <u I y • 1 6 f�- x — t) S - I L h < x ,I J Oct S w p [z. V] >t' — col Q U- 6I d TL S 1' Y• A 0 U • p + N u r 4 uv Cl 0 .4 ] V J ' N .. N O p 0 N. L C. - 0'n N N s uP 4 W C m 4 - C O C.I'I-�.7 F w Y L ] ... U y. u Y 0440•-S •+ W a0 V C^ W •J M y r Y C A Q .00 4H V V Y OY U u u U p .j0 CU 4 Y4 +m0 C If '• G U N Q M O Y O a OF r E L O u . u N E Z •.4 40J • .r L< L Cr F • 1 Li L (1 CO V 9 •C C 01 C V j ) V O )C4 u ')C T a p ..... Si... QA Y pJ O •+•-. V W fV V V M rfv V 4 e W O 0. .-..c V • ^ V C 6 C' o_ Y C P u 9 9 C a L M CV O' -_<_n O•+OU)-•'-u•CC. -.•O' u u N e O u Cl V V o u N C V 4 I. e (yN V u PN V Y. -r m W C O •C I- O .O CO 4 444, « •Y CCC 4 Cu N 09 N P4 N P IE CO K C o. P 4 C P Y C Y P Y O V C W O O •+ 4 m 'a,4 9 Q - M u 4 V [IYI�Y/YM n• r1r C i. u f Y i \. u U V ]Oc O 52° C-.. I 9 o V u r O 9'5 m m m Co.. C -.. O V V -.. -o m s5� m r a ... G y Y 5)4, W F 4 m o u- N La Q 4O q u W 4 C m C J' 2 0- O oil U YW' " O r+ d 9 U L 0. d C u V E I V 4 4 d '-• •x L j, .... G D O O V I • p +Q G d )) LW W� q j u - y m C] C d T V V JO W L O1. O m K d -a-.-- Q. m) V b q q 1.. V u T d N ] '/ i d..4 ° Li ' L L a)C - I- V O• 4I d [Q q ry h o d x •+ L J E5 m L L> m m 71 m fl OF 5 v� .— __ ' .� O px I q N U tic r. teeC S ( a NL I o u , 6 -' fl...- m G Ju p c a p - ..O o X51 I- . O Q r YV K V ' •• I _ N a I I C U -- o .A jr J C.iA' s. c w, .. my VY 1. L` — ❑ A•- w .o o�S L" . v ., c F Wy— Lp LOLa v U 4 u o a t o oL coo o G —-.on. S' mL d m" aLi o yo 0s 3 o m n ci P m 0> N 6 �. 5 .. G .- °u' v V �: m d a O d L U •-. d f' k G .C u'p' m /�i V _ w p L a E ) d 0 O L W V u +a m, p 0 m OJ• y o2' O L as D G N :; . > L J m, L�uyy yu Qj9 Eo�u F0oOa d c po`o LpJ^)^ aCDc fa�iiov qqa�°y' d0 � °i -� .:) OuW T'O ET OG 00 OF V 7'6 GF �0G0y v -y 9^ uumGG 0eo X" qqyF* uL ., :�GGu3'C m L'O +�GL•a� a.G 6�i. RN �OmmC U'0 'C :i padjjt p Hm^ O V �H dEOU MN1)' C,� aY. .C L%'yad VyJ mNm Oy'O'AH LNy m LmmC �'4�j004V UH .piC��.Ci✓u"E ^a V ftlJ maw G G as L'6y� m Q.aO moo" m ENL ud i"'uL Om mOm0mF [awPot Oy i Mao u% Hd` yU�upu"aC m V- CC) O a'O C ' t 0t.ELTj'aOmp YLr6Hv p1 m O'r am•N—LLa� L pU mtam a C PU �5 r[anop yP aYU m VLmO - m V udw40laY y9'F"' y�mOm"ST�jJ yGo UL �PLm ifL Pa.G Lmy~tl otnoCw mm '-C)ay mN.aaD �4o°Coy"v°u)Wo b pd m'dy Lpv Lw d~Tom A000 a m �yL — uuwoaot'�°° apJu'� ....o �Y wFCL �P S .� �.7' L tl F O m W tlE g5 L�a �. m.WLL0�a.p ^� - U0W� "04oAA M E a8a mm���ama3„�c o yap V 0.. 1'!U� V W'. qqp p �aa� mPa b �^NN Cl al0 ra- M� W4s 06[—Y���N N� Ldp LCE H J dd�v `"�'LOarDF �maON d Ld m.C �m.� m o 0��_a, m acPCa c0 tro n.o H H m L E p OU E. as u> uu LUOm pa0uv 0 [ 00 LL.E 'Lunt Lao no ay m m u C y p Um≤a�. /E�!'Ey'm v C PuF9 aW" WL "G C gym! " .�iOFG mwm CCU c Aci .0 .La °�d W i) 6 �r y0y^^a C aLy wmu .C a P a^ [ '�" immmU 0 V m0 5aW W H.rU vN a V aOadmV M 00 umpaUm L a"a O �L Ba• ro�� v _mH t)F o °) u COe1tA .. �; {{.. G OVid ••VVa a0 S FaOL uL9L VG.Naia mG .y my Op003 t0 -FV O L3 GL a guto VN a m LL^ o W. p.m.> ppp �., n'mm m ctj H 4 A —C. a . �., ;�xma-m .. mm 3�+L.a ,o 3.., o V9 a0,0 ra+a�a_m pC E'� .o0).c' 7 c≤mvCac�m' 7 m �c �,'!v[ow,C o-Q� aLLP.p.,� .+Gm 9m .FaFHw L arco" ��Fi LLo GC U mdd .:n m o��mLi0QL0!Y �E uF.Fay otqgmYv �,a.V LVo CAdE LaVQ .F -+F [ O �ON " e tl TFOp-yiv tiu m pG L U E.c .., O L F 0) m a LEo� 0•py�v R d,H., .°) JCw maG., NC E'91 a�jL �*i c�aO um Lnm -a •i•�_H as Cmaa7m�� R.4 t�l�G✓Fi HHL P o� a$ RaE wu a06 tlCmo LWd OEw uwOU ria "U u„„ 4agV LLF Cm O 'OHya' n " O Rl LRJ p m GP G ONa3 �'•.raLH m VFU9 L iLd Ea I i°U&nti V "m 4"'i�5�O y�TE Xtapp�oP °� OP' H ymbHo-d 0a) L¢)O�wp0 00 E� 4p u 0 LdGmaa aOt7 a'o + W-0 OL L OFP c I u Y o a W L O� d E H •O I. H L y� O G m 1+ x W L tl 2 myy V r o y Qno OJG LO'y�0a.q V❑L' �. rim -,Las W...y a YmLE tlm5 5p�, n[ " 1. U a� ..� O .+ y .-, r' 0 P EO'4 m 4 m OE m `N �!qq u •C m t a9di�.7tiH pp V o a omy T5 Y. C>O oG� .F.a G"' a00 T"yC V H O g 0" °� 0 U U. o c G H a L y o 4 A 1. o `i% o `4 .~n H L L'o u °'.° ❑ _ n ti L a o a"oym0'�[maEa tlo_�v Em0it HO �i mm mro.�0 .0 LE L TO.. tirrw-.L^•o aO m.. w.-. ..m�L.-. E EEVWV. N ti �"O "• Mlv �O L. YV �L a��E �.CaE rC yc+=WN NWOV amPv�o>OGvL uala L�I..m00 O Cam. t occ u m .YVV a Tm JLv :Cu1O m%d a a a:FEYO a au Uo>mn .t m maEam.V O.. -.w+ .satV C I v v H V C) E F v n ? L m w V E L m 0 0 m C U m C u m O L o P 0.-I m .. C V O m V y m • -N m V O L .+ I...-4 L L-.4 T 4 0.-I {J u C J.N W ._4C .N .4O) u q- -.-1C%' 2 V O Q U J W J W ✓ q J.N .— J W[ m ✓ y -N m 00 m M V V - O 0C T 4 Q --. O C P u M C J C m m a,-, C.L. m q -. 00 WV 'N E-- L - 1-. M C t L' m u m y 3 .- -....• m v v¢ m .-. •� C o o a L o L L L v r- 003 m O V O- .c V u C V u O m U v V V W v ;A 'r1 'N -. j. N 4) f[ N ..4 .fl O N 0. O L u O L V L f. m m - L L u L L T 6 -N ¢ a W 0 3 a. m j m a m 3 oar z. w W u p .0_c m ow ..-%-- u 4 6' 030 m u¢ L - C m .-. v .+ 1- V C Li- -1W ry —o () q v D d C 4 - U v u .+ L ry .-' m 2_C ') ._. •• N¢ O v 0 L CO Z 010 W M a r< V .i m m m u r' .• a - H CC) dl-. 0 000 C U u a' 0 P' ✓ u ¢ -N 030 C m E E 0'- •- v L Os- .+ V O C¢'.. O -N J T--. -N V .� L.' . E 4 0- m -- u N V u V N ✓ f m u N V O u V N C EC L f0 nC j' Cr, n N n nN U n .n J Y. 6 h U L 0• ^ CC) ., m DL 0' -.. O •O 4 - O 'O m L O W% L m C 1' • V - C - V, m . -. N V .4) CC) YL ^Cvt •Oti0L .OJNy .O JD6 C m.Nu n C --SW C a e n N C V ^ i) N m 0c m fl o) O L m -.. f O. N m C m C O' Q O a. 0.C T C T W (f m (A ) J J C' _. Q. .- E-- '-1 Al-) 4. — •I _C m m iYr [O_.<.- Ui U- I - V 4