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