Loading...
HomeMy WebLinkAbout1977 CITY OF I)ENTON TEXAS DENTON MUNICIPAL AIRPORT AIRPORT IMPROVEHLNTS - PHASE I RFLOCATIO41 OF F.M. 1515 CHANGE ORDER NO. 1 December 28, 1917 i I INTENT OF CHANGE ODDER i The intent of this Change Order is to modify the provisions of the contract entered into by the City o2 Denton and Crookham 6 Vessels, Inc., Post Offica Box 1088, Sherman, Texas 75090, for the construction of Denton Municipal Airport Improvements Phase-I, Relocation of F,M. 1515, dated October il, 19779 } DESCRIPTIPN OF CHANGE' A, On Sheat No. 2 of the plans, the Contractor shall construct 2-4" P.V.C. or galvanized conduit under the proposed roadway at the centerline A extended of the North'/South runway. The conduit shall be constructed,ir an elevation 24 inches below natural ground and shall extend 5 feetbeyond the proposed fence oq-cither side of the roadway. 8. On Sheet No, 3A of' the plans,, 'the Contractor shall. raistruct an ` additional 2-24" X 32 Linear Foot, Class III RCP adjacent to the proposed 2-24" X 32 Linear Foot RCP. C. On Sheet No, 3A of the plane, b aween Station 19+50 and 30+30, change the profile grade of F,M. 1515. D, Under Items 11 and 12, Class A Wirr, Fence with Wood Poets and Class 8 wive Fence with Wood Post, the Contractop may substitute Classes C ai+-! D, Wire Vince vith'Steel Posts provided all provisions of the FAA apecificotions are adhered to. III. EVFECT OF CHANCE The effect of the changes outlined abnve shall be as followes 1'tem ' Number DescriDtiOp uantit Unit Q - x Unit Pzica vount CHAS A 18A 4 ineiii:PVC or +120 i..F. Oalvanised Conduit $ 500'00 500.00 Sub Total $300.00 N Item Unit Number Description antic Unit Price Amoank C}IANGE S 1 Unclassified Excav. +50 C.Y. 2150 125.00 7 2-24" RCP, Class 111 +32 L.F. 24.04 769,28 9 Reinforced Concrete +1,72 C.Y. 350.00 602,00 Headwalls Sub 'total $165, at CHANGE C 19A Compacted Emban'ranent +1100 C.Y. 1155.00 .M Sub Total 01153•;00 CHANCE D No Effect Total•Nat Change Order No'.1` (Add) •$3,151,26 Original Contract Amount $68,641.67 Change Order No, 1 $ 3,11,28 REVISED CONTRACT X40UNT $71,792,95 XV6 ACRE By the,signarures below of duty authorized' agents of the City of Benton and Crookham b Vessels, loc„ du hereby agree to append this Change Order No, 1, to the Original Contract between themselves dated October 11, 1917. Ef1TUN, TE?►A3 CROOKHAM 6 VESSELS, INC. CITY OP D Contractor By Date,, _ _ _ - - _---------.wry fY 5 ^ 1 P 17e t J2 1~• iy 1 CITY OF DENTON, TEXAS 1 DENTON'vIUNICLPAL AIRPORT AIRPORT IMPROVEME14TS PHASN I RELOCATION OF FM 1515 CHANGE ORDER NO, 2. l Mach 7, 1978 i 14 INTENT Or CHANCE ORDER The intent of this change order is to modify the provisions of the contract entered into by the City of Denton and Crookhar & Vessels, Ing., P,o3t Office Box 1088, Sherman, Texas, 75090, for the congtrutitioa of Denton Municipal, Airport Improvements, 1'shaso I, Relocatiu',► of FM 1515, dated October 11, 1977. Ii, DESCRIPTION OF CHANGE A. On Sheet No. 3A of thc, plans, the 4-2411 RCP (the origi- nal 2-24" RCP shown on the plans and the additional 2-24" RCP to be constructed under Change 13, Item 7 of Change Order No. I, dated December 28, 1977) shall be deleted and the following shall be constructed; 1. At Station 21+63 of relocated FM 1515 construct a single 24" RCP at the flow Iin%:, shown on the plane. A Type B headwall shall be constructed on each end of the culvert in accordance with the headwall detail sheet CH-118. 2. At Station 15+08 a 3-24" RCP culvert shall be con. structed and a headwall and concrete rlprap shall be constructed on each and of this culvert, 1 i 4W --FOR WP~ III, EFFECT OF CHANGE The effect of the changes outlined above shall be as follows: Item No. Description Quantity Unit Price Amount 7 2.24" RCP 32 LF $24.04 $-769.28 (Delete This Item) 713 2.24" RCP 32 LF $24.04 $.769.28 (Delete This Itern'~ 20A 24" RCP, Class 111 32 LF $15.00 $ 480.00 21A 3.241' RCP, Class III 38 LF $36, 00 $1368.00 I i 22A 6" Reinf. Conc. Riprap 100 5Y $16.00 1640.00 Total Net Change Order No, 2 $1909o44 Original Contract Amount $68, 641.67 Change Order No. 1 +3, 151, t8 Change Order No. 2 +1909.414 R VISED CONTRACT AMOUNT $73, 702.39 IV. EFFECT OF CHANGE ON CONTRACT TIME A total of ten (10) calendar days are added to the contract tune due to this change. V, AGREEMENT By the signatures belcnv of duly authorized agents of die City of Denton and Crookham & Vaesels, Inc. , they do hereby agree to append this Change Order No. 2 to the Original. Contract between them- selves dated October 11; 1971. i CROOKHAM & VESSELS. INC. CITY OF DE'NTON1 TEXAS --r.~►~.. r..r ter....-~..~... Contractor Owner B BY DATE - DATE --I r'"'7 b 77 77711,76 TFT CITY OF DENTON,TEXAS DENTCAN MUNICIPAL AIRPORT AMPORtr IMPROVEMENT'S PHASE I RELOCATION OF FM 1515 CNANGI; ORDER NO. 3 i June 1, 1978 i I, INTENT OF CHANCE ORDER The intent of this change order is to modify the provistoas of the cotitractentered intoby the Cityofbenton and kirookham&Vessels,Inc„ 1:oost Office Box 1088, Sherman, Texas, 75090, for the construction of Denton Municipal Airport Improvements, Ph:tsel, Relocation of FM 1515, AzIted October It, 1977. II, DESCRIPTION OF CHANGE At the tn~erseatton d the 3-24" RCP under 2elorated FM 1515 with the north and south fenced a special section of fence uras required within { the limits of the ditch. These apscial fe,tca sections (water gaps) were not included in the original plans, J III. EFFECT OF CHANGE The effect of the changes outlined above shall be as follows: Item J No. Description Quantity 'Unit nit Price Amount j 33A Water Cap 2 Ea. $100,00 $200, 00 Original Contract Amount $68o641,67 Change Order No. 1 +30151, 28 Change Order No. 2 +I p 909.44 Change Ordet No. 3 2110.00 REVISED C014TRACT AMOUNT $730902.39 I' IV, EFcr OF CHANCE ON CONTRACT TIME A total of one (l) calendar day is added Vo the contract time due to this change. V. AGREEMENT I•}y the signatures below, duly autforIzed agents of the City of 1 Denton ,'nd Crookham & Vessels, Inc,, do hereby agree to append this Change Order No, 3 to the original contract between themselves dated October 11, 1977. CR_ OOKHAM & VESSELS, INC. CITY OF DEDEN.'I ON, TEXAS ("o:-,tractor Owne,, B 13 d" Otte L2.: L_~.i~ Date I ti } t CITY OF DENTON, TEY.AS ~j 3pectflcattons and Contract. Documents II For The Construction Of DENTON MUNICIPAL A'_RPORT AIRPORT IMPROVEMENTS PWE Prepared By SNIMEK, JACOBS S FINKLEA Consul ..*.ing'Engineers Gallas, Texas August, 1971 f CITY OF DENTON► TEXAS MAYOR Elinor Hughes i ' CITY COUNCIL Mary C. Gay Joe Mitchell Bill Nash Richard O, Stewart ' CITY MANAGER Chris G. Hartung ' AIRPORT BOARD CHAIRMAN ' Wally Reed AIRPORT BOARD MEMBERS Oran Crouch Nancy Hundley Ed Moorehead i Roland Vela 0. Walston Gene Wright i I~ a ~ y ','A$LE OF CONTENPf; ADDENDA NOTICE TO CONTRACTORS PROPOSAL AND AID SCHEDULE CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY WAGE RATE'S WAGE, LABOR# EEO AND SAFETY REQUIREMENTS ' SECTI04 A Federal Aviation Administration Requirements SECTION B Secretary of Labor Requirements SECTION C Equal rApioyment Opportunity Clause SECTION D Health and Safety Requirements SECTION E Air and Water Quality Standards ' STAHDXZU FORM OF AGREEMENT PERFORMANCE BOND PAYMENT BOND SPECIAL CONLITIONS GENERAL PROVISIONS ' SECTION NO:_ S.SCTION DESCRIPTION 10 Definition of Terms 20 Proposal Requirements and Conditions 30 Award and Execution of Contract 40 Scope of Work 50 Control of Work 60 Control of Materials 70 Legal Relations aru9 Responsibility to Public 80 Prosecution and Progress 90 Measurement and Payment ' TECHNICAL SPECIFICATIONS ITEM N04 ITEM DESCRIPTION] 1 Excavation and Embankment 2 Lime Treated Subgrade 3 Flexible Base (Crushed Stone) 4 Hot Mix Asphaltic Concrete 5 Prime Coat 6 Voinforced Concrete Pipe Culeertg and Headwalls 7 ('Phis Item Deleted) r 160 Wire Fence With Wood Pcits F 901 Seeding r 611 Compacticn Control Tests i U! 7 'j'7 17T ~7 CITY OF DrNTON, TEXAS DENTCN WiICIPAL AIRPORT IMPROVEMENTS, PHASE I.. RELOCATION OF F.M. i51S, FAA PROJECT NO. 5-48-0067-04 ' IDDEt4DUH NO. I 1 .1 , SEPTEMBER 26, 1977 The plans and 6pecificat' ns for construction of Relocation of F.M. 1515 are hereby modified al, follow,: ' I. NOTICE TO CONTRACTORS In the first sentence, delete the phrase "will be received of the office of the City Manager," and'substitute the phrase "will be received at the office of the Purchasing Agent,". II. Reference is made to Sketch No. 2 to accompany Addendua No. i to Phase I Contract which shows removing and salvaging existing wire fence anA installing new class B wire fence at the south end o: the NIS Runway. The existing wire fence to be removed on Sketch No. 2 shall be included in the ' lump sum quantity under Item No. 10 of the Proposal and Bid schedule. Under Item No% 12, ol3ss B wire fence, delete the quantity 3,000 IF and substitute the quantity 6,480. On Sheet No. 2 of thl plans, the NOTBo Stockpile all barbed wire--, in the upper right corner, add are additional quantity of 30770 linear feet for a total of 90000 L.F. III. OPTIONAL BID A On Sketch No. I to accompany Addendum No. I to phase I contract is shown the work included in clearing the north clear zone at the north end of the NIS Runway. The City desires to receive a lump sum bid under optional Did A and the enclosed Sid Schedule is provided for the purpose of submitting the bid. IV. The Contract shall acknowledge receipt of this Addendum on the outer. envelope of his bid, as well as in the appropriate space in his Proposal. SRIMEK, JACOBS i FINKLEA Consulting Engineers 1300 Adolphus Tower Dallas, Texas 75242 ti 1 PROPOSAL TO THE CITY OF t)E,NTON, TEXAS (OWNER) DENMI t4UNICIYAL AIRPORT AIRPORT MPROVEMENTS PHASE I ADDCNOLN NO. 1 The undersigned, as bidder declares that the only person or parties intorosted in this proposal as principals are those named hereini that his proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the form of contract, Notice to Contractors, specifications and the plans therein referred to, and has carefully examined the locations, conditions and classes of materials of the proposed works and agrees that he will proviee all the necessary labor, machinary, tools, appara- tvs and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and spocifications in the manner prescribed herein. ' It is understood that the following quantities of work to be done at unit prices are app-,Oximate only, and are intended principally to serve as a quids in evaluating bids. ' It is further agreed that the quantities of work to be done at unit prices and material to be furnished may be increased or diminished as may he s considered necessary to complete the work fully as planned and contwplated, ' and that all quantitiv-A of work whether increased or decreased are to be per- , j formed at the unit prices set forth bolow except as provided for in the speci- ` i ficationo. It is further agreed that lump-sum prices may be increased to cover additional work not shoom on the plans or required by the speoIfic;ations, in ' accordance with the provisions of the General Provisions.. Similarly, they may be decreased to cover deletion of work so ordered. f it is understood and agreed that the work is to be completed in full y within the time designated in the Special Conditions of these Ipscifications. i Accompanying this proposal is a ;Certified or Cashier's Check payable ' to the OwNER)(Bid Dond) in the amount of dollaxs($ ' The bid security accompanying this proposal 'shall be returned to the bidder, unless in cage of the acceptance of the proposal, the bidder shall fail to execute a contract and file a performance bond within ton (10) days after t its acceptance, in which case the bid security shall beom a the property of the UOMR, and shall be considered as payment for damages due to delay and other inconveniences suffered by the OMMR on account of such failure of the bidder. The city reservis the right as the interest of the'OWNElt may require, to accept or reject any and all bide and waive informalities An connection with such ' Bids, except the requirements that the question regarding t„b :rasident's Execu- tive order 11246 or September 24, 1965, to the Equal Opportunity Clause and to Curtification of Non-Segregated Facilities has been complied with. q ' P& BS -].A L.. OPTIONAL BID-A (Addendum No. 1) Item Estimated Price in No. Quantity Unit Description and Price In Words Fiaures Amount t 1]1 1 LS For i.leaxing in north clear zone, the sum of ' Dollars and _ Cents per Lump Sum. TOTAL (Optional Bid A) 1 i t 1 F395-2A i i In the event of the a:+ari of a contract to the urylernitined, the i:rder- Figntd will furnish a performance bone and a payment Ix'jnd for the full amount of tha cottraet, to secure propet compliance with the tarms and pzovisions of th,a contract, to insure and guarantee the work until final Completion and accep- ' tonco and to guarantee payment of all lawful claims for labor performed and niterials furnished in the fulfil3,ment ,,)f the contract. The work proposed to he done shall be accepted when fully t.ompleLed arid finished in accordance with the plans an3 specifications, to the ;satisfaction ' of the Engineer. we undersigned certifies that the bid prices contained in this proposal have been carefully checkfd and are submitted as correct aid final. NITE: Unit: and lump-s"m prices must be s'`town in words and figuuea for each item listed ' in this proposal, and in the event of dis- crepancy the words shall control. Receipt is hereby acknowledged of the following addenda to the contract documents ' Addendum No. 1 Pa,ted Received Addendum No. Z Dated Received Addendum No. 3 Dated Received - ,~r. _ ' Addendum No. d 'bAtrd Received Aadenium No. 5 Bated Received 1 POS-3A 1 ' ~ 1 CL'~'iTFXCA►ION 07 BIUD t PZWJ)3310 EQUAL ET0rfJSGKM'T OPPORIVI I'i'Y OEM AL IiIDB~~tS ttA.u : . ADIXIMP 17tI,'ML4L RVFP. S5, MCr-; ~CdPLOY"R IDENTYFICATION I ' :tWs EGATEU FACXL iIII ' P01.91 E TO PROSY& M FrJcMALLY ASSISTED COUST'EM=0N C071'RACTORS: (1) A Certification of Nonsegregated Facilities rsuAt be submitted t prior to the award of a federally assisted construction contract exceeding $10,000 vhich is not exeMt from the provisions of the equal opportunity cleuae. . ' (2) Cont-mo ores receiving federally assisted construction contract axarda exceeding $10,000 uhich are not erxrpt from the provisions of the equal, opportunity clause vM be required to provide for the forea-ding of the following notice to prospective sub- contractors for s+spplies sod construction contxec+.s vbare the subcontra4to exceed $10,000 and axe not exempt frCM the pro- visions or the equal opportunity clause. 11f17.M:` The ponalty for r~.Aking ctatenentc in offers it prescribed in 18 U.S.C. 1001. 110TI0E TO'PROMCTM StME Oti'TACTOAS OF MUnWOM FOR CMr.UPXCATION ON NONSEGREGllTED FACII.iMS: Q (1) A Certification of Nonsegregated facilities must be submitted prior to the avard of a subcontract exceeding $10,*000 which is not exempt from the provisions of the equal opportunity clause. (2) Contractors receiving oubcontraet avsrds exceeding $10,000 vbic's are not exempt froc. rbe provisions of the equal opportunity ealu.e vill be required to provide for the forwarding of this notice to pra"ctiu subcontractors for au lies and construe. Lion contracts vherv the subcontracts exceedllO,000 and are- riot exempt from tht provisions of the equal opportunity clause. ' Tha j"nalty for rwiting falne etabmtente in offers is irescribed in )B U.S.C. 1001. P&BS-411 1 .i CATION OF MISEaMMM FACII.I MS: t Tht federally nssisted construction contractor certifies that hr: does not raintain or provide for his e:_Tlafiees any segregated ea-oIltties at nny of his establialz ntz and Uv%t he dots' not permit his a ol,oyets to perform th-ir services at cuay location, under hie control., uherc segregated facilities are maintained. The federally a3aisted construction contractor cortifiea further that he will. note ' maintain or provide for his employees any segregated facilities at any of his establishasnts, and that he vill not permit hie cmployees to perform tLeir services at any locution, under hie control, nacre segregated facilities are r_sintalned. Tbh federally assisted construction contractor agrees that a breach of this certification is a violation or the equal opportunity cLause in thia contract. Aa used in this certification, the terse "segregated facilities" mans etay waiting rooms, work areas, reetrocras and vcshrooms, restarressts and othe'r eating areas, tis:*cl,ocks, locker rooae and other storage or dressing areas, parking l.otey drinking fountains, recreation or entertainment areas, transportation,` and. housing tacilltier• provtt ed for employees vhi<:b are segregated by explicit directive or arc in fact segregated on ths: basis of race, color, religion, sex or national origin, bsieause of habit, local custas, or any other , reason. The federally assisted construction con rector tgre,ea that (except vhere he ba.% obtained identical certificptiong ft+ods proposed subcont--actors for vpeaific tir~i periods) to vi11 obtain identical certifications ft= pro sad subcontractors prior to the avoid, of subcontracts exceeding $10,000 vhich'are not exempt fzon the provisione of tbo equal opportunity clause, and that be will, retain such certifi- cations in his files. ?iOTZCZ TO PROVEC IV"I. MUMS OF PAUMEPI 'P FOR CEF?M1C=O,Y OF M1b7 MrzGkM FACILI MS: A Certification of Nonsegregated Facilities =at be sulmitted prior to the avard r.C A contract or subcontract exceeding $10,000 which is not exempt frusb tlus provisions of the Equal Opportunity Clwirze. I Certification 't'he infosrcAtiol above is true and coz rplate to the bast of ' W knowledge and belief. feme an 'aide oP 1hner .Lease e) 1 11{t:at4i2s? T..--^~ to VOMOO 'The pe nal.ty for making falve statcmert.3 in oMrs In prescribed in :'9U.5.C, .tall. I ~I Trtz• Bidder (Proposer) shall complete the following statement. by checking tht, appropriate boxes. The Bidder (Proposer) has C~ has not F-1 participated in a pre- vious contracot subject to the Equal opportunity Clause prescribed by Executive Order 10925, or Executive Order 11114,<~r f;xecuLive. order 11256. 7"An Bieeder (Proposer) has 0o has not 11 submitted all compliance reports in connection with any such contract due under the applicable filing require- ments, and that representations indicating submission of required compliance reports signed by proaosed subcontractors will be obtained prior to award of subcontracts. If the Bidder (Proposer) has participated in a previous contract subject to the Equal. Opportunity Clause and has not submitted compliance reporto clue under applicable filing requirements, the Bidder ;Proposer) shall submit a compliance report on Standard Form 1000 "&aployee Information Report EEO-1" prior co the bward of contract." Co tractor ...V, 1 gy~ (Title) ,w (Address) City and State) Seal and Authorisation (if a corporation) (Telephone) The Didder (Prolvaer) shall complete the "CurtificatEon of Meder Ragurding Equal Employment Opportunity" on Sheets P&DS~7 and PMe -8. PGDS-6A ' LMW MM r 4:yxJ ....✓P a r : 1. i 4.. r.. . fit? I a-.. . i W tt 7. 1 $ !2f , •~r .}e ' i~;.'Y'"`` i~, ~~6 ::f?Yy I[ ~r ~ '.,~,.F. ~ a .r '1, .i. S d~~~'w 'n' r„u 4~: :}r3 f$, ( j ~1 r Ji v. ,~li'i;'~ .:'9,~.;r. ~.1 ~.l r•.., 4c ~1,i.~' `i' ,i ' i y, tl ...r.a S:. t. r ;',,1 ,.j '3F1~ .i. t.. ,t . ~ ..r Y~~." y S> L,1 r.. ,.r. t .t l.. 9 ~I i j::;#pl r~SF y,1~Y .41 ~ ,fy':` ~J 'v '1 .',~R,~7Y{,tl ~i! 'H i 41 1 1 i++ ~~.+~w~.•..~e+lwr.,.r}r+M-.,.L.., as.~ `Yt+•~Y M r~ 1,e, LK a a: l~ Via, W.,~i!'4~, ~ ~ :]F•I~ w t . 11 , > 130TEs under 0p~ Hanel Bid A'I, thq Contreotor shall r~enovo ' lY ~ 1f'?A~ , . , , ! M~ w ~ Y~('f 9ra ~1~ ^ M1F1 ~ 11~ y. and dispose of all houses, barns, lahedn and the M . rll~~s at the north end of the North/South RunwhY at „I + kf"R.Q.W. rhown on Sketch No, 1 and all adjacent fencer; and x J folindatlons of such strdctures to 1.6 foot bolow i ~ r i Y {y- if W_, r1~ ground, 1111 tCBCGd11d bU6he!` within hatched area / ' s f ,t iri, 1~/ \4 I . J~ ~ ~ 4 ~ ~ ~ , shafll be cleared down to the ground irsti df aliosed of. ~ use of 4%,p105iVl8 for wrltsktng ni16a 18 yerlnSLt@d P ~ [JYOV.t(j 4td the C[intrdCtOr COnf OI'TG9 t0 all reyVlat ions Of lcv:a.lr state and federal gaverlunente° ~ ¢rwp°k 71 JflI~D~ .(r'~~:d r 1 w• r' _ ( 1 ! ( 1 f' t` 114 ~rwr4 ,i- : ~ ° ~ ~ ~ 1 r: tl►t'"i"~'!';""``, ~ ~ w t , it t f .K~ iri, , ~ ~~M' TIN BARN SFit[►~'' : ~ ~ ~ ~ i ~ l . ~~0 1. V r~ 1 .~I~ r } ~ I rr. ; ,1~ ~ ✓ .fN• ~ki ~~:l i i : yi'.,~ ,I r ~ ~ gg ' ~R :Z j ~ ~ ~1~. ~ t+'~.~~'° f~K ~ ii• ri „t, n ~ .S~SI~!" t r~;y ( W ~ ; a U iw r I - STORY FRAME . I CONCRLTE SILOS r ~ yw, „I ! .Ise HOUSE ( 30 x 30) _ :3 !r,i Ain A;j~'i°,) f..a . ~I 1~ i,'r % I ~ ~~;~,k~ ~ Il f'~.~,,• ,T .,Y~ 'I',, r,~ E: ~i I k'*. , Y. ♦ t J' i IM'r~. tT Y , p F'~ l "•T'~ ~ .l Vol 0 r 41 .j a ki 1 IJ i,. ,P y.•`i. vi-~t w.k,,. ~I „"i i`.~. i fr 4`1 by}'~i'' 'fi e. .r f. it ki >.Il i.:•yi,1 1t' /•~rl ~V '1 01 j r 1 ~""rr' to 'r' 'r r .,.5 , ,•4( [i, ir`:. r '1 iid 1A b ' L •y , r/ •~Wr M~ F14M ~tiP~ a ,4 x I VOW FIR ME 10LO NClk, J 1w I{ USE (40'x 40) t: P*41 '.lid' k , 1:_ +/f~~~ rl F ,r ~ ~~`i 1i '.~'~I ` u ~ ~JJ ' ..{►'~1, - r . .c n ' 4"# a." t,k M`yi.. } yt I ~III777 f ' ' ' Y' is I. r t ~ i rf K a ~ t~e ~~t ~~r.~iL_ r dl rf ~F 4~ '1~. ~f~ ~J"~. f . i f eC~ I 1 i r•i1 1 f ~ A •M'A + + r ~ ~ ' I j.. y~Y1~Ki.Q. 0, K 1 Pal, l 1 1:! # V i~ f ~ ♦ i9i,~,. i7 1 rr,t~'~,1 ~ F' ~J ' ~ ii I fM+~..,.._.'~-..L-a:•-rw..•+.--.......... ~.ir\a'. d.,dID•~. r r r r +A1, H.Iw ....~Yrr r,~R-...a i' i4t, r)~: ~ 4 y iir,, I`~~, y 4~~,,jr/ 5,t1~'ky•~. e•. ...-..~1.~. i I 4 s • sal' r A R R f~lF 1r A S`, } ` - , Y 1! , .~frW~ a.yi is , f' y;A 4 , a -of%E I C11 NO.I TO Izi %I COM1'~ANY AWENOiM JI ~N0#V,,TO!PHASE x i.`f : CON 0 R!`ISIT k4 CONTRACT i r 1 . , I - , _ +y,, V MAi~~ I~vrM~ ~i M1M rrM+ra/rr/~Yiw+~iN~W111~'.wlnr/Ml+Kwuwwrri.:+.4 tiw w/.+M~rww jjj N04'ICS Tt~ C_)3TR1CTORS Stialed bids addressed ro the Honorable stayer aad City Council of Denton, raenton County, Texas will be received aL the office of the City Manager, City Hall, Denton, Texan until 10100 A.;{„ pctcber 6, 19771 opened and read for the conetty tion o!l Oenton Municipal Airportt,nAirpor publicly Improve- ments-Phase 1, FAA Project No. 5-48-0067-04. Port The City deeires to receive bids for the relocation of approximately 3000 linear feet of F.M. 1515 at the north end of the existing north-south runway. Included are 4,600 cubic yards of unclassified exce4vations 1250 compacted cubic yards of flexible base, (crushed stone) i 8,100 square yards of 6-inch lime treated subgrade, 565 tons of hot mix asphaltic concrete pavement, 102 linear feat of rein- forced concrete culvert ripe, wire ffncing, seeding and miscellaneous improvements. Proposals shall be accompanied by a cashiers or certified check upon a national or state bank in an amount not less than five percent (5t,) of the total amount bid payable without recourse to the City olf Denton, Vexes, oft a bid bond in the same amount from a reliable surety company, as a guarantee that the bidder will enter into a contract and execute Performanoo Bond within ten (10) days after notice of award of contract to him. .j The successful bidder must furnish Perfo:mance'and Payment Bonds upon the I force provided in the amount of 100 percent of the contract price from an approved surety 0ampapy holding a permit from. the State o't Texas to alert as surety, 6r other surety nr suret16;4 acceptable to the Owner. This propoiled contract its uryler OVA subject to Sxo utive Order 1124f, of Septetrber 24, 1465, and to the Equal Oppbrtunity.Clause ciontained in tho Proposal. The Bidder,(Propn;rer) must supply all the infornttion roquired by the Bid or Pte posal Form. The successful bidder will be regsired to submit it Certification of Ran- Segregated Facilities prior to award of the contracto ani to notify prospective subcontractors of the requirement for such a certification. Samples of tVe Certi- fication and the notice to Subcontractors appoar in the specifications,. Homen will be afforded equal oppuztunitp in all areas of emplo,riient. Horn- ever, tho employment of woi.ten shall not diminish the standards or tecfjirements for the employment of minorities. A contractor having fifty or more employees and, his subaohtractore having fifty or more employees whn may be awarded a subcottr+•:t will be regulred to main- tain an affirmativeiction program within 120 clays of cho uomnnncement of the contract. The City resenves the right to accept. or roject any and e11 bids and to waive any Informallties in connection with nurh hide except .h6si requirementn related above. -17777 1 k.lans, specifications and Udding' documents may be secured from, the office ' of Shimek, Jacobs & Finklea, Consulting 8rgineets, 1300 Adolphus Tower, Dallas, Texas, 75202, on deposit of $25.00 per set, which sum so deposited will be re- funded, provided the provisions of the sp4acificationn regarding the return of such documents are complied with. CITY OF DENT34o TEXAS g/ Chris G, Hartung Chris -`Go Hartung City Mansyer r~ 1 .t . PROPOSAL THE CITY OF DENTON, TEXAS (OWNER) AENTON MUNICIPAL AIRPORT AIRPORT IMPROVEMENTS PHASE I The undersigned, as bidder declares that the only person or parties interested in this proposal an principals are those named hereinr that his proposal is made without collusion with any other person, firm or corporation; that he has carefully examined the form of contract, Notice to Contractors, specifications and the plans therein referred to, and has carefully examined the locations, conditions and clisses of materials of the proposed work; and agrees that he will provide all the necessary labor, machinery, tools, appara- tus and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the mminner prescribed herein. It is understood that the foliowinq quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a quide in evaluating bids. It is furtner agreed that 'the quantities of wore: to be done at unit prictis and material to be furnished may be iwreased or diminished as may be considered necessary to complete the lurk fully as planned and contemplated, and tKit all quantities ofwork whether increased or decreased ate"to be per- formed at the unit prices set forth below except as provided for in the speci- fications. It is turthsr agreed that lump-sum prices may )>e increased to cover additional work not shown on the plans or required by the specifications, in accordance with tha prvvisiene,of the General Provisions. Similarly, they may be decreased to cover deletion of work so ordered. It is understood and agreed that tho work is to be completed in full within the time designated in the Special Conditions of these specifications. Accompanying this proposal is a'(Certi,fied or Cashier's Check payable l to the OWN?R)(Bid Bond) in the amount of _ Five Feraelat The hid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal the bidder shall fail to sxecute a contract And file a performance bond within ten (10) days after its acceptance, in which case the bid security shall become the proparty of the OtiNER, and shall be considersl as paym6nt for damages due to delay and other inconveniences suffered by the O*;AR on account of such failure of the bidder. The City reserves the righl• as the intereah of the OWNER may require, to accept or reject any and all bids and waive informalities in connection with such bids, except the requiremonte that. the question regarding the President's Execu•- tiva tlyder 11246 or September 241 1965, to the Equal Opportunity Clause and to CertitieWon of Non-Segregated FGkoilities has been complied with. P&Bw'-i. 1 A WWI 1 BID SCHEDULE Item Estimated Price in No Quantity Unit_ Description and Price in Words_ Figures Amurt _ 1 4600 CY For Unclassified Excavation, $ 2.50 $ 11,500.00 j the sum of Rtro Dollars ' and Fifty - . Cents per Cubic Yard. 2 8180 SY For. 6-inch Lire Treated Subgrade, $ 0.92 $ 7,452.00 the sum of No Dollars and Ninety-Two Cents por Square Yard. 3 115 Tons For Hydrated Lime, the sum of $ 53.87 $ 6,195.05 1 FifLX Three Dollars s and. 1~..9tihtv Si_ re_n Cents per Ton. 4 1250 CY For Flexible Base (Crushed Stone) $ 10.93 $ 13,662.50 j (Compacted)* the sum of Tej3 Dollars and Ninety-Threg Cents per Cubic Yard. I 5 565 Ton For 1 1/2-inch Hot Mix Asphaltic $ 18.00 $ 100170.00 Concrete, the sum of Eighteen Dollars and No Cents per Ton. 6 3370 Gal. For Prime Coat, the sum of $ 0.86 ¢ 2,698.20 N4 Dollars ' and Eiger-Six Cents per Gallon. P6AS-2 ' Item Estimated Price in No Quantity tlnit Description and Price in Words Figures Amount 7 32 LF For 2 24-inch Reinforced Con- S 24.04 $ 769.28 crete Pipe Culverts, the sum of Twenty-Four Dollars and Four Cents per Linear Foot. g 36 LF For 18-inch Reinforced Concrete $ 10.33 S 392.54 Pipe Culvert, the sum of Tan Dollars ' and Thirty-Three Cents per Linear Foot. 9 3.46 CY For Reinforced Concrete Headwalls, S 350.00 $ 1,211.00 the sum of Three Hundred ' ----Fifty Dollars and-- No Cents per Cubic Yard. 10 1 LS For Removing and Falvaging Exist- $2000.00 $ 2,000.00' ' ing Wire Fence, the sum of Two Thousand Dollars and N e Y Cents per Lump Sm. I IF For Class A Wire Fence with Wood $ 1.29 $ 3,870.00 ' 11 640 Posts, the sum of One Dollars ' and Twenty-Nine Cents per Linear foot. 12 3000 LF For Class B Wire Fence with wood $ 1.07 $ 6,933.60 posts, the sum of One _-Dollars And seven _ Cents per Linear Foot, 1 t,&BS-3 ' Item Estirated Price in No. antity Unit Description and Price in Words Figures hmunt ' 13 2.0 Acre For Seeding* the sum Of TWO $ 287.50 $ 575.00 Hundred Eighty Seven Dollars and Fifty Cents ,per Acre. 14 60 M-Gal. For Water for Seeding, the sum $ 10.00 $ 600.00 Of Ten _ Dollars arnl No Cents per Thousand Gallons. 15 800 Lb. For Fertilizer, the sum of $ 0.30 $ 240.00 No Dollars and Thirty Cents per Pound. 16 1 Ea. For Driveway Gates, the sum of S 115.00 " $ 115.00 One Hundred Fifteen Dollars and No ' Cents per Each. t 17 1 Ea. For Walkway Gates, the sum of S 57.50 $ 57.50 Fifty-seven Dollars ' and Fifty.__,.. Cents per Each. - TOTAL BID (Items 1 thru 17) 68,641167 a P&BS-4 ~1 Y a , In the event of the award of a contract to the undersigned, the under- signed vill furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the terms and provisions of the contract, to insure and guarantee the work until final eomp;etion and accep- tance dnd to guarantee payment of all lawful claims for labor performed and materials furnished in the fulfillment of the contract. The wo;-k proposed to be done shall be accepted when fully completed and ' finished in accordance with the plans and spwifications, to the satisfaction of the Engineer. The undersigned certifies that the bid prices contained in this proposal ' have been carefully checked and are submitted as correct and final. NOTEr Unit and lump-sum prices must be shown in words and figures for each item listed in this proposal, and in the event of dis- crepancy the words shall control. ' Receipt is hereby acknowledged of the following addenda to the contract documentsi 1 Addendum No. 1 Dated 9-26-77 _i Received Yes Addendum No. 2 Dated 10- 3-77 Receivedw Yes Addendum No. 3 Dated Received Addendum No. 4 Dated- Received Addendum No. S Dated Received It ' PARS-S 7-1 i CFA'PI!'ICATION Oir BIMM RSMMD(O EQUAL WL0nM OPPOR'3VNM OENERAL BIDDW X,%M8 Crookham & vessels, Inc. ADDRESS Post Office Box 088 Sherman, Texas INTERNAL REVENUE GEWICL EHPLOYER IDEWIFICATION NUHM 75-1254809 NONSEO?tk;OATED FACILITMB NOTICE TO PROSPECTIVE FEDE J' ASSISTED CONSTRUCTION COifiPR UMMO: (1) A Certification of Nonee&Vgated Faoilities mist be submitted prior to the award of a federally uoisted construction contract exceeding $10,000 which is not exaMt foam the provislo;ie of the equal opportunity clause. (2) Contractors receiving federally aebisted conetruction,contrnct t award" exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause 'will be required to proridr: for the fornAing of the follaving Lance to prospective. su: -R contractors for suppliee and construction contracts where :he subcontracts exceed X10,406 and are not exempt t1'ooD the prop visions of the equal' opportunity clause, NOM: The poarity for making state eats in offers is prescribed in 1A U,S,C, 200). t NOTICE TO nOSPF.CTM gUBCOtTPRA0P B OF REQUIRIMM POh CFRTIF'ICA'`` M ON NONSECIMMtZ F'ACILITIM. (1) A Certification of Nonsegregated Facilities must be cubmittcd prior to the award of a subcontract exceeding $10,000 vbicl•i is not exempt from the provisions of the equal opportunity clause. (2) Contractors receiving subcontract avards exceeding $100000 which are rot except from the provisions of the equal opportunity ealuse will be required to provide for the forwarding of this notice to prorrpeattve subcontractors for supplies and constrAc- tion contracts where the subcontracts exceed~10,000 and are not exempt fY,= the provisions of the equal opportunity elauue. NMM The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. M I PEAS-6 I era r~r CEflMCATION Or NOKSMMGAM FACII.I yES. The federally assisted construction contractor certifies that he does Cot aaintain or provide for his employees any segregated faoilities at any of his eataabllebments, and that he does not Vermit his emvloyees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certifies furthar that he will not maintain or provide for hie employees any segregated facilities at ' any of his establishments, and that he will not permit hie employees to parfo:xi their services at any lv:oation, under his oontrol, %bore segregated facilities an maintained. The federally assisted construction contractor agrees that a breach of thia certification,; Is a vioUtion of the equal opportunity clause in this eontraot. An used in this certification, the term "segregated facillti.c" meano any welting rooaas, work areas, restrooms and vushroomas, restaurants sad other eating areal;, timeolocke, looker roaas and other storage or dressing areas, parking lots# drinking fountaine, ricreatiov or enterta'iim ent areas, transportation, and bouslag facilities ;provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, relig;on, sax or national origin, beaauee of,ha'bit# local custftj or *uiy other . J reason. The federally, aoeistgd construction contractor Weise that (exc'-Vt where he has 4t*Ined identioai 'Ceirtiricetions fm proposed subcontratc pri for speoific tins :,grlod,s) hs will obtain identical cortifications frae4 sad subcontraa tore `prior to the award of subcontracts excoeding 0,000 which are not exept from the provisions of the equal opportunity clause# and that his will retain such certifi- catione in hie fileae NOTICE TO 0 F'i108MCfXVE CCNTRAaTOAB OF RDQU>RF=p M CERTl7'ICATION OF NONSEOAEOIATEU FACILIVXE6o A Certification of Nonsegregated Paoilities asst be submitted prior to tLa award of a contract or subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity C1auFc. ' Certification o 'The information above is true and complete to the best of my knovladge and belief. C. Wayne Ve888111 ..,.....~.....~.__-Hamo and o ignor ass 10-6-77 gna t ure NOM The penalty for making false statowents In offers is preceribed In llBB U.s,Ce 10011 P&PS- 7 The Bidder (Prof orer) shall complete the following statement by checking the appropriate boxes, The Bidder (Proposer) has XX has not. 11 participated in a pre- vious contract subject to the Equal Opportunity Clause prescribed by Executive Oder 10925, or Executive Order 11114,~~oor~r Executive Order 11246. The Bidder (Proposer) has Lai' has not P submitted all compliance reports to connection with any such contract due under the applicable filing require- mentsr ar,d that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. if the Bidder (Proposer) has participated in a previous contract subject to the Equal Opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder (Pro report on Standard Form 100, "Employee InformationeP4 shall submit a compliance award of Contract." port EF0-1" prior to the Crookham n Vessels, Inc. „ Contractor Peat Office Bor. 1088 ' {1`ddress) - 133 Bhern. a, nTe"O 7 90 i~ G t;y and State) Beal and 1luthoziZatian (if a Corporation) (214 893-46~ (Telephone) The bidder (Eroposer) shall complete tho "Corti fLeattan of Bidder Regarding Equal Employment opportunity" on Sheets P OS ar,d PARS-0, . !77: lip :z t 12101 NOTICtS lit r ~ ;4 4-44 , t it I C Y Will 11) 1 r ~1 Jill,oi r . ~ r M i A ~r;~ 8.+~cgggq8 RRr, 5gg88RRR"rARRB g~C~RR.p8p , l Yl "fill, W11111 N 11 ~1 /Sm No, RIM, I NOUCH 4?403 1 r , a w • a spa 3 _ F r ra AO 1Wj M and SAFM AMvMUTM'£1 EI ION A (Federal Avintlor, Administration Requiremnts) A-1 Airport Dcvelo sent Aid Pro am Pro oct, The work in this Contract is ineludrd in Airport Development Aid Project No. 5-4e-0067-04 vhich is being undertaken and accomplished Uly-the D2 ppL,_,_ (Sponsor) in accordance with the terms and fconned Lions or a grant Agreement between States, un er the A1rptrtend irw~eveloopment4Acttof 9io ? U,S,C. 1701) OM Part 252 of the Federal Aviation PeguLstionc 1, OR Part 152)0 pursuant to which the United States has ' i agreed to pay a cyrtatn peroenuse or the toots of the project that are determined to b,s &llolrpble project cotta under that Act. The United $talos Ii not a party to this Contract and ~ no reference iii this contract to the FAA or any representative thereof, or to any nights granted to the FAA or say repre- sentative thereofj. or thi L%Lted States, by the contract, wkea the thited Stq,tea tl ppfty to thin contract, A-2 Ccatse to a si Ament, 9116 c~.J,jtlraetor shall obtain the rior . t yr ttetr oogserst u.th* •«r- S:d rlL. t. be to fee (Sponsor) to any proposed egsi any ShWnt of 's or part of thte abntract, A43 Convict labor. So convict labor Daly be employed under Ole . t A• Ystaran_ prefer price. In the emyloymmt of labor (axcopt in execut ve, amnistratlve, and sup*rvisory positions`, preference shall be given Lo qualified individuals who have served in the military' service of the United States (as defined i.n section 101(1) of the Soldiers' t~hd 9411ora' Civil Relief Act of 1940) and have been honorably discharged from that service, except that preference may be given only 1 r+here that labor is available locally and is qualified to perform the work to which the employment relAtes. ' A05 Vithholdinst 8p moor from -con traotoe. Whether or not payments or nvn'nco,y t*o the c tY o 're"Mn : Sponsor aro 1 . 2 withheld or suspended by the FAA, the cj%,9.fFDenton (Sponsor) may withhold or cause to be 1TERFO I Tiomie contractor so much of the ac.rued payments or N~ advances as may be considered necessary to pay laborers and mechanics employed by the contractor or any subcontractor can the wort: the full amount of wages required by this contract. A-6 Nonpr~ ment of wages. If the contractor or subcontractor fai):s .Xto 7_pay 'a-y any "laborer or mechanic enployad or working on the site of the work any of the wades raquires by this contract the CAY of Denton (Sponsor) may, after written not''ra to tie ront;r'aaT6F Tai'ke sach action as may be necessary to cause the suspension of any further payment or advance of funds until the viblations ctm se, ' A-7 FAA inspection and review. ~zhe cont.ractov shall allow any au't*ior"izecT repr"eserioative of the FAA to inspect and review any work or materials used in the performance of this contract. A-8` Suboontrect$. The contractor shall insert" in each of ~ F$i7a:abcbnWacts the provisions contained in paragraphs 4-1 .N"3 A-4, A-5, A-6, tend A-7 requiring the subcontractors to holude these provisions in any 10%itr tier subcontracts which they may enter into, togethor with a clause requiring V,c,o insertion in any further: subcontracts that may in turn be made . A-9 Contract termination. A breach of paragraphs A-61 A-70 Zn-ff A=g may"A grounds for termination of the contract. r , 2 r M w 777 a a Snl;TYQN U (Secretary of Labor Requiremonts) B-1 Minimum wages. (a) All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a weak, 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 1 of payment computed at wage rates not leas then those contained in the wage determination decision(s) of the) secretary of Labor which is (are) attached hereto and mace a part hereof, regard- less of any contractual relationship vhich may be alleged to exist between the contractor and such laborers and mechanical and the wage determination decision(s) shall be posted by the contractor at the site of the work in a prominent place where it (they) can be easily seen by the workers.' For the purpose of this paragraph contributions made or coats reasonably anticipated under Section l(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considorcd wagqes paid to such laborors or mechanics, subject to the provisions of subparagraph 'J4) below. Also for the purpose i'f this pareg rdph, regular contributions made or, costa i►iourxed for more than a weekly period under plans, funds, pr'programa, but coverin' the particular weekly period, are d'J'x%ed to be constructively I' made or incurred during such weekly period (29 CFIR $.5 (a) (l) (l)) . (b) Any class of laborers or mechanical including apprentices and trainees, which is not listed in the wage determination(a) and which is to be employed under the contract, shall be olaos4fied or reclassified conformably to the wage O detorm nation(s), and a report of"the action taken shall be vent by the (insert sponsor's name) cit of Denton to the FAA for approval and transmit'ta°r-T We•-~reEaYy-or- Labor. In the event that the interested parties cannot agree on the proper classification or reclassification of a particular class of laborers and mechanics, including apprenticas and trainees, to be used, the question accompanied by the recounendation of the FAA shall be referred to the Secretary of Labor for final determination {29 CrR 5.5{a)(Z){11)), (c) Whenever the minimum warm rate prescribed in the contract for a class of,laborers or mechanics includes a fringe benefit which is not expressed an on hourly wage rate and the contractor is obligated to pay a cash equivalent of such a fringe benefit, an hourly cash equivalent thereof shall be established.. In the event the interested parties cannot agree upon a cash equivalent of the frin99 benefit, the question ' accompanied by the rocomandation of the FAA shall be referred to the Secretary of Labor for determination (29 CPR 5,5{a)(1)(iii)) 3 If the contractor does not make payrtbnts to a trustee or other third person, he may consider as part of the wages of any laborer or mechanic the amount of any costa reasonably anticip.tted in providing benefits under a plan or program of a typo expressly listed in the wage determination decision of the Secretary of Labor whinh is a part of this contracts provided, however, the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Macon Act have been met, The Secretary of Labor ' may require the contractors to set aside in a separate account assets for the meeting of obligations under the plan or program (29 CFA 5.5 (a) (1) (iv)) . B-2 Withho dings FAA from sponsor. Pursuant to the terms of the grant agreements'b-etwee'n tFie United States and (insert sponsor's name), City of Denton _ relating to Airport Development Aid Pro3ect- No: -5'-'-48--0'0-6-7-'-04' , and Part 152 of the Peaderal Aviation fteguT"a't"ions' (f4'~ir~tF t~airt 152), the FAA may withhold or cause to be withhold from the (insert sponsor's ' name) city of Denton so much of the accrued payments or advances as may lie condi;d#ex&d necessary to pay laborers and mechanics# including apprentices and trainees, employed by the contractor, or any subcontractor on the work the full amount of wages required; by this contract, In the event of failure to pay any laborer or mechanics,-including any apprentice or train@e, e~,aployed or working on the site of the work all or part of the way as required by this contract, the FAA may, after written no?ice to the "(IAsort sponsor' is name) , City of Denton take such actioni as may be necessary to' traces the s`uspens`ion of any further payment or advance of funds +,sntil such violations; have ceased (29 CkP 5, 5 (,n) (2) .j B~-3 Paykolis an4 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 thoreafter for all. laborers and mechanics working at tho site of the work. Such records will contain the name and address of oach such employ-se, his correct classification, rates of pay (including rates of contributions or costs anticipated of the types described in Section 1(b)(2) of the Davis- -icon Act) # daily and weokl!r number of hours worked, deductions made and actual wages paid, whenever the Secretary of Labor hAn found, under 29 U11 5.5(a) (1) (iv) (see subparagraph (d) of paragraph B-1 above), that the wages 1 of any laborer or fnochinic include the amount of any costs reasonably anticipated ir, providing bohef!its under a plan or program described in Sootion 1(b) (2) (B) of the Davis-"Bacon Act, the contractor shall maintain records which show that the Comm tmont to provide such benefits is enforceable, that the ~ plan or program is finano W ly responsiblo, and that the pYan , j or program has been communicated in writing to the laborers or mechanics affected, and rocord3 which show the costs anticipated or the actual costs incurred in pvoviding such benefits (29 CFR 5.50)(3)(1)). (b) The contractor will submit weekly a copy of all payrolls to the (insert sponsor's name) city of Denton for availability io the FAA, as require2f-by paragrapT 192, a . ' The copy shall be accompanied by u statement signed by the 1 employer or his agent indicating that the payrolls are correct JJJJ and complete, that the wage rates contained therein are not ! t less than those determined by the Secretary of Labor and that the classifications set forth for oath laborer or mechanic conform with the work performed. A submission of a "Meekly ' Statement of Compliance" which is required under this contract and the Copeland regulations of the Secretary of Labor (29 CPR Part 3) acid the filing with the initial payroll or any subsequent payroll of a copy `of any findings by the Secretary of Labor, under 29 CPR 5.5 (a)(1)(iv) (see subparagraph (d) of paragraph B-1 above), shall satisfy this requiremont. The prime contractor shall be responsible for the submission of copies of payrolls of uil suboontrA6toxs. The contractor will make the records required tinder the labor standards clauses of the contract available for 'inspection by authorized represent" atives of the FAA and the Dapertment of labor, end will permit such repreGentatives to interview employees during working hours on the job. Contractors employing apprentices or trainees under approved progcams shall include a notation on the first weekly ' certified payrolls submitted to the (insert epponsor'a natie) citLof Dento,,,3r ~,~_ua_ for availability to the PAJ,, TKRAW''M ernpfoymonTTi pursnt to an` approved program and shall identify the program (29 CFh 5.5(a)(3)(ii)). B-d Apprentices and trainees. (a) Apprenticos. Apprentices will be Vermittee to work at less than the predetermined rato for the work they performed when they are employed and individually registered in a bona fide appreinticoship program registered with the U.S, Departmoint of Labot, Manpower Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized O by the Bureau, or ii a person i.s employed in his first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually regi-stored in the proggram, but tiho has been certified by the Bureau of Apprenticeship and 'Draining or a State Apprenticeship Agency (where appropriate) to be oli<iible for probationary employment as an apprentice. The alloiiablo ratio of apprentices to ' Journeymen in any craft cla.3sificat;ion shall not be greater than the ratio permitted to the contractor as to his entire S a work force under the registered program, listed on a payroll at an apprentice wage rAn emlee ates who is not ' ri trainee as defined in subparagraph (b) of this paragraph or is not registered or othorwise employed as stated above, shall be paid the wage rate determined by the secretary of habor for the classification of work he actually performed. 1 The contractor or subcontractor will be required to furnish to the (insert sponsor's nama) city of Denton written evidence of the regi:~t:ra`ti'o`n -o T 8 program an apprentices as well as the appropriate ratios 4-1 wage rates (expressed in percentages of the journeymen houiiy rates), for the area of construction prior to using any apprentices on the contract work. The wago rate paid appre '.ices shall be not less than the appropriate percentage of the journey- men's rate contained in the applicable wage determination ' (29 CPR 5.5(a) (4) (i)). (b) Trainees, Except as,proVided in 20 CPR 5,15 trainees will not be permitted to work at lose 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, Manpower Administration, Bureau of Apprenticeship and Training, The ratio of trainees to jour'Litymen shall not be greater than permitted under the plan t►pprovedby the Bureau of Apprentices gp l,ved plaid hip and Trainin x trainee, moat be • at not leJo than the rate s eolfiq in the approved program for his level of progress. Any employee listed on the payroll. at a trainee rate is not registered and participating in a training plan approved by the Bureau of Apprenticeship and Training shall a paid not iless than the`. wage', rate, determined ' by the 5acretary of labor tor the alassificati~n of work he actually performed. The contractor or subcontractor will be required to furnish the (insert sponsor's name)city of Penton written evidence of the certification of this program, tfi"e registration of the trainees, and the rat:los and wage rates prescribed in that program. In the event the Bureau of Apprenticeship and Training withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at lose than the applicable proadetermined ra4 for the work performed until an acceptable program is approved (29 CPR 5.5 (a) (4) (ii)) , (e) Equal employment opportunity. The utilization 03' 1 apprentices, trainees and journeymen under this paragraph shall be in conformity with the equal eAployment opportunity requirements of Executive order 11246, as amended, and 29 CPR Part 30 (29 CPR 5.5 (a) (4} (iii)), 6 i (d) Application of 29 CPR Part 5.5(a)(4), contraeto in excess of $2,ooo the employment of all appront On ices and trainees as defined in 29 CPR 5.2(c) shall be subject the provisions of 29 CFR Part 5.5 (a) (4) (see paragraph subject (a), (b) and (c) above), (e) Enforcement. 1 (1) The FAA shall promulgate the nocessary regula- tions 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 modifica- tions thereof which have been approved by the Department of Labor. No payment, advances 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 that there is substantial dispute with respect to the required provisions (29 CPR 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 FAA, The Department of Labor will coordinate i.ts efforts with the OAA,' as may be necessary to ensure consistent enforcement of the' requirements of these provisions.: pnforoa- ment of these provisions shall be in accordance with '9 CPR 596. r 8.5 con fiance with Co eland Re ulations. comply w '0"the: dcT eTa`nd` eq'uatians" 3 CFR part 3j rn ft eshall Secretary of Labor which are herein incorporated by reference (29 CPR 5,5(a) (5)), 8-6 overtime requirements, No contractor or subcontractor conraotinq fo'r" any p.Cr"£ of the contract work which may require or nvolve the employment of laborers or mechanics shall' require or permit any laborer or mechanic in any workweek in which he is employed on such work to work in excess of 6 hours in any calendar -lay or in excesu of 40 hours in such workweek 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 excess of 8 hours in workweek] as nthecalendar CPR excess case a may day be or 9 in B-7 Violations, liabilitfor unyaid,wagee,_ 2lguidated damases. In the event of any violation of paragraph B-6 of this provision, the contractor and any subcontractor responsible thorefor shall be liable to any affected employee for his unpaid wages. In ,addition, such contractor and subcontractor shall be liabie to the united States for liquidated damages, y - 4. 1 Such liquidated damages shall be computed, with respect to each individual laborer or mechanic employed in violation of said paragraph D-6 of this provision, in the sum of $lo for each calendar day on which such employeL, was required or ' permitted to work in excess of 8 hours or in excess of the standard workweek of 40 hours without payment,of the overtime wages required by said paragraph D-6 of this provision (29 CFR 5,5(c)(2)), D-8 Withholding for urjpaid woes and liquidated damages, and rioritj+_ o ent: (a) The FAA may withhold or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor, 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 CPR 5 .5 (c) (3)) . (b) In thu event of failure or refusal of the contraotor ' or any subcontractor to comply with overtime pay requirements of the Contract Work hours and Safety W-andards Act, 'if-the funds withhold by the FAA for the violations are not sufficient to pay fully both the unpaid wages due laborers and mechanics and the liquidated damages due the United States, the available funds shall be'used first to compensate the laborers and mechanics for the wages to which they 'are entitled (or an egoitablo portion therPOf when the funds are noc adequate for this purpose); and the balance,,if any, shall be used for the fnyment of liquidated damages (29 CPR 5.14(d)(2)). B-9 Working conditions, No contractor may require any laborer or moo an a emp oy'e tho 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-10 Subcontracts. The contractor will insert in each of his subcont"r'AacFs-Iho clauses contained in paragraphs D-1 through 8-11 of this provision, and also a clause 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 (29 (:FR 5.5(a) (b), 5.5(c) (4)). N B e B•-11 Contract termination; debarment. A breach of paragraphs B- t roug I3-10 of-tlXs provision may be grounds for termination of the contract. A breach of paragraphs 8-1 through B-5 and B-10 may also be grounds for debarment as provided in 29 CFR 5.6 of the regulations of the Secretary of Labor (29 CFR 5.5(a);7)). r r t 9 •-~„---•-ice,-- SECTION C (Equal Employment Opportunity Clause) - During the performance of this contract, the contractor agrees as follows: 0-1 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 affirma. Live action to ensure that applicant 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 con- spicuous 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 agree- ment or other contract or understanding, a notice to be provided, advising the said labor union or workers' representa- tives of the contractor's commitments under this section, and ' shall post c9ples 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 240 1965, as amended, and of the rules, regulations and rbvelant orders of the Secretary of Labor. C-5 The contractor will furnish all Information and reports re- quired by Executive Order 11246 of September 24, 1965, as amended, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administer- ing agency and the Secretary of Labor for purposes of Investigation to ascertain compliance with such rules, regulations, and others. 10 ' C-6 In the event of the contractor's noncom Rance with the non- discrimination 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 ae provided in Executive Order 11246 of September 24, 1965, as amended, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. ; C-7 The contractor will Include the portion of the sentence Immediately preceding paragraph C -1 and the provisions of paragraphs C-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 7.04 of Executive Order 11246 of September 24, 1965, as amended, so that such provisions will be binding upoweach 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- cornpliance: 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 administoring agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States, o ll ■ `1~~1l~Iiii~i>~ia~lr~r~i I0 D (Health and Safety Requirements) D-1 it is a condition of this contract, and shall be made a condition of each subcontract entered into pursuant to this contract, that the contractor and any subcontractor shall not require any, laborer or mechanic employed in performance of the contract to work in surroundings, or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under Construction 13afety and Health Standards Title 29 Code of Federal Regulations, Part 1518 36 F.R. 7340 promulgated by the United Sates Secretary of Labor, in accordance with Section 107 of tho Contract Work Hours and Safety Standards Act, 83 STAT, 96. I 1 12 ra~~ map, .5 i Ii rt 1 i' SECTION E (Air and Water Quality Standards) E-1 Any other provision herein to the Contrary not-- 1 1 withstanding, the contracr_nr in carrying out work under this contract, shall at &11 times comply with all applicable state and federal air and water quality standards; with all pollution control laws; and with such rules, regulations, and direotives as lawfully issued by a local, state orfederal aagency ` having within its jurisdiction the o)rotection of the environment in the area surrounding where work under this contract will be posrformed. In addition, the i contractor shall comply with directives given by the Project Engineer in imrlementation of 'he letter and intent of FAA Advisory Circular 150/5370-7 entitled ` Airport Vaonstruction C?ntrols to Prevent,Air and { 1 Water Pollution, Copi os of this Advisori Circular can be obtained free r; charge from DepaIrtment of Transportation, Distribution Unit, TAD-4114.3, 1 Washington, D. C. 20590. F-2 Contrac~ors and subcontractors career _a, f That'aany facility to be used in the performanwa of the contract 'or to benefit from tba contra(';t is not listed on the Environmental Protection s Agency (EPA) List of Violating Facilities., ' 8. 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 j regulations issued thereunder. o, 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 con- I' sideration to be listed on the EP), List of Violating Facilities. d. To include or cause b,) be included in any contract or subcontract which exceeds $100,000 the afore- mentioned criteria and requirements. 13 ~1~ a~ I v nib`^ r F iY a d I ~ 1 F 4 ~ , RBI b~a M" ~N ~ (h # n 1 " , C r. Ha 9 r :F a ,~I. N 4 • $f 1 e (}F y, t, .c,, :i~ f S' SFr 4yy'4r''.n 41 y'.A !e F•J 1`,iA"1. M i'r {a C Aw `•a k; S 51 ti, k4 rS:. { F9 w 10.E J wS w ~l ~r 9 n TSx }r i iix ~M14 y, ~ ~F: < w uy ~ r "55'yya k ]j S~ I!L t s ( LiL "3 x'.~. F 4 1 11r wwi f}} , " I ~~fpb,`R y~~~t ~a P(l~ , 1 F?1~ I~M. iy~rfrM~t 'f: y ~Y iS} 1 4 ( 1 # 4"~k~ 1,14 d.'~, r'r~~ d~~ ~7 . •~b x.e ,YO~'4 b q.'~' 1 9 4+. lg'}. S 9~ 4 d k , 5r r F ,y~ x vi Yf I As Ado k' pt4d ~Y TH~, TIx seT1oN THE AI►IEtIA 80OWty cult, rrluvr,,S 4 , R0vlWd November 17, 1928 ltevised April 169 1932 " ' Revised October A 1934 Revised October 19, 1945 Revised April 8, 19$4 Reviv=ed April 210 1960 Revised October 7, 1971 Approved as to Legal Form by Legal Counsel STATE OF TEX AH COUNTY 0%, , hentpn 1 THIS A(1 EME NT) made and entered into this_11th day of___0k-tober 1 A. D, 1977 , by and betveen.~ C- 1 ty of Denton '^'_'.I....U'I~r"+...f~r-....:...~~...+r.w~-.j.. •w~~.w1-rte.. _ . _ ' i rt the Co my - r And Sta.Ee of Texas, acting thru , 1htrt , •..t..~r..+.wl--......F.. .1 t ~ there --~-i-~ onto duly 4001 ortted ,Pact a e ,,P a 1~hkerret ,►iter, /pfiey1' (lWNi Et, `ki 11 Y< I l A". 1h y. ♦r+!+•49'^'r'Y14 fq^ w-a+wF.:~-1~1~...~.~~,:i,,,^'f 'I r 1. of the Clay of erraan Countiy`of..,. ura enn and fitatc, QL, 're?dls CAN7'RAC'T01i.~' ' ,QYty oC th'e Second 1''art, hereinittertermed 1kITNESS8T1I, ; That fof and in conaiderati4n 161 the payments and ao'reetnenta' herein. q Pater. C~ti edd, to 69 moe and. performed by the Patts+ of,the F rp[. ' yNER), and under G Pant (Ot1 the corldit ohs ekpi4q 1 in the bond bear,hy even date ~erPWtth, Ghe +taid Dorto~ th _:tecond 4, A ..bereb Y,agrees wtt~ the aa~! I'Ri~ky o1',thg Pirpt`Part'(OW ~R) comrhence ri4d conyplete ;thy tons rucEionof certain impit±dvetnenEe dtheri aa: tollov, : tlc rftd Mlftiicipal _Itirport-Aiipork `7mprovwent 1 t, ~i $9~ x'itd pc~tjCn bf P t 't M .515 4' ana ' 8 ext tai wotli i an' In c nectiobw tberedYith, tinder the terms ae`etatedia the Qezteral Coitidrt(orsa . ofAhe Ag' urn6nt And at'his (dr their) own proper cost and expense to furr.lah all the ma. ssorl s, at;pnllea, mral•,inery, equipment, tools, aupertnteruienco, labor, Insurance, #nd other accessories and services necessary to complete the said construction'` in acconlance with the conditions and prices stated In the Pro;>,5:sal attached hereto, and in ac"ordance with the Notice to CSntractors, General and Special Con,litions 61 Agreement, Plans and other drawings and printed or written explanatory matter thereof, and the Specifications and addenda therefor, as prepared by_____ Sh 0 Jncobw lcui'ink1Aa, Conqul-_ n2En~ineex e _ - _ 3304 Ad 1 _ a ghus''crwllDelllaet Toxas 75201 h the erein entIMd ole Fn INFER, each of which hti:+ been Identifird b; the WNTRAI70" an t of 1111-,NGreNRER, ~ogether the w!th the n sacs Oand N j~RACTOWS written Propomt the General Candilionr it' 11. Bonds h@refv at(acti,.it All of 01ch are made , Dart hereof and col,ectitiely~ evtdence Hn,i constitute 'tile ertttrvc cnnt(x~At), ~7 •,a h h:~ 717F I I: r r' i 2 r N; •Jt ' 11t C'+Il o'V xIYPtw'.7 Mr ^i r~. S' L°(14 r~rcppppi s 'a li 'a of .•.t e ,~f4' t 4.J i~ y. x,.L f° 1 1~ „t T E n ti'~y.0: t. f a t 4 r a r r < n.s t ri i n Y A N'' M V it 6p~ Z'r > ~~,j sI~4 ~r@ ,~~iA ~ 1 r7 f ~ Y ~a~,rT~ i': tp p r vA 'T1f rY , i:' ,P~~ ' l` i rtf • iT i' .@ y ° ~ ~,w Yw`~'~ L1~'~t vE lS ) r s. @ ).J- er t+~F i i I 1 Aa~~ ~F ti7~e;Ok~xALTt}~ri~6y~tRria';t sa`u~enoe work within tdyM' 10)`daye +tft2r ttte date: M,rltter notice to cto ua,iihail h~vEa wit y~ivett to him, end to eubstlnk filly compote the same within IM After that dO'►e of the writfl h `notice to commence wor><,'subject to''auth` cxterslons 'of t1~m'd are pro*Wtd 14 the (merit and special Condltiot4, • . 1'itE OWNk.a agrees to ply the CONTRACTOR in current funds the price or prices shown in, ; the proposal, wkIch forms a part of thin rohtract, such payments to be subject to the `General and Special Conditions of the contract. IN WITNESS WHEREOF', the parties to these presents have executed this Agreement in the year and clay first above written. City of Dentzm, Tfexas Crookham & Vessels, Inc. T V Part of the 8e ad Part (CONPRAMR) P.rty tt i J 7nt Pert (01R) E I By - ATTF.9T:-~ AT7FST; 10 r, rJi t A , u .I 1! i it J e . . It e a ~ x;r ~ . Si~~`~i 1 rS. / ` tiPV' . 1 r• ~ P K r Q1 .J~ i 5 /o f F b,d. , c ~ B fy 111Y .i. r~ k r '2i dr i 't c v d SF~ '~tX ~ y J 14' { Y yr :_•E v ik ' 6 t'.~b ~ 7 r f~n~r X~,.. v~ .t~ ~f r ~ i1, r a i • r -w ~ 'i Q P1t1+A NCB/ Bb1Yll s STATZ Oil TEXAS COUNTY OF_ _.-!)P;!?:_._ j Ctt~okh~n & Vessela~ Inc___ YJ 6W ALL MEN BY THESE PRESENTS: That Hie City of-_.S~t"An County oi__-. C_aXs'ynand State oP_..__ Max" principal, and_1vat.ional. Bondir~ & Arc,icier}_IgUx.SXts6~dny._ _ authorized under the la%,d u? the State of Texas to act as surety on bonds for principals, are held and firmly bound (Owner), In the penal sum of-51 ~e~ight thousand six _ pxli~o J~$y_pL19 11are ($_68f.641-67 } for the payment whereof, 0e said Principal ' and Surety bind. tbemselves, and their heirs, adminiatrstcre, ex„ecntvrs. spa ea,~oi and asslpr~e, fointly; and, severally, by these presearts: Ww?'REAS, thd -t'rincipal has entered into 'a certain w ittah contract witb " the Owner, dated tie lth.rt+ Octcb6r 1977 to # V* 'N t'b41kt.tCi-j4 ft~-W '"t. 4goV0m8nt;j., P, YPOIK wWh ogaltract tt :bereby,"itfere'r+(` to and mlde a pW4 l 'as fa ft and to thu ~lqaffie, extent oe' if topftd at length hereinL 4EAIEMRS, TUl;',CONDrIION OF Mig OBLIOAV;ON I$ SUCH, . that If the said Princfp-%l shall faithfully Portorr i said Contract Arid shalt In all respecta duly and falthfully. obeerVe and per4m, all and singular the eovowts, conditionsi and agreements in and by said Contract ajjretid t o ooyeniked by the I'rin¢ip~ to be obderved srd performed, and according tp the true Mtem•Ahd meli#Ing Qf,stttd Contra flit d4 the Plans and {3peciPotions hereto armaxed, ' thcn'thia obiiP,aton ebaii',be voidi otherN4ab f atri in full force And eff@ i` . PRC`VIDEP91110WEVER, that this bond is executed pursuant to the provUlonn of 4 Alcle bled of the Revised CIVil Statutes of Texas as amended and all liabilities on th4 bond shall be a rrrgintd I,n dctordna" with the provisions of said Article to the same extent at it it were copied at le,igih herela.' Surety, for value received, stipulates and agrees that no thange, exte6lora of time, slteradon' or addition tr the terms of the contract, or to thi work performed thereunder, or the plena, specifications, or drawings accompanying ,the same, nhall In anywise affect its obligation on this T 'a ar t". U3 ,nt `'1 p. p y ! y3Y tf `^k' of r ~ 1cr i +A+..++I r YJ i +av W+ i'k :70 1`y;K p~f y• IWr4,F • +;t ~ "i,+E i I 1 n f t p . n I~Fh ~1 r; i ; t+h d4 a~tg ligl} , ats~# it does bereiir'walve Wtlpe of air +ineh,ehangot extension of tfthe, atteratlon or addition W tho terms of the contract, or to ►`rie work to 14 performed theretbu%r, IN M#ITNESS WHERE60, the srif'ki Principal and Surety have sisud and sealed this instru- meet thEgL_.ilth __day of____, Oct-~ber NATI01M. BCTI rW, Qi00[" & VMSEL_SI, INC. ACCmWr I*I.' IW1ru:,(XWmy Prlnclp~l surtty BY E m"t A'IZ~A3EY-1'+i-Pe1iC'I' A Addreea 1088, SHER", TX. 75090 Addresa_ 4242 t, Ti~DSC,T, BWD.,STg MMS, M.6310 w . x`be na_ mt# and ilddrea3 of the' Residen4 A *of Suer Ott; t ' INC, 1 '0 -k AS A r~ 1 I 1 4 y I,f d vl d: ' 4 "ry C' t . ~ N ilr~ Mhr, 4ktt IA1 J 'Evin'r ss fi~ n .r f++ 1 L i 4 p {y c1 T t+ya ♦ 1'I',y ~4 ti~ 2 ~V. J`' '4 a Y si4~' ti .hrv ao 7 54t.4 Ff tK 4~, , f v l 64✓' 1a K ~'+a ~~~wti r f t 1 , ribr °,x } . PEA a K STATE 014' TEXAS ) COUNTY OF ~t°n-_- t KNOW ALL MEN BY THESE PRESENTS: That..-._L' Inc- the City of-- S- e County and State ot.__ T 4..-- as principal, and National Z',_ rr~„Accident Insurance ? _ authorized under the laws of tl+e State of 'T'exas to act as surety on bonels for principata, are htild and firmly bound unto-AtYLaf _Dentm , Texas (Owners, Six ei ht thousand ii hundrod f____ _a= Dollars % 68.641. b1) in thena1 sum of , I far the payment whereof, the ".,d prfnelppl'00 Surety braid thr Aselves and their yheirtodminia- : tritore, expcutore, successors ana aasigiis, jointly `And serrarally, by, thews pre0ents: tho I' pad hat entered cAt'tal# writt}„ ';contract with the OWper, 1, 3 r U11t4d ,1h0'1!....:;~..dsy ot_,...f'.{.~Y 515rt- rport. z+ov fs►lE he t a3 l r ReloGai.ion bf M. ~ ,which-contract is hereby referred to end made A pRrt hereof as fully and to the Satre extot as it oopio at length` la"eln. y , .i NOW, THEROFORp1, TIC COMMON OP THIS O!SMGAT1OlQ 18 SUCH, that if tbs ; said Prlne!pai eball,pay all chfcns►nts eup~lying10or and material to him or a aiiboontrutim in the p roeecutioq o! the work provided ,tort i;: •ssla contract, then this obligation alx 1 be voJd I 1 I A, r otherwise W reMai in tuft xorce and ef~ect3, of A>rticlr~"6160 %t MOVID13% f lOWEVEft, that tills bond is execuieci par=asst to the praxis A a the Re0sed Civil Statutes of Texas;as amended ',and dill liabilities on this lyond'al►allbedetermined,in accordance with the provisions of said Article to the same extent as if it were copied et mgth herein. Surety, for, value received, stipulates and awrees that no change, extenslon of time, alteration or addition t the terms of the ©P,ptract, or to the work performed thereunder, or the pleas, spedfleatious or dnv Inge r.~eomd nyitig the asne, shall in anywise affect Its obligrtion on this A!~~~.. t~ ~V ~r {W¢(~ ,i ~ >,r * t ? ~i' e M.v ~~f~~'. * 1. e~ .~f f" 4i Y ~ M1.~ f$ryf l~'j "•f: i ~ i n a~. ~ ~ ~ SL 1 r A rS 4 V.~'~ I~M~ 1rok 4~~r1 LT ~Ci~'~~~dw 0 ~ ~!S V ~~t + H~ r ~ f`. 'h y+~.',r kk,.a ~y~) 'J. ,°f FT. 4 ~r ~+rfq ~rd~pc y ,~~y yy .rs~ v~ ~ +ra 'i ~~l ~~`y. ~"'~L•b , atRexti+ a 4r dnioa bond, rr►ct it dace hereby wsl d Aoace of i►nY iplct~ ctii(4% l L►ngion of go to the terms of the contract, or to the arork to be rformed thereunder.' y i w~~ri+iEM WMAE W , the seta 1'rinctpaf `si~tl Suety lave .;rhea a a' ea ibis t alm• meet thia 11th _day of_ Uctdber 1077 NATIML BONC)M & CAQCIO M & VESSELS, INC. AMI[FNP I UAkXE OCMPAW ~rrodai ; sdt~ r C ~ IF~WITH, ATIORM, -IN-Ft,•r Address,BOX 1088, Sf~FQ4I No TX. 75090 Addrem 4242 LI1 MT., BLVD.,ST.TDOtS, MD. 63108 710 a to, Morelli of Epp l Wdegt A$Ui nt Ourett~ A a IN C. ~ 1. e w i I ' Jar- . , , • f 1 , ~ «t l ~ofy~~py Kf' ° ,a It ~ ~r J .~i'I~ jd r'c..'~ C 1 f"4 ~ Y 1;y 1 ~ P $^i~ ` .t ~!,ti41 _ _i Via:',{:, l-•_~ ..h2..:5.~ 111'ationitt Bonding artdAccide-ntInSUMtlee Company ANON' A POWER OF ATTORNEY //101- 0 ' All. MIN HY' IIfISEI PHfitNIS. that the NATiONAI BONDING AND A014 N' 'I I,NSI RANC'L COMPANY,a corporation Jul), organlted and exiling under the laws of the State of New Yurk, and having its prindpal ogkor in IM (7ty of New York, New York, bath made, conslifuled and appointed, and doer by These preverlls make and canstitule and appoint ' SIARY L. TATRO, DEABIE SMITH, MICHAEL P. W 11SENANT, and JOHN D. FULKERSOY U of Dallas, Texas and each of them its true and lawful Attorney-in I act, to make, ete.pnr, seal and dellver fur and on irv hehalf ar surety any and all bonds or undertakings and the execution of such bonds or undertakings in pumuan,e of these prewitts, vhull be hindinfr upon grid Cor,,pany a, fully and amply, to all intents and purpo,c., As if such bonds were signed by the Presidenl, scaled wilh the corP,,rFle w,11 of the Company and duly attested by hs Se, rc•tauy, hereby ulifying and conlinnine all the a~,Is of trid Attorney-in-fact purvcanl to the p-,wcr herein liven, This Power of Attorney made and eu•euted pursuant to and by authority of the following res,ilutions adopted by tl+c Bound of Directors of the NATIONAL BONDINGis AND A(CiDENT INSURANCE COMPANY at a rna:fing duly called and held on the 1 tth day of blanch, 1972 ' Hemitved, i hat the President, or any Vice-President, may execute for and In behal(of the company any and all bonds, r cOgnitances, contracts of indemnity, and all other wriliryts obligatory in the nature thereof, the came To he alk.led when necccsary and the seal of the company affixed thereto by the Scctetary, or any Aworint Secretary; and that the Presidenl, or any Vice-President, may Appoint and authorize an Attorney-in-Pact !o cxecutr on behalf of the company any end all suc1, instruments and to sffux the seal of the corn- ' Pany thereto; And that the President, or any Vice-President, may at any time remove such Attorney In -I act and revoke all power and authority given to any such Attorney-in-Facl. Retolv:d; That Attorneys-In-fact may he given full power and suthorit to execute for and In the name and on behalf of the com- ,nany any and all bonds, recognitances, contracts of indemnity and all other writings obligatory In t:,e nature thereof, And any such instrument executed by any such Attorney-in-Pact shall be as biruling upon the company is if signed by the President and sealed and attested by the secretary. and, further, Attorneys-in Vact are hereby authorized to verify Any affidavit required to be attached to bonds, recognitances, euntracts of Indemnity, and in other writings obligatory in the nature thereof, and are also authorized and empowered to certify to a copy of any of the by-laws of the company as well as and resolution of the Directors having to der with the execution of bonds, recognitances, contracts of Indemnity, and all o,her writings obligatory in the nature thereof, and tc certify copies of the power of Attorney or wish regard to the powers oCany of fire offices of the company or of Attorneys-in,Fact, This posses of attorney is signed and sealed under the authority of the following Resolution adopted by the Directors of the NATIONAL BONDING AND ACCIDENT INSURANCE COMPANY at a meeting duly called and held on the l bth day of March, 1972: "Resolved: That the elpature of the Presklenl, r: tiny Vkc.President, and the slgnafurt of the Secretary or any Asalslanl SeerelaTy my be afftred by facsimile to any power of attorney or in any certificate relallri thereto s infin{ AfforaWAn-Feel fm only of eficeuting and attesting any bond, undertaking recognarance or other wriuen obligation in the nature sf and any purposes signature and seal where so used, beinft hereby adopted by the company as the company a the uOgInal sigrutt„ A officer, to W valid and binding upon the company w Ih the ume force at,a effect is though mfnuilly affixed." ' IN WIINI'SS WHEREOF, the NATIONAL BONDING AND ACCIDENT INSURANCE COMPANY, has caused these presents to be signed by Its President and its corporate seal to be hereto affixed, duly elicited by its Secretary this 4th day of April, 1917. ' NATIONAL BONDING AND ACCIDENT INSURANCE.' COMPANY Attest: By Secretary 11, President STATE' OF MISSOURI CITY Of' ST. LOUIS On this 4th day of April, 1977, before me rionall came F. Car Schumacher. It, Pcifilient and vice Presldeci and secretary of the NATIONAL BONDING AND A(('([)[ nr INSURANC-LrCOMPANY rnhme pcru pally knownn to be the Individuals and Officers described In and who executed the preceding Inslrumcnt' aril they Acknowledged the execution of the same, and being by me duly swain, %ayeth that they are the sail officers of the Company aforesaid, and Ihat the seal affixed to they receding instrument Is the ctrrpoute seat of said Company and that the said corporate .cal and their signatures as such officers is duly affixed and subsctibed to the %dol initruincnt by the aulhorify and direction of the said Company. tpo1AR}~ , rt;+0upsla~ ohnT Sapp Notary Public Fyt~ . (My Commisslon E.xplres Much I2, 19791 CERTIFICATE f, the undersigned, Assistant Secretary of the NATIONAL BONDING AND ACCIDENT INSURANCE C'OMPANY,a New York Corporallon, do hereby certify that the forcomi power of atfor-ney Is in hull force And has not been revoked; and futlhermore, (hit the Ptsolutions of the Board of Director%set forth in thhe power of attorney are now In force, Signed and sealed at the CITY of St, fouls. hard Ihls ~ v I day of Otd)er 19 77 . r, a a r \I NB 6745 Asvi-ran! Secretary ar ~Si nn n Manb L kclenaa+, fneerpaer.e 109 Ho,IS Akard Slr►et, Villas, Tuss :S?oI IRTIFICATE OF INSURANCE 21ur1:.19411 Tole. 71-0519 tiTEa 10-_2_6-77 ks COMMERCIAL UNION ASSURANCE COMPANIES Or, is to Cerrlfy, that policies in 6e name ,f t e NAMEI CROOKHAM b VESSELS, INC. S This Certificate of insurance INSURED C. V. H. rQUIPMENT COMPANY neither affirmatively not AND I P. 0. BOX 1088 negatively amends, aatends or ADDR E6S alters the coverage afforded SHERMAN, TX 75090 by any policy described herein. I in force at the dote he-tool, a• follows: _ AMENDED - - _ -w---^ KIND OF POLICY LIMITS INSURANCE POL ICY NUMBER PERIOD WORKMEN'S W'ORKMEN'SCOdPENSATIONINS. STATUTORY OMPENSATION AND WC F8 C50 75 34 Elf 9-19-77' ` - EMPLOYER'S LIABILITY Ee 9-19-78 EMPLOYER'S UAl41LfiY rNS S 500,000. COMP REHENSIVE BODILY INJURY PROPERTY DAMAGE GkNERAL CL NE D93 96 25 9-19-77 LIAb1LITY Efl. 9-19-78 S ,000 Each occurrence S * ,000 Each accurreoca Agate ore $ * 0003 Agsre)erE~ NUFAClt$RERS' AND 01. S ,000 Each e:cvrrenca $ 000 Each eccurtence NTRACfORS' LIABILITY - - i0~@.air HERS' L.%NDLORDS` - - Eff. S 000 Each o.currence S 000 fact a:can~ne. TENANTS'LIABILITY Eep. S 0004,e;1r.0 CONTRACTUAL Eff, 9-19-77 T dr Each occurrence S LIABILITY CL NE D 93 96 25 000 E r ,000 Each occurrence In.9-19-78 S * 000 A,gregste AUTOMOBILE LIABILITY - - OWNED AUTOMOBILES Eff. S ,000 Each person S ,000 Each occo"e'lee HIRED AUTOMOBILES Fop. S 000 Each occurrence N_ON-OWNED AUTO$ _ mPQEHENSIYE AUTO- Elf. 9-25-77 S SOD ,000 Each person S 100 .000 Each occurrence MOBILE LIABILITY CL NE D96 80 58 _ Ee .9-25-78 S 000 Each eccur,ence -YU UMBRELLA CembtnM - S En single limit_^- tt EN E`er--_ A;gregore net applicable If Owners , Landlords' and Tenanes' Lialility rnsurance eeeludos skucturor eRaoNun., new eonslruerion and dernolorton. *$500j000. COMBINED SINGLE LIMIT FOR BODILY INJURY AND PROPERTY DAMAGE. I' JFCT: DENTON MUNICIPAL AIRPORT IMPROVEMENTS, PHASE I. ACOITIGNAL INSUREDS: CITY CIF DENTON, TX & SHIMEK, JACOBS 6 FINKLEA, .P.NrINEERS; 1300 ADOLPHUS TOWER the event of any ntatariol change in, or cone.ellation of, said policies, the undersigned company will QIveDALLAS, TX 10 DAYS _ written notice to the party to whom this certificate is Issued. UTIFICATE ISSUED T0; , E. ---A-Cr-.h _ t.nY. A..n N 6 ---.'+s lU N.Onltr6 of NNf er.I: rellY tf t CITY OF DENTON +~y~ DFNTON, TX VARSH & 14CLUIN.~~ lr~,ittC. a~-~1.lrrl .~~.s VICE PRESIDENT CITY OF DENTON, TEXAS DENTON MUNICIPAL AIRA-)RT AfkPOR1' IMPROVEMENTS PHASE I 1 SPECIAL CONDITIONS SC. O1 GENERAL The provisions of this section of the specifications shall tie event of any conflict between them and the "General Corktitions ofgAgree- ment'. SC,02 ENGINEER The word "Engineer" in these specifications Shall be understood as referring to Shimek, Jacobs & Finklea, Consulting Engineers, 1300 Adolphus Tower, Dallas, Texas., Engineer of the Owner, or such other repro s,ntative9 as m-Ay be authorized by said Owner to act in any particular position. SC.03 IPCATIONaP PROJECT ' This project is located at the north end of the Denton Municipal Airport. A location map is included in the plans. ' SC.04 SCOPE WORK The work to be performed under this contract consists of furnishing all ' mater;ais, labor, supervision, equipment, Lnd all incidentals required, and per- forming all work necessary for the relocation';;~t approximately 3000 linear feet of F.M. 1515 at the north end of the Dentoi. Mun,tolk`gl Airport. SC.05 FORMS PLANS AND SPECIFICAT ONS Forms of Prooosal, Contract and bonds, End Plans and Specifications may bg obtained from the office of Shimek, Jacobs & Finklea, Consulting Engineers, 1300 Adolphus Tower, Dallas, Texas, upon deposit of Thirty Dollars ($30.00) per set. The sum deposited will be refunded, provided the prospective bidder complies wihh one of t1a following requirementes F~ (a) If no proposal in submittedr All documents must be returned in good order to the above office, not later than tarty-eight (48) hours after the t,lmo and date of receiving proposalso or (b) If aropoeal is subnittede All eocuments except proposal forms submitted as bid must it returned in good order to tho above office within, M- teen (15) days after the time and date of receivinj pro- posals. SC-1 r... 14 Provided the prospective bidder complies with neithgr of the two above ' requiremeets, the sum deposited shall become the property of thEi City of Denton, Texas. SC.06 EXAMINATION OF SITE' OF PROJECT Prospective bidders shall make a careful examination of the site of the project, conditions to be encountered, improvements to be protected, and require- ments for keeping the airport operational during construction. SC.07 QUA..IFICATION OF LOW BIDDER Worn being awarded a contract, the low bidder shall submit such evi- dence as the Enjineer may require to establish his financial responsibility, ex- perier,:e and possession of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. Should the low bidder fail to produce evidence satisfactory to the Engineer on any of the foregoing points, he may be disqualified and the work award- j ed to th.l next. low bidder so qualifying. SC.08 ).WARD OF CONTRACT q 2t is tee intention of the Winer to eward a contract on the basis of the lowest acceptable bid submitted by a qualified bidder, as determined by the owner. 1 The right is reserved, as the interest of the Owner may requirh, to reject any and all bids and to waive any informality in bids received. The City of Denton will notify the successful bidder, in writing, within Thirty (30)days after Vie date of receiving bids, of its acceptance of his proposal, The Contractor shall complete the execution of the requited Bonds and Contract within ten (10) days of such notice. ' SC.09 TIME ALLOTTED FOR COMPLL11ON' ' All items of work included under this contract shall be completed within ninety (90) consecutive calendar days# which time shall commence on the tenW (10th) day after the Issuance of the Work Order. The Work Order shall consist of a written request by the Engineer for the Contractor to proceed with construction of the pro- ject. SC.10 ADD211DA Bidders lesiring further information, or interpretation of the plane and specificatf-•ns, muit make request for such information to the Engineer prior to forty-eight: (48) hours before the bid opening. Answers to all such requests wilt be given in writing to all bidders in addendum form and all aoldenda will be bound witii and made a part of the contract documents. No other explaration'or interp e- Cation will be considered official or binding. Should a bidder find discrepane es ' in, or should he ie in doubt as to their meaning, he aball at once notify tl'e Engi- neer in order that a written addendum may bA sbnt to all bidders. Any addenda issued prior to twenty-four (24) hours of the opening of bids will be mailed or delivered to each Contractor contemplating the submission of a proposal on this work. The proposal as submitted by the Contractor will be so constructed as to include any addenda if such are Issued by the Engineer prior to twenty-four (24) hours of the t openinq of bidet. 5C-2 SC.11 LI IDATFU DAMAGES FOR DELAY SY CONTRACTOR ' The Contractor agrees that time is of the e3sence of this contract and that for each day of delay beyond the date agrees upon for the completion of all items of work heroin specified and contracted for (after due allowance for ' such extension of time as is provided for in the General Conditions of Agreement), t:1e owner may withhold permanently from the Contractor's total compensation the sum of one Hundred Dollars ($100.00) per day as stipulated damages for each day. ' SC.12 COPIES OF PLANS AND SPECIFICATIONS FURNISHED Five (5) sets of plans and specifications shall be furnished to the Contractor, at no charge, for construction purposes. If plane have been reduced to one-half size, three (3) sets of those, together with two (2) sets reproduced on the original scale, shall constitute the five (5) sets of plans furnished to the Contractor. Additional copies may bo obyained at cost of reproduction upon request. SC.13 STATE AND CITY SALES TAXES ' The Contractor's attention is directed to Amendment No, 7 to Section Gat Article 20.01, Chapter 20, Title 122A, Taxation-General of the Revised Civil Sta- 'cutes of Texas. ' This amendment provides that all items used or consumed by a contractor, whether incorporated into the project or no1# can be purchased free of State and city sales tax when the project Iv being perforattmd for an exempt agency. Included are equipment rentals and other ite3as which are consumed by the Contractor but are not incorporated into the project. Thia contract is issued by an agency which qualifies for exemption pur- suant to the provisions of Article 20.04 (f) of the Texas Limited Salos, Excise and Use Tax Act. The Contractor performing this contract may purchace, rent, or lease all materials, supplies, equipment used or conatuaed in the performance o". this p.Intreet by 'issuing to his supplier an exemption certificate in lieu of the taxo said &xemp- Lion certificate complying with State Comptroller'a ruling #95-0.07. Any such exemption certificate issued by the Contractor in lieu of the, tax shall be subject to the provisions of the State Comptroller's ruling N95-0.0:1 as amended to be ef- fective October 2, 1968. SC.14 MERENCE SPECIFICATIONS 1 Where reference is made in these specifications to specifications compiled by others, such reference is made for expediency and standardization from the material supplier's point of view, and such specifications referred to &re hereby made a part of these specifications. SC. 15 TRAD£. W MATERIALS No material which has been used by the Contractor for any temporary pur- pose whatever is to be incorporated in the permanent structure without written con- sent of the Engineer. SC-3 Where materials or equipment are specified by a trade or brand r me, it is not the intention of thei Owner to discriminate against an equal product of another manufacturer, but rather to set a definite standard of quality or parformance, and to es£~ablish an equal basis for the evaluation of bids. Where the words "equi- valent", "proper", or "equal to" are used, they shall be understood to mean that the thing referred to shall be proper, the equivalent of, or equal to some other thing, in the opinion or judgment of the Engineer, unless otherwise specified all materials shall be the best of their respective kirels and shall be in all cases fully equal to approved samples. Notwithstanding that the words "or equal to" or uther such expres- sions may be used in the spw ifications in connection with a material, manufactured article or process, the material, article or process specifically designated shall ' be used, unless a substitute shall be approved in writing by the Engineer, and the Engineer shall have the right to require the use of such specifically designated material, article or process. ' SC.16 PERMITS AND RIGHT-OF-WAY The Owner will provide rights-of-way for the purpose of construction without ' cos,`, to the Contractor by securing hermits in areaa of public dedication or by ob- taining easements across privately owned property. It shall be the responsibility of th;- Contractor, prior to the initiation of construction on easements through pri- vate property, to inform the property owner of his intent to begin construction. Before beginning construction in rheas of public dedication, the Cont.rae,`.or shall in- form tht~ agency hav!.ng jurisdiction in the area forty-eight (48) hours prior to initiation of the work. S0,17 a'-IOPERTY LINES AND MONUMENTO Thtii Contractor stall protect all property corner markets, and when any suvh markers or monuments are in danger of being disturbed they shall be properly referenced and if disturbed shall be res6t at the expense of the Contractor. SC.18 EXISTING STRUCTURES The plans show the location of all known surface and subsurface structures. However, the Owner assumes no responsibility for failure to show any or all of these structures on the plans, or to show them in their exact location. It is mutually agreed 'that such faiaure shall r,ot be considered sufficient basis for claims for addi- tionO !o!opensation for extra work or for increasing the pay quantities in any man- ner whatsoever, unless the obstruction encountered is such as to necessitate changes in the lines or grades, or require the building of special work, provisions for which are not made in the plans and proposal, in which case the provisions in these speci- fications for extra work shall apply. SC.19 EXISTING UTILITIES AND SERVICE: LINES The Contractor shall be responsible for the protection of all existing utilities or service lines orboved or exposed by his construction operations. Where existing utilities or service links are cut, broken or da tged, the Contractor shall replace the utilities or service lines with the same type of original construction, or better, at hij own cost and expense. Power poles which interfere with the pro- posed improvements shall be relocated by the power company. ' SC-4 F 9C.20 PUBLIC U'T'ILITIES AND OTHER PROPER1"d TO BE CHAN_GEp In case it is necessary to changc cr clove the a public utility, such property shall not be moved or rized by the utility compan interfered with nuynh4le~utho the of ' e owner of public ti ' y and approved b,,r the Engineer. The right is reserved to utlities to enter upon the limits Of the project for the pur- pose of making such changes or repairs of their property that may be malt' necessary by the Performance of this contract. SC.21 FENCES, DRAINAGE CHANNELS AND CROP DAMAGE or other ' shall be replacedyinethessame location improvements and left in removed to condition permit of grid construction ejection after the work of construction is completed, grade and cross SC.22 PROJECT MAINTENANCE The Contractor shall maintain, and keep in good repair, the improvements ' covered by these plans and specifications during the life of his contract. SC.23 CLEANUP During Construction, The Contractor shall at all times kee t as free from all material, debris and rubbish as is p he fob site Practicable sauce from any portion of the job,alte when it becomes objectionable orainterferes with'the prograas of the project in the opinion of the Engineer or the owner. Pinal. Upon completion of the work, the Contractor shall r ' site all plant. materials, tools AM ngi save from the e with an appearance acceptable to tha Enginneeertatdltheipwner.h~ and leave the site 'by him thoroughly clean all equipment and materials installed ane shall ell shall over such materials and equipment in a bright, clean, polished and new-appearing ~cor-dition. SC,24 GUARANTY AI;AtNST DEFECTIVE_ WORK . ' The Contractor shall indamnify the Owner against any repairs which may be- come necessary to any part of the work performed under the contract, arising from defective workmanship cs• materials used therein, for a pariod of one (1) year from the date of final acoeptance of the work. SC.25 T`ESTIN4, INSPECTION! AND CONTRLL ' Observation of the Contractor's work to determine compliance with the plans and specifications will include testing of material installed on the project. Testing of work performed and materials furnished shall be done by a commercial laboratory employed by the Owner. The Contractor shall furnish, at his o all necessary specimens for testing of the materials. If the Contractor fillsPtoae, meet specified conditions by the second test, further tests shall be at the expense of the Contractor. SC.2f COOKI INAT~ ION-WI RS ' In the event other contractors are doing work in the same area simul- taneously with this project, the Contractor shall coordinate his propoaed construc- tion with that of the other contractors, 1 SC- 5 SC. 27 BARRICADES, LIGI1'rS AND WATCfbMN Within the liLaits of the work under this contract, the Contractor shall, at has own cost and expense, furnish and erect such barricades, fences, lights, and danger signals, shall pro ide such watchmeati, and shall provide such other pre- cautionary measures for tbs protection of persons or property and of the work as are necessary. Barricades shr l be painted in a color that will be visible at night. From sunset to sunrise, the Contractor shall furnish and maintain at least one light at each barricade and sufficient numbers of barricades shall be erected to keep ' vehicles from being driven on or into any work under construction. The Contractor shall furnish watchmen in sufficient numbers to protect the work. ' The Contractor will be held responsible for rill damage to the work due to failure of barricades, signs, lights and watchmen to protect it and whenever evi- dence is found of such damage the Contractor shall immediately remove the damaged portion and replace it at his cost and expense. The Contractor's responsibility for the maintenance of barricades, signs, and lights, and for providing watchmen shall not cease until the project shall have been accepted by the Owner. ' SC.28 DISPOSAL OF WASTE AND SURPLUS EXCAVATION i All treea, stumps, slashings, brush or other debris removed from the site as a preliminary to the construction shall be burned or removed from the property. Any caquired disposal permits shall be the sole responsibility of the Contractor. All excavated earth in excess of that required for backfilling shall be ' stockpiled on the airport property for use in constructing improvements to the air- port. , ' SC.29 WATER FOR CONSTRUCTION The Contractor shall make the necessary arrangements for securing and transporting all water required in the construction. t FC.30 INSPECTION ' The word "Inspection", or other forms of the word; as used in the Contract Documents for this project, shall be understood as meaning the Engineer will observe they construction on behalf of the Owner. The Engineer will observe and check the ' construction in sufficient detail to Satisfy himself that the work is proceeding in general accordance with the Contract Documents, but he will r)t be a guarantor of the Contractor's performance, ' SS C.31 LIGHTS AND POWER The Contractor shall provide, at his own eAxpense, temporary lighting and power facilities required for the proper prosecution of the work. SC.32 INSURANCE Before the Contractor commences work in connection with this contract, or before he allows any subcontractor to commence any work, he shall purchase compre- hensive general liability insurance with bodily injury limits of not less than S300,000'esch occurrence and $300,000 in the aggregate, aryl property damage limitil of not less than $50,000 each occurrence and $60,000 in ►hi aggregate, and shill It,- elude as an additional insured in such policy the Owner, the Engineer, and choir agents and employees as additional insu►:ed-s. At the Contractor's option he may furnish an SC-6 -7 77 owners and Contractor's Policy with the owner as insured and the Engineer, their agents and employees as additional insureds. t The Contractor shall furnish a certificate of insurance for the above coverage with a provision that the Owner will be notified by the insurance cor pang ten days (10) prior to cancellation of the policy during the term of this contract. SC. 33 CONSTRUCTION LAYOUT AND STAKING Construction layout and staking for this project shall be perfors.ad in accordanre with paragraph 50-06'of General Provisions, Sac,tlon 50, CONTROL OF W tX. ' SC. 34 COOPERATION OF CONTRACTOR The Contractor shall have on the project at all times, as his agent, a competent Superintendent capable of reading and thoroughly understanding the plans and specifications and thoroughly experienced in the type of work being performed. The Superintendent shall have full authority to execute orders or directions and to promptly supply such materials, equipment, tools, labor and incidentals as may be required. Such superintendence shall be furnished irrespective 4 the amount of work subcontractod. The Superintendent and the Contractor shall be responsible for all work performed by the subcontractor at all times during construction. SC.35 CONSTRUCTION SCHEDULE Prior to starting work, the Contractor shall submit a proposed schedule for the work included herein and shall submit any major revis_ons to this schedule ' as the project progresses. This schedule shall provide for completion of the pro- ject within th` time Frovided in the specifications. r ' SC-7 SPDUAL PROVISION AIR AND WA'TFR 10UMMI CONTROL DFS I ONt This work shall consint of control measures as shown on the plans or ordered by the engineer during the life of the contract to control air and water polutton, through use of berms, dikes, dams, Pediment basins, fiber m%te, netting, gravel, mulches, grasses, elope drains, and other control devices or methods, The pollution control provisions contained herein shall be coordinated with the perm[.nent cons o testures specified elsewhere in the contract to the extent ;r1;`1ca1 to assure economical, effective and ccntinuous control',, 3*; out the construction and preconstruction period. 16A11 TER_,IA t a, Wches may be hay, M raw, fi'aer mate, netting, wood cellulose, "morn or tobacco stalls,, be.:'., corn cobs, wood chips, or other suitable materials aro~iptable to the engineer and shall be reasonably clean and free of noxious weeds and deleterious materials. b. Slope drains mky, be constructed of pipe, fiber ss►te, rubble, Portland Cement Concrete, bituminous concrete, plastic sheets, or other material acceptable to the engineer that will adequately control erosion, a, Grase shall be a quick growing species (such as rye grass, iteatu rye gntse, or cereal grasses) suitable to the area providino. a to oornry cover which will not later compete with grasses %...•n or otherwise planted for later cover. d, Fbrti:iser and soil conditioners shall be a standard commerical grads, acceptable to the engineers e, Others of specified by the engineer. Bach work may invol•re the construction of temporary berms, dikes, dames, mediment basins, sloi.e draii,a, and the use of temporary malchee,nate, (seeding) or other eontrol•devices or methods as necessary to control water erosion and to apray msethods# similar in nature, to control air pdUntion as practicable,, Out slopaa shall be seeded and iaulebed as the excavation proceeds to the extent considered desirable and practicable. i 2 ' The contractor will be required to incorporate all per (tent erosion control features into toe project at the earliest practicable time as outlined in his accepted schedule. Temporary pollution control measures will bb used to correct conditions that develop during construction that were not foreseen during the d•sign stage) that are needed prior to installation of permanent pollution control features) or that are needed temporarily to control erosion that developes during normal construction practices, but are not associated with permanent control features on the project. ' 'Where erosion is likely to be a problem, clearing and grubbing operations should be so scheduled and performed that grading operations and permanent erosion control features can be followed immediately thereafter if the project conditions perm!,t; otherwise temporary erosion control m no conditions easures may be required between successive construction stages. Under 1 at one time by clearing andr~grubbing,oexceedi7500000tsquare material without approval by the engineer. ' The engineer Pill limit the area of excavation, borrow and embankment operations in progress commensurate with the contractor's capabilit Mil progress in keeping the finished grading, mulching,'seeding$ and other such perrAneat pollution control measures current in accordance with the ' accepted schedule. Should seasonal limitations make such coordination unrealietia, temporary erosion control measures shall be taken immediately to the extent feasible and da,~tifie4- r Under no conditions shall the amount of surface area, of erodible earth material exposed at one time by excavation, borrow or fill within the right-of-way exceed 750,000 square feet without; prior approval by the engineer. The engineer may increase or decrease the a-avunt of surface area of t erodible earth materials to be exposed at one time 5v clearing and grubbing, excavation, borrow and fill operations se determined by his analysis of project conditions. The contraotor will not be permitted frequent fording of live streams with construction equipment) therefore, temporary bridges or other ' structures shall be used whenever an appreciable number of streft erossinge are neceseary. All waterways will be cleared by the contractor as soon as practicable of falsework, piling, debris, or other obstruotione placed during construction operations and not part of the finished work, 1 3 Water from aggregate va:+hing or other operations containing sediment shall be treated by filtration, a settling basin or other means sufficient to reduce the sediment content to not more than that of the stream into vhich it is disc},arged. I Pollutante, auels, lubricants, bitumen raw sewage and other harmful materials, will not be discharged inte near rivers, streams, and impoundments or into natural or manmade channels leading thereto. Wash water or waste from concrete mixing or coring operations shall not be allowed to eater live streams. Under no conditions shall tires, oils, asphalt, paint, or coated metals be permitted in combustible waste. piles. Udder no conditions shall burning be permitted within IM feet of a residentiol or built-up area. ' Burning will not be permitted unless the prevailing wind is away from s nearby town or built-up area. Burning will not be permitted during a local air inversion or other ol}matic condition as would result in a pill of smoke over a nearby ' tovu or built-up area.. , Burning will not be permitted when the danger of brush or forest fires r is made known by state, local or Federal officials.. The also and miner of fires shall be rratricted to avoid the danger of bnsle or forest fires. Fires shall have reasonable surveillance I and countermeasures shall be available to guard against such dangers. Control of dust and other air pollutants is the responsibility of the r contractor. Like provisions applicable to dust, air borne materials as carried by the wind apply equally V3 the water erosion conditions stated. r Doat collecting and dust preeipiteting equipment and materials applicable are to be incorporated as needed, r Dating conditions will be controlled through tenporM mwlch with or vithout seeding, water application by sprinkler tracks, covering of haul vehiclefs stabilizing agents In solution, dust pallativesj pens. tration aepheit on temporary roads, wood chips, plastic sheeting, but i r r r b ' mainly through the scheduling of work and the controls needed to minimise exposure to dusting conditions. The engineer may increase or decrease the restrictions during life analysis of the project conditions. ' Yn the event of conflict between these retiuirements End pollution control laws, rules, or regulations of other Federal or State or local agenci.s, the more restrictive lava, rules, or regulations shall apply, KMOD OF MF,ASURDOIT AND PAYMEN'T': ' In the event that temporary -.,eosion 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, and arc ordered by the engineer, such work shall be performed by the contractor at his own expenee, Temporary erosion and pollution control work required which,is not attributed to the r contractor's negligence, carelessness or failitre to install permanent controls, will be performed no ordered by the engineer. lbv" the vork to be performed is not attributed to the contractor's negligence, carelessness or failure to_ install pei'OAent controls and fe.11s wl.thio the apcaificaticos for a work 1tek that has a contract prico, the units of work shall be Maid fo st the proper contract price. Shaild Me work not be coa;ua able to the pri)ject work under the appliOble contract items, the contractor eball be ordered to perform the v rk on a force accowit tapis, or by agreed ' unit prices. Ia case of repeated failures on the part of the contractor +to control erosion, }pollution, and/or siltration, the eno~eer reserves the right to employe outside assistance or to use his own forces to provide the necessary corrective measures, Such incurred direct cost plus appropriate engineering and administrative costs will be charged ' to the contractor and appropriate deductions trade fr*xu the contracto•,r's progress estimate. Temporary pollution control may include construction work outside the defined vork area where such work is neceseuT as a result of ,borrow pit operations, haul roads and equipment storage sites. The control features installed by the contractor shell be acceptably maintAiined by the contractoro r 9ANIM FACILITIES; The contractor shall provide suitable sanitary facilities for use of his employees and inspection personnel. Such facilities, temporary or permanent, shall nest local sanitary eoden, and My, not contribute untreated sewage to any dry or flowing watercourse. There will be no ceparate payment for Ole item# 1 w i wpm ' 10/24/74 AC 150/5370.10 DIVISION I GENERAL PROVISIONS S ECT IOi 10 DEFINITION OF TER?, Whenever the following terms are used in these specifications, in the contract, in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTQ. The Amerit-in Association of State Highway amd Transportation Officials, the successor association to AASHO. 10-02 ACCESS W. The right-of-way, the roadway and all inprovo ants constructed there n connecting the airport to a public highway. r 1010-0__ _ 3 ADAP, The Airport Development Aid Program, a grant-in-aid program, administered by the FederAl Avlation.,Adainistration. 10-04 ADVERTISEMENT. A public announcement, as required by local law r o inviting bids for work to be performed and zaterials to be furnished. a 10.05 AIR OPE XATIONS AREA. For the purpose of these specifications, the i tarp air operations area shell mean any area of the airport used or Intended 1 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. I i 10-06 , At ORS, Airport means an area of land or water which is used or lntanled to a used for the landing and takeoff of aircraft, and includes its buildings and facilities, tf any. 1)IV I Fags 1 l~t~iINWON ~11~ r r AC 150/5370-10 10/24/74 1 ' DEFINITION OF URMS 10-07 ASTN. The American Society for Testing and Materials. 10 acceptances by the owner, of the successful bidder's ►~11 -Og AfiAFtD. The proposal. ' -09 BIDDER. Any individual, partnership, firm, or corporation, acting i e Q directly or through a duly authorised representative, who submits a propose for the work contemplated, 10-10 BUILDTNG AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon. 10-11 CALENDAR NAY. Every day sho+n on the calendar. 10-12 CHANGE 0 E . A written order to the contractor hovering changes in e plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjuatm~nt, if any, for the work affected by ouch changes. The work, covered by a change order, shall be vithin 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 Fora; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The ' Plans{ and any addenda issued to bidders. 1044 CONTRACT ITEM P Y 1'IEM) A spe'' t"Mc unit of work for which a r pR ca is provided in the contract. 10-15 CONT C7 T1 . "-,'he number of calendar days or working days, Jtaced is the proposal, alluwcd for completion of the contract, including authorized timo extensions. If `a calendar date of completion is stated in r r i DID` I i Page 2 -7 -7 ' 10/24/74 AC 150/5370-10 DEFINITION OF TERMS the proposal, in lieu of a number of calendar or working days, the contract ' shall be completed by that date. ' 10-16 T TO . The individual, partnership, firm, or corporation primarily a Is for the acceptable performance of the work contracted and for the payment of all IeGa1 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, ditchev, and strijetures by ' which urface or subsurface waters are collected and conducted from the airport area, ' 10-18 E' UINE t. The individual, partnership, firm, or corporation duly authorized by the owner (sponsor) to be responsible for ergineering supervision of the contract work and acting directly or through an authorized representative, ' 01 19 E U PMERT, All machinery,, together with the necessary supplies for { upkeep an maintenance, and also all tools sn3 appatAtus necessary for the proper construction and acceptable completion of the work, 0l 20 EXTRA '0,19, An item of work not provided for in the awarded contract as prat/ oously-modified by change order or supplemental agivement, but which ' to found by the engineer to be necessary to complete the work within the intended scope of the contract as previously modified 40-21 FAA, The Federal Aviation Administration of the U, 8, Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his duly authorized representative, 1 10-22 FEDML SPECIFICATIONS, The Federal Specifications and Standards, ' and supplements, amendments, and indices thereto are prepared and issued by the Ceneral Services Administration of the Federal Government. They say be obtained from the Specifications Activity, Printed Materials Supply ' Division, building 1970 Naval Weapons Plbnt, Washington, D, C, 20407, DIV 1 page 3 AC 130/5370-10 10/24/74 ~j DEFINITION OF TEAMS 10-23 INSPECTOR. An authoritod tapresentativa of the engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the "naterinls furnished or being furnished by the contractor. 10-24~TRTION OF TERMS. Whenever, in these specifications or on the plans, the words ndicected," "required," "permitted," "ordered," "designated," "prescribed," or aords of the like Import are used, it shall be L-aderstood that the direction, requirement, permission, order, designation, or prescription of the engineer is intendedt 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 fini°.1 determination of the owner. Any reference to a specific requirement of a numbered paragraph of the contre:t specifications or a c0 ed 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;23 WO T . The officta3 testing laboratories of the owner or such other laboratories as may be designated by the engineer. 10-21 110" TINO. A system of fixtures providing or controlling the light ' sources used an or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illumiW ing devices used on or near the airport or to aid in the operatior. of aircraft landing at, taking Of from, or thxiing,on the airport surface. 10-27 MA. OR AND MINOR C N2 TRACT LM. A major contract item shall be any itam that is listed in the propt,lal, the total coat of which is equal to or greater than 10 percent of the total amount of the awarded contract. All other items shall be consideredioinar contract items. O- d T91tM, Any substance specified for use in the construction of the worm. Page 4 DIV I 77 7777, T 7-777. j r10/24/74 AC 150/3370-10 DEFINITION OF 'TERM 10-29 NOTICE TO Pflerrpn, A written notice to cha co actual contract work on a previously agreed to date, nIfaapplicablet thehe Notice to Proceed afiall state the date on which the contract time begins, ' 1.0=30 ow SP 0' The term owner shall mean the party of the first part or tie contracting e~tency signatory to the contract. For ADAP contracts, the term sponswe shall have the same meaning as the term owner. -31 P Vg" NT. The combined surface course, base co course, if any, considered as a singie unit. urea, and subbase ' 10-32 PFAAYT MM T 8 D. The approved form of security furnished by the co~ LR~ctor and Is 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 e 10-33 PE 0% - The approved form of security furnished by the contractor and s surety as a guaranty that the contractor will complete the work in accordance with the terms of the contract, ' 1 - PL The official drawings of exact reproductions, approved by the ' engineer, w ich show the location, cho.acter, dimensions and details of thu airport and the work to be done and which are to be considered as a part of tho contract, supplementary to the specifications. ' 20-35 PRO.7E The agreed scope of work for accomplishing specific airport dove op rit w th respect to a particular airport. t 103b_p OP05AL. The written offer of the bidder (when submitted an the approve proposal form) to perform the contemplated Work and furnish the necessary materials In accordance with the provisions of the plans and specifications. 10-37 P POSAL GU P The security furnished guarantee t a`t the bidder will enter into a contracttIfahis proposal is ' accepted by the owner. 1 DIV t Page 5 w" 711- ' AC 150/5370-10 10/24/14 DEFINITION OT TERMS ' 10-36 AL MAY. The area on the airport prepared for the landing and takeoff o~ aircraft. ' 10-39 SPECIFICATIONS. A part of the contract containing the written directions and requirements for coe,pleting the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-40 STACCTURES, Airport facilities such as bridgeal culva,,tsl catch basins; sInlets; retaining walla; cribbing; storm and sanitary sewer lineal ' water lineal underjeainel slectrie4l ducts, manholes, hsndholes, lighting fixtures and bases; transformerel flexible and rigid pavemontel navigational aide; buildingsl,vaultel and, other manmade features of the ' airport that may be encountered in the work and not otherwise classified herein, x-41 S OCRADB, The soil which forms the pavement foundation. 10-42 SUPS INIBNDENT. The contractor's executive representative who is present on the woork7uriiig progress, authorized to receive and fulfill j instructions from the ungineer, and who shall supervise and direct the construction. 10-43_ SUPPIE?NTAL ACR£E?ZNT, A written agreement between the contractor and the owner cover ngi work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 23 percent, such increased or decreased work being within the scope of the ' originally awarded contract, or 2) w.)rk that is not within the scope of the originally awarded contract, 10-44 SE11rETY. The corporation, partnership, or individual, other than the contractor executing paymont or performance bonds which are furnished to the ` owner by t6 contractor. II II page 6 Div 1 I~ M 10/24/7y AG 150/5370-10 DEFINITION OF TERMS 10-45 'XTWAY. For the purpose, of this document, the term taxiway means U e portion of the air operations area of an airport that has been ' designated by competent airport authority for Pavement of aircraft to and from the airport's runways or aircraft parking areas. 10-46 The furnishing of all labor, materials, tools, equipment, and Incidentals necessary or convenient to the contractor's performance of all dutlas and obligations imposed by the contract, plans, and specifications, i 0~_ 47 WOAKINO DAY. A Horking day shall be any day other than a legal ' o d! Ly-, Saturday, or Sunday on which the normal working forces of the contractor may proceed with regular work for at legs t 6 hours toward completion of the contrast. Unless work is suspended for ceases beyond the contractor's control, Saturdays, Sundays and holidays on which the 1 contractor's forces engage in regular work, requiring the presence of an 1 inspector, will be considered ai working days. Div I Page 7 (Peserve Page 8) .'y Y'TOM r ~ 10/24/74 AC 150/5370-10 SECTION 20 PROPOSAL. RM UIRENENTR AND CONDITIONS ' 20'4__1__ ADVERTiSENENT (Notice to 8~ idak. M offiotal nods to contractors stRting the time and plae• for the aubatdeion of sealed proposals on desipated proaec N or proposed work, This notice shall contAin a description of the proposed work, instructions to the bidder regarding proposal forme, proposal guaranty, planar specifioationa, and the reservation of the right of the owner to roject any or all bids. 20.02 RZ881VrD4 1 DIV I Page 9 Mimi - - ,AC 130/3310-10 10/24/14 PROPOSAL REQUIREFMNTS AND CONDITIONS 1 , Z„0,, 3 - T Nib RQFOr3 FO`R The owner shall furnish Wlers with propose ores, A 1 pupe~re boon with or attached to the proposal forma are i necessary parts and must not be detached, 1 o The plane, epacificationsh and other documents designated in the proposal form shall be considered e, part of the proposal whether attached or lot. r 20-04 ISSUANCE OTPPtOPOSAI4 FORMS, The owner reserves the right to refuse ' to ssue a proposal form to a prospective bidJa r should such bidder be in default for any of the toll.owing reasonst (a) Failure to comply with any prequalification regulations of the owners if such regulations are cited, or otherwise included, in the proposal as a requirement for btadi(g. , (b) Failure to pays or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the owner) at the time the owner issues the proposal to a prospective bidder, (c) Contractor default under previous contracts with the owner. r ' Fpge 10 DIV i ' 10/24/74 AC 150/5370-"io • PROPOSAL REQUIREMErS AND CONDITIONS ' (d) Unsatisfactory work on previous contracts with the owner. ' 20-05 INTE RET T ON 0 ISTIMATED 0 OS U T~. An estimate of quantities o work to be don} an 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 implicati-n agree that the actual quantities involved will correspond exactly thim"Ithi nor shall the bidder plead misunderstanding or ' deception because of :uch ustimstos of quantities, or of the character, location, or other ccnditiuns pertaining to the work. Paysient to the contractor will be made onlv,for the actual quantities of work performed or ' materials furnished in act.rdaaca with the plans and rpsciftest ions . It is understood that the quantities may be increased or decreased as hereinafter provided it the subsection titled ALTERATION OF WORK AND QUANTITIES of section 40 without in any way invalidating the unit bid prices. 2" E NATIQM OF PLANS. P S The bidder is ' expected to sera u11y examine the sit 1 0 °t proposed work, the proposal, plans, specifications, and contract fol.*, le shall satts;v himself am to the character, quality, end quantities c,. work to be perfort4 d, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facts evidence that the bidder has made such examination and is satisfied as to the copditions to be encountered in performing the work and as to the requirements of the ' proposed contract, plans, and specifications. Boring lags 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 plane, specifications, or otherwise made available to the bidder, was o}:tained and is intended for the ' owner's design and estimating purposes only. Such information has been made II available for the convenience of all bidders, it is further understood and i agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from Lis examination i of the boring logs and other records of subsurface investigations and tests i that are furnished by the owner. 0-0 P P ION F PROPOSAL, The bidder shall ,submit his proposal on the form furnished by the owner. All blank spaces in the proposal forms roust ' be correctly filled in where indicated for each and evary iter. for which a DIV I Past 11 # 4 ,f AC 150/5370-10 10/24/74 PROPOSAL REQUIREMENTS AND CONDITIONS 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 tt,e proposal. In case of conflict between words and numerals, the words, unlt,ss obviously incorrect, sholl govern. The bidder shall sigis his proposal orsrrectly and in ink. It the proposal is made by an individusl, his name and lost office address muec be shown. If made by a partnarship, 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 +sara of the State under the laws of which the corporation who chartered and the name, titles, and busineso address of the. president, secretary, and the treasurer. Anyone signing a proposal 4s an agent shall file evidence of his authority to do so and that the signaure j ' is binding upon'tho firm or corporation. i 20-008Ih.,,Lj1,AR PROPASAhS. Proposals shall be considered irregular for the following ressonst (a) It the proposal is on a fora other thAn that furnished by the owner, or it the owner's form is altered, or it any part of th4 proposal fora is detached. (b) If there art unauthorized additions, conditional or alternate pay 1.tems, or irregularities of any kind which make the proposal incomplete, indefinite, or otherwise ansbiguoue. (u) It the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. (d) It the proposal contains unit prices that are obviously unbalanced (e) If :hs proposal is not accompanied by the proposal guaranty specified kuy the owner. ' For ADA'P contracts, proposals shall be considered irregular for any of the rRasons stated and, in addition, if the proposal is "nonresponsive" with respect to the rtquirements ' as specified in the proposal form, pose 12 DIY I T '7 `.e 10/26/74 AC 15015370-10 PROPOSAL REQUIREKENTS AND CONDITIONS The owner reserves the right to reject spy irregular proposal and the right to waive technicalities if such waiver is in the best interest of the owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-09 PROPOSAL GUARANTY. Each separate proposal shall be accompanied by a cart11fied 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. i j 1 20.10 Ott VERY 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 vi',i be ' considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opining time shall be returned to the bidder unopened. 20-1 _WIITiDRA~f~► Of~+Iu7 OF P OPOa i.S. A bidicr may withdraw or revise ' y wit drawal of one proposal an subm asion of another) a proposal provided that the bidder's request for withdrawal is received by the owner in writing or by telegram before the tune specified for opening bids. Revised proposals must be received at the place specified in the t advertisement before the time specified for opening all bide. ' 0-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at tho time and place specified in the ndvertimement. Bidders their authorized agents, and other interested persons are invited to attend. 1l QIV I Page 13 17- AC 150/5370-10 10/24/74 1 PROPOSAL REQUIREMENTS AND CONDITIONS Proposals it have been withdrawn (by written or telegraphic request) or received aftOr the time specified for opening bids shalt be returned to the 1 bidder unopened. 20-13 D S U .IPICATION OF BID ER A bidder shall be considered disqualified toy any of the following ressonst (a) Submitting more tho% one proposal from the same partnership, firm$ or corporation under the sc,~ or different name. (b) Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the owner until sny 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 FO:WS of this section. i r s Page 14 DYV i 1 i tM R hr i I I; Y I lpl4/14 AC 150/5310-10 ' SECTION 30 i AWARD AND EXECUTION OF CONTRACT 30-01 M SIDE YON OF FROPDS , After tho proposals are publicly opened and read, they will be compared on the basis of the summation of the p-o#ducts obtained by multiplying this estimated quantities shown in the t propceal by the unit bid prices. If a bidder's proposal contains a prices wowords and rds shall unit bid govern, enin nueberd~, he unit unit price s written written in in 1~rit proposal contract for i any of s the the follwner owing reserves reasons: right to Until ject t a the biaward dder's of t re le Is irregular as specified in the subsection titled Itthproposal IRRkCU1.AA PROPOSAL~ (b) If sbidder `IFICATON 0? BIDDERS of l Section jppecifiad in the subsection titled DISQUA In addition, until the,award of a contract is v►ade, the owner reserves the r right to reject any or, all proposals{ waive technicalities, it such waiver is in the b"rat 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 proposala{ or proceed with the work otherwise. All such actions shell promote the owner's best interests. ARD of qTMCT. The award of a contract, if it is to be awarded, shall be made wit in 30 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the owner, DIV i page 15 77 Fp-74~-~ 77 1 AC 15015370-10 10/24/74 ' AWARD AND EXECUTION OF CONTRACT ' 30-03 CANCELLA ION OF AWARD. The owner reserves the right to cancel the 4war without 11,:,ility to t e bidder, except return of proposal guaranty, ' at any time Wore a contract has been fully executed by ell parties and Is approved by the %wner In accordance wSth the subsection titled APPROVAL OF XNTRACT of this section. ' 30-04 TUBA' F P OPOS CU TY. All proposal guaranties, except those of the two llowest iddero, wi 1 o returned immediately after the owner has ' made a comparison of bids as hereinbefore specified in the aubssction titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the owner until such time as an award is ' made, at which tiros, 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 contract bonds as specified in'the subsection titled REQUIRP4vVTq OF CONTRACT BONDS of this section. 30-gS REQUIRE?iENTS OF COINTU-UCT BONDS, At the time of the execution of the contract, tins successful bidder shall furnieik the owner a surety bond or bonds which have been fully..executed by the bidder and his surety guaranteeing th♦ 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 rind the form of th.t bond or bonds shall be acceptable to the owner. Vsrless othcrwise specified in this subsection, the surety bond or bonds 041 be in a sum equal to the full amount of the contract. 30-06 EXECUTION OF CONTRACT, The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner, nlong with the fully rxecuted surety bond or bonds Apecified in the subsection titled UQU1REWNT5 OF CONTRACT ?iONAS of this section, within 15 calendar days from the date mailed or othorvtee delivered to the successful bidder. If the contract is mallcd, special handliig is recommended. Page 16 DIV i t 10/24/74 AC 150/5370-10 AWARD AND EXECUTION OF CONTRACT ' 30-07 APPROVAL OF CONTRACT. Upon xecoipt of the contract and contract bond or bonds that have been executed by the successful bidder, the owner shall complete the execution of the contract in accordance with local laws or ' ordinances, and return the fully executed contract to the contractor. Delivery of the fully executed contract to the contractor shall constitute the owner's approval to be bound by the successful bidder's proposal and the ' term of the contract, 30-08 FAILURE TO EXECUTE 00,4TRACT. 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. { • I j I 1 DID I page 17 (Reserve page 18) r t r r 10/24/74 Ac W5370-10 SECTION 40 ' SCOPE OF WORK r 40-01 INTENT OF CONT9ACT. 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, materiels, r equipment, tools, transportstiou, and supplies required to complete tna work in Accordance with the plans, specifications, and terms of the contract. r 40-02 ALTERATION OF WORK MD 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 n:antitiss0 provided that the aggregate of suds alterations does not 6isnge the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being Lased on the unit prices and estimated quantities in the awarded contract), Alterations which do not oxeted the 2$ percent limitation shall not invalidate the contract nor ialease the surety, and the contractor agrees to accept paymetit 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 bo covered by "Change Orders" issued by the engineer. Change orders for altgred work shall include extensions of contract time where, in the angineerts opintou,•such extensions are ' commensurate with the a,nount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent ltmitation hereinbefore specified, such excess altered work shalt be covered by ' supplemental agreement. If the owner and the contracta# 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. r 1 1 U DIV I Pago 1. r r t. If vt , AC 130/5370-10 10/24/y4 1 ' SCOPE OF WORK ' 40-03 OMITTED ITEMS. The engineer may, in the owner's beet interest, omit. tom 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 inV;tlidate any other contract provision or requt re,oe nt . Should a contract item be omittet4 or otherwise ordered to be nonperformed, the contractor shall be paid for ill work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 EXTRA WORK. Should acceptable completion of the contract require the contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously isauad change orders or eupplemeatal agreements, the same shall be called Extra Bork. Extra work that Is within the general scope ofthe contract shell 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 engineers opinion, is necessary for completion of such extra work. ' When determined by the engineer to be in the owner's beat 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 ACCOUIIT 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 ACREDMNT of Section 10. r 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. Page 20 DIV I 1 10/24/74 AC 150/5370-10 SCOPE OF WORK 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the contractor'a equipment and personnel, is the most important consideration. It is understood and agreed ' that the contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his own operations and r.he operations of all his subcontractors as specified in the subsection titled LIMITATION CF OPERATIONS of Section $0. 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 rpecified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHrc%S in Section 70. ' With respect to his own operations and the ope_.ationq of all his subcontractors, the contractor shall provide marking, lighting, and other acceptable means of identifying= personnel{ equipment= vehicleo= 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 en, ' existing road, street,`or highway duriog the contractor's performan'6, 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 +ind shall provide such maintenance as may be required to accommodate traffic. The contractor shall furnish, erect, and maintain barricades, warning signs, flagment and ether 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 Offico), unless othetwiss 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, streato or highwayf. 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 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 coat 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. DIV I Page 21 r: Ac 150/5370-10 1 10/24/74 Ji r SCOPE OF WORK ' 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered withi the established lines, grades, or grading sections shall be removed by the contractor, unless such existing structures are otherwise specified r 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 r 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, r the engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it Is intended that all existing # materials or structures that may be encountered (w,ithin the lines, grades, or gradir,g sections established for completion of !ha 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. r r r L047 RIGHTS IN AND USE OF CIE RIALS 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 lineal grades', r oL grading sectional the use of which is intended by the terms of the contract to be either embankment or waste, he may at his option either: r (a) Use such material in another contract item, providing such use is approved by the engineer and is in conformance with the contract specifications applicable to such use; or, r (b) Remove such material f rom the site, upon written approval of the engineer; or, r r Page 22 Drv I r f 10/24174 AC 150/5370-10 ' SCOPE OF WORK (c) use such material for his own temporary wnstruction 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),'ne shall request the engineer's approval in advance of such Ube. Should the engineer approve the contractor's request to exercise option (a), (b), or (e), the contractor shall be paid fot the excavation or removal of such material at the applicable contract price. The contractor stall replace, at his own expen(.a, such removed or excava:ec material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The contractor shall not ' be charged for his use of such material so used in the work ar removed from the site. t Should the engineer approve the contractor's exercise of option (a), the contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract ' item in which the material is used. It is understood and agreed that the contractor shall make no claim for delays by reason of his exercise of option (a), (b), or (c). ' The c n frA.tor shall not exr,avates,remove, or otherwise disturb any material, structure, or p~►trti of a structure which is located outside the ' lines, ytrades, 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 CIEANINO_ UP. Upon completion of the work and before acceptance and inal payment will be made, the contractor shall remove from the site ' sli machinery, equipments ourplus 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. ' DIY I Page 23 (PAserve Page 21,1 ' 10/24/74 AC 150/5370-10 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 end materials furnished which a m to be paid for under the contract. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, sand testing requirements that are specified (including specified tolerances) in the contract, plane;, or specifications. ' If the engineer finds t;he materials furnished, work performedo or the finished p wsduct not wLthin reasonably close' conformity with the plans and specifications but that the portion of the' work Rffected will,in his opinions result in a finished product having a level of safety, economy, durability, and workmanship acceptable, to the owner, he will advise the owner of his determination that the effected work be accepted and remain in place. In this event.., the engineer will document his determination and recommend to the ot,nor 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 prioe adjustments will he based on good engineering judgement and such tests or retests of the affected work as svo: in his opinions 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 re.iaonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed end replaced or otherwise ' corrected by and ai, the expense of the contractor in accordance with the engineer's written orders. DIV I Page 25 M111i Am ~.i ' AC 150/5370-10 10/24/74 CONTROL OF WORK e For the purpose of this subsection, the term "reasonably clone conformity" shall not be construed as waiving the contractor's responsibility to complete the work in accordance with the contract, plans, and ' specifications. The term shall not be construed as waiving the engineer's right to insist on strict compliance with the requirements of the contract, plans, and specifications during the contractor's prosecution of the work, ' .then, in the engineer'i opinion, such compliance is essential to provide an acceptable finisl.vi 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 Judgement in his determinations as to acceptance of work that is not in strict conformity but will provide. a finishes product egos--l to or better than that intended by the requirements of the contract, plans and specifications. 0-03 COORDINATION OF CANTRACT PLANS AND SPECIFICATI S. 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 ail. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy,_ calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited ' standards for materials or testing, and cited FAA advisory circulars; contract gensiral provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited FAA advisory ' circulars. The contractor shall not take advantage of any apparent error or omission on ' the plans or specifications. In the event the contractor discovers any apparent error or discrepancy, he shall immediately call upon the engineer for his interpretation and decision, and such decision shall be final. Page 26 DIY I a j r 1Q,4/74 AC 15015910-10 r CONTROL OF WORK 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 tines one copy each of the plans and specifications. Additional r copies of plans and specifications may be obtained by the contractor for the coat 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 inspectors and with other contractors in every way possible. The engineer shall allocate the work and designate the sequence of construction in case r of controversy between contractors. Thee contractor shall have a competent superintendent on the work at all times who is fully authorized as his agent on the work. The superintendent shall be capable of reading and thoroughly ' understanding the plans and specifications and shall receive and fulfill instructions from the engineer or his authorized representative. 50-05 COOPERATION BETWEEN CONTRACTORS. The owner reserves the right to contract for and perform other or additional work on or near the work covered b this contract. r When separate contracts are let within the limits of any one project, each contractor shall conduct his work so as not to interfere with or hinder the ' progress of completion of the work being performed by other contractors. Contractors working on the same project shall cooperate with each other as directed. r Each contractor involved nhall assume,all lia~tiity, financial or otherwise, in connection with his contract and shall protect `and save harmless the owner from any and all damages or claims that may arise because of r inconvenience, delays, or loss experienced by him because of the presence and operations of other contractors working within the limits of the same project. r The contractor shall areange his work and shall place and dispose of the materials being used an as not to interfere with the operations of the other contractors within the limits of the same project. He shall loin his work with that of the others in an acceptable manner and shall per!orm it in proper sequence to that of the others. r 1 ' DIV I Page 27 r I SECT"40N 50-CONTROL OF WORK All paragraphs shall apply with the following exceptions 50-06 CONSTRUCTION LAYOUT AND STAKES. Delete the paragraph and substitute the following$ The Contractor will perform the staking during construction of the work. it shall be the responsibility of the Contractor to construct the work to the position and elevations as set out on the plans and approved changes. The Engineer will furnish the Contractor control points and bench marks and from the control points and bench marks established by the Engineer, the Contractor shall establish and be responsible for the correctness of alignment, elevation and position of all construction ' required by the contract. The Engineer, may, at his option, make spot or complote checks on all construction alignment and grades to determine the accuracy of the con- tractor's survey work. These checks, however, will not relieve the Con- tractor of his responsibility of constructing the work to the positions and elevations as shown on the plans or approved changes. t The Contractor shall furnish free of charge all stakes and other materials necessary to preserve control points for alignment and grade. ' The contractor will be held responsible for the preservation of all con- trol points established by the Engineer. No direct payment will be made for this work, but the cost of all labor, eq+jipment and supplies necessary to perform the work shall be included in the contract unit prices bid for the various contract items. ICI a s~~ t v l a AC 150/5310-10 10/24/74 ' CONTROL OF WORK ' 50-06 CONSTRUCTION LAYOUT AND STAKES. Unless otherwise provided for in this subsection, the engineer shall furnish the contractor with all lines, grades, and measurements necessary to the proper prosecution and control of the work contracted for under these specifications. The contractor shall satisfy himself as to the accuracy of all measurements before constructing any permanent structure and shall not take advantage of any errors, which may have been made in laying out the work. Such stakes and markings as the engineer may set for either his own or the contractor's guidance shall be scrupulously preserved by the contractor. In case of negligence on the part of the contractor, or his employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the game nay be deducted from subsequent estimates due the contractor at the discretion of the engineer. 50-07 AUTOMATICALLY ONT AII.En E UI !M. Whenever hatching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the sutumatic controls occurs, the equipment may be operated manually or by other methods for a period of 48 hours following the breakdown or malfunction, provided this `method of operations will produce results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUM S_OF INS- ECTORS. 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 the owner are authorised to notify the contractor or his representative of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the engineer for his decision. Page 28 DIV I r ' 10/24/74 AC 150/5370-10 ' CONTROL OF WORK ' 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 request's 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 replacinf. of the covering or m0ing good of the parts removed will be paid for as extra ►iork= but should the work so exposed Dr examined prove unacceptable, the +:ncovering, or removing, and the replacing of the covering or malking good of the parts removed will be at the contractor's expenso. 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' lnspec'tton 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. S0-10 VAL OV UNACCEPTABLE AND INAMMORIZED WORK. All work vhich does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. ' Unacceptabl•.4 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. DIV I Page 2; a i AC 150/5370-10 10/24/74 CONTROL OF WORK Ho work shall be done without lines and grades having been given by the engineer. Vurk done contrary to the irwtructions 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 he remedied or removed and replaced and unauthorized work to be removed And to deduct the ' costs (incurred by the owner) fvt m any monies due or to become due the contractor. "-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. 1 special permit will not relieve the contractor of liability for damage which may restlt from the moving of material or equipment. The operation of equipment of such weight or so loaded as to caust•. daw'Age to t structures or to any othet type ul c~onstruction 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. reaponsible for all damage done by his hauling equipment and small correct such damage at tits own expense. 50-12 MAINTENANCE DURING COSSTRIJG.I' A. The contractor shall maintain the work during construction and until the work is accepted, This maintenance shall conatt' ute continuous and effective work prosecuted day by day, with adequate equt'!Aent and forces so that the work is maintained in satisfactory condition at all times. ' In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the contractor slioll maintain the previous ' coutue or subgrade during all construction operatiana. All costsof maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the varioA contract ' items and the contractor will not be paid an additional amount for such work. Page 30 DIV I a 10/24/74 AC 150/5370-10 CONTROL OF WOPK 50-13 FAILURE TO KVINTAIN 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 notifi^ation shall specify a ' reasonable time within which the contractor shall be required to remedy such unsatisfactory nwint+:nance condition. The time specifie' will give due cbnsideration to the exigency that e;tiets. 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 Ou a the contractor. ' 50-14_ PARTIAL. AC(EPTANCe:. If at any time during the prc'ecution of the project the contractor substantially completes a usable unit or portion of the work, the occupancy of which vill benefit the owner, he may request the engineer to mike final inspection o1 that unit. If the engineer finds upon inspection thit the unit ht. been satisfactorily completed in compliance with the contract, he may, accept it as being completed, and the contractor slay be relieved of further responsibility for that unit. Such partial accer~anca and beneficial occupancy by the owner shall not void or alter any pravielon of the contract{ 50-15' FINAL ACCEPT t0,CP 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 to found to be completed in accordance with the contract, plane, and specificattons, such inspection shall constitute the final inspection. r The engineer shall ►iotify the contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloser any work, in whole or in part, as being unsatisfactory, the engineer will give the contractor the necessary instructions for correction of same, and the contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed{ In such event, the engineer will make the final acceptance and notify the contractor in writing ' of this acceptance As of the date of final inspection. D1V I Page 31 i AC 150/5370-10 10/24/74 C CONTROL OF WORK 50-16 CLAIMS FOR ADJUSMNT 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, plane, or specifications or previously authorized as o-tra work, he shall notify the engineer in writing of his intention to claim such additional compensation before he begii,e the work on which he bases the claim. If such notification is not given or'th~ engineer 1 is not afforded proper opportunity by the contractor for keeping',i ttet account of actual cost as required, then the contractor hereby agiees'to waive any claim for such additional compensation. Such notice by the ' contractor and the fact that the engineer hae kept account of the cost of the work shall not in any way be construed as proving or substantiating 6 validity of the claim, Whon the work on wt,4ch the claim for additional compensation is based ha been completed, tie contractor shall, within 10 calendar days, submit him written claioa ~o the engineer who will present it to the owner for consideration in accordance with local laws or ordinances. ' Nothing in this subsection stall be construed as a waiver of the contractor's right to dispute final payment based on differences in measurements or computations. t r t t Page 32 DIV I r..ia» ~ssrar ' 10/24/74 AC 150/5370-10 SECTION 60 CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the ' work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). ' In order to expedite the inspection and testing of materials, the contractor shall furns.sh complete statements to the engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. ' At the engineer's option, materials may be approved at the source of supply before delivery is started. If it is found after trial that sources of supply fur previously approved materials do not produce specified products, the contractor shall furnish materials from other sources. 7b e contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition; 0hers an YAA' specification for airport lighting equipment is clted in the plans or specifications, the contractor aiiall furnish such equipment that ist (e) Listed in the FAA Advisory Circular (AC) 150/5345-19 Approied 1 Airrort Lighting Equipment, that is in effect on the date of advertisement; and, (b) Produced by the manufacturer qualified (by FAA) to produce such specified and listed equipment. II DIV I Psgs 33 MEN 1 1 AC 150/5310-10 10/24/74 1 1 CONTROL OF MATERIALS , 1 1 it 1 1 60-02 SAMZI.ES, TESTS, AND CITED SPCCIFICATION3. All materials used in the work shall ~sii be irk sh all be iinspected, tested, and approved by the engineer before in the work, Any work in which unkested 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, tents in accordance 1 with the cited standard methods of AASHTO or ASTM which alts current on the date of advertisement for bids will be made by and at the expense of the owner. Samples will be taken by a qualified representative of the owner> All materials being used are subject to inspection, test, or refection at any time prior to or during incorporation into the work, tur_- %f all tests will be furnished ,'.o the contractor's representative at his request. 1 62-03 CER IFICATION OF CO I CE. The sngineer may permit the use, prior to s- aging and testing, of certain materials or assemblies when accomp,tnfee ' by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with tho requirements of the contract. The certificate shall be signed by the ganufacturer. 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. 1 Page 34 DIV I t 10/24/74 AC 150/5371 • CONTROL OF MATERIALS 1 Materials f,r assemblies used on the basis of certificates of compliance may be eatr,i-aed and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not, The form and distribution of certificates of compliance shall be as approved by the engineer, ' When a material or assembly is specified by "brand name or equal" and the contractor elects to furnielt the specified "brand name," the contractor shall he required to furnish the manufacturer's certificate -if 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 requiverontsl and, ' (b) Suitability of the materiel or assembly for the us* intended in the contract work. ' Should the contractor propose to furnish an "or equal" material or assembly, he Shall furnish the manufacturer's certificates of compliance as heroinbefore described for the specified brand name mater};al 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 ongineer reserves the right to refuse permission for use of materials or ' assemblies on the basis of certificates of compliance. 1 60-04 PLANT INSPECTION. The enlineer or his authorized representative may 1 inspect, at its source, any Specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to bo used in the work and to obtain samples required for his acceptance of the material or assembly. 1 1 DIV 1 Page 35 odd a AC 150/5370_10 10/24/74 CONTROL OF MATERIALS Should the engineer conduct plant inspections, the following conditions shall exist: (a) 1ne engineer shall have the cooperation and assistance of the contractor and the producer with whore he has contracted for materials. (b) The engineer shall have full entry at all roasonable 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, apace should be conve=niently 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 sit!; The engineer shall have the right to reject only material which, when retested, does. not meet the requirements of the contract, plans. or specifications 60-0N(1N6BR'S FIELD OF D 80 Wien 0R Wien specified aqd 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 mnintnined by the contractor as specified herein and shall become property of the 1 contractor when the contract work is completed.' 1 , 1 60-06 STORIjCL 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 tree and unobstructed movement of aircraft. tbnless otherwise shn.rn t ' Page 36 DIV I r: F - 77, tat IRE 10/24/74 AC 150/5370-10 CONTROL OF M,ITERIALS 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 storag3 purposes without written pe mission of the owner or lessee of such property. The contractor shall make all arrangements and bear all expenses for the storage of materials on private Property, Upon request, the contractor shall furnish the engineer a copy of thn property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the contractor at his entire expense, except as ' otherwise agreed to (in writing) by the owner or lessee of the property. 60-07 UNACCI'PTABIE Kk1TRIALS. Any material or assembly that does not conform co the requirements of the contract, plans, or specifications 00.1. be considered unacceptable and shall be rejected. The contractor shall remove any rslect.J material or assembly from the site of the work, unlens otherwise instructen by the engineer. No rejected material or assembly, the defects of which have been corrected t by the contractor, shall not be returned to the site of the work until such time as the engineer has approved Its uge in the work, ' 60-08 OWNER-TURN SHED TERIAI.S. The contractor shall furnish all materials require to comploto 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 heroin. All costa of handling, transportation from the specified location to the ' site of work, storage, and installing ownor-funished materials shall be included in the unit price bid for the contract item in which such owner-furnished material is used, t After any owner-furnished material Ess been delivered to the location specified,the contractor shall be responsible for any demurrage, damage, loss, or other deficiencies which may occur during the contractor's 1 handling, storage, or use of such owner-furnished material. The owner will deduct from any agonies due or to become due the contractor any cost incurred by the owner in making good such lose duo to the contractor's handling, j ' storage, or use of owner-furnished materials. ' r ' DIV I Page 37 (Reserve rape 39) , . a ~n•, 10/24/74 AC 150/5370-10 SECTION 70 LEQ%L RELATIONS AND RESPONSIBILITY TO PUBLIC 70-01 LAWS TO BE OBSERVED. The contractor shall keep fully informed of all Federal and State laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having eny jurisdiction or t authority, which in any manner affect those engaged or employed on the work, or which in sny 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 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 employees. 70-02 PERMITS, LICENSES, AND TAXES. Thb contractor shall procure all ' permits and licenseA, pay all charges, fees, and taxes, and give all notices necessary and incidents: to the due and lawful prosecution of the work. ,770-0~ ZAT,EENNTED DEVICES, MATEjjiALS, MD PROCESSES, If the contractor is required or desires to use any designs device, material, or process covered by letters of patent or copyright, he shall provide for quch 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 intringement 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. t 70-04 MST-ORATION OF SU CES DISTURBED BY OTHERS. The owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAH) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the owner, such authorized work (by others) is indicated at ' follows DIV I Page 39 f AC 150/5370-10 10/24/74 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC Person to Contact Owner Location (Name, Title, Address (Utility or other Facility) See Plan Sheet No;1 and Phone) e Except as listed above, the contractor shall not permit any individual, ' firm, or corporation to excavate or otherwise disturb such utility services or facilities located within tho limits of the work without the written permisslon of the engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government a9vicy be authorized to construct, reconstruct;' or maintain such utility service or facility during the progress of the work, the contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or matntenance by others whether or not such ' work by others is listed above, When ordered as extra work by the engineer, the contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract,' plans, or specifications.. it is undarstoc+d 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, 1 i j Page 40 DIV I remwrres~ LO/24/74 AC 150/5770-10 LEGAL RPIATIONS AND RLSPUNSIBILITY TO PUBLIC ' 70-05 FEDERAL AID PARTICIPATION. For ADAY contracts, the United States Coverument has agreed to rc .m.rse the owner for aumo portion of the ' contract costs. Such reimbursement ie made from time to time upon the owner's (sponsor's) request to the FAA. In consideration of the United States Government's (FAA's) agreement with the owner, the owner has included ' provisions in this contract purnuant to the requiremvntm of the Airport and Airway Deve.opment Act of 1970 (84 star. 219), as amended, and the Rules and haoulations of the Federal Aviation Adminis:rati.nr that pertain to the work. As required by the Act, the contract work fe r,uhiact to the inspection and approve,l of duly authorized representatives of the Administrator, Federal Aviati!%t Administration and is further subject to those provisions of the ' rules and regulations that are cited in the contract, plans, or specifications. ' X3 requirement of the Act, the rules an.l regulations implementing the Act, or this contract shall be tosrstrued as making the Federal Government a panty to the contract nor will any such raq uirenKmt interfere, in any way, with ' the ri~,.ts of either party to thu contract. 7006 SANl7'ARY,1p:,1111V01-1a,_ VAS S~F1 tY'PR0V1R1Uti5, 1'Isc contractor shall provi a and maintain in a neat, sanitary coi:d[tion such acuormdatigns for the use of hin employcov, as may bu nocemsrrry to comply with the requirements of the State and local Board of Health, ur of othur bodies or tribunals having jurisdiction. Attention is directed to Federal, Ststa, and local laws, rules and regulations concerning construction safety and health standards. The contractor shall not reyuire any worker to work in Kurroundings or under conditions which aro unsanitary, 113/.Ard0l14;1 or &1111~.Wtls to his health or safety. e e DIV I Page 41 AC 150/5370-10 10/24/74 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC t 70-07 PUBLIC CONVENIENCE AND SAFETY. The contractor shall control his operations and those of his subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, oafety shall be the most important consideration. The contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his own operations and those of his subcontractors and all suppliers in accordance with th.e subsection titled M MINTENANCE OF TRAFFIC of Section 40 herainbefore 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 BARRiCAW S, WARNING SIGNS, AND HA2&RD !MRKINGS. 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 darknese, such barricades, vat;tng signs and hazard markings shall be suitably illuminated. For vehicular and pedestrian traffic$ the contractor shall furnish, erect, and maintala barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Vtreats and Highways (published by the United States Government ; Printing Office). ' When the work requires closing an air operations area of the airport or portion of such area, the contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of FAA Advisory Circular 150/5340-1, 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 parked construction equipment that may be hazardous to the operation of emergency fire-rescue or maintenance vehicles on the airport in reasonable conformance to FAA Advisory Circular 150/5370-2, Safety on Airpofte During Construction Activity. The contractor shall identify each motorized v61cle or piece of construction equipment in reasonable conformance to FAA Advisory Circular 150/5370-2. ' Page 42 DIV 1 10/24/74 AC 150/5370-10 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC The contractor shall furnish and erect all barricades, warning aigna and markings for hazards prior to commencing work which requi:rea such erection ' and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the engineer. Open-flame type lights shall not be permitted within the air operations areas of the airport. 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the wor , the contractor shall exercise the utmost care not to endanger life or property, including new work. The contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored In 'a secure manner in compliance with all ' laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the engineer and, in general, not closer than 1,000 feet from the work or from any building, road, or other place of human occupancy. The contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of hie ' intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet of the airport property. 70-10 PROTECTION AND RESTORATION OF P OPERIY AND L NDSCAPE. The contrrt-; shall be responsible or the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property marks until the engineer has witnessed or otherwise referenced their location and shall not move them until directed. 1 DIV I pane '3 • AC 150/5370-10 10/24/74 LECAL RELATIONS AND RESPONSIBILITY TO PUBLIC 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, omissions neglect, or misconduct in his manner or method of executing the work, or at any time due to defective work or materials, and said ' tesponsibility will nor be released until the project shall have been completed and accepted. When or where as.y direct or indirect damage or injury to 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 nonexecation thereof by the contractor, he shall restores at his own expenses such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. J0-11 RESPONSIBILITY FOR DAMAGE CLAIrS. The oo-tractor shall indemnify and save harmless the engineer an the owner and their offices, and employees from all suits, actions, or claims of any character brought because of any injuries or damage received or sustained by any purson, persons, or property ' as account of the operations of the contractors or on account of or in consequence of any nep.lect in safegoarding the work; or through use of unacceptable materials in constructing the work; or hecauae of any act or omission, neglect, or misconduct of said contractor; or because of any clams or amounts recovered from any infringements of patents trademark, or copyright; or from any claims or amounts artning or recovered °under the "Workfrenla Compensation Act," or any other law, ordinance, order, or decree. lbney due the contractor under and by virtue of his contract as may be considered necessary by the owner for such purpose may be retained for the use of the owner or, in case no money is due, his surety may be held until ' such suit or suits, action or actions, claim or claims for injuries or damages as aforesaid shall have hoen nottled and suitable evidence to that effect furnished to the owner, except that money due the contractor will not ' be withhold when the contractor produces aatisfactory evidence that he is adequatel_o protected by public liability and property damsgo insurance. 70-12 THIRD PARTY BfNE VICIA Y ' SC. 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 authorise anyone not a party to the contract to maintain a cult for personal injuried ur pco party damage pursuant to the terms or provisions of the cuatract. Page 44 DIV t f, ,Yi'l r ' 3 n 1 d ji, AC 150/5370.10 l0/2G/74 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 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 befote the date specified or as otherwise specified. The contactor shall make his own estimate of thedifficulties e involved in arrbehing his below- work to permit such beneficial occupancy by Phase or Required Date or Sequence Work Shown Description of Owner's Beneficial Occupancy on Plan Sheet 1 ctionutitledtPART14Ll1 igloo completion he owner work be accepted by y t ACCEPTANCE of Soctirn 50. No portion of the work may be opened by the contractor for public use until ordered by the etyineur in writing. Should it become ocecessary too en a portion of the work to public traffic on a temporary such openings shall be m,+d., w;Ien, in the opinion of the engineer, such portion of the work or acceptable cnditon a re ctnsidelredttohheiInherent traffic. k Temporary and shA portion the work a shall not constitute either acceptance of the irt~imfo +I" work so opened or a wniver of any provision of the contract. Any Br the portion of the work so opened that is not attributable to traffic which is permitted by the owner 0All be repalreil by the contractor at h1K expense. hIV I 77- 1 7, 7 m.0. ni r v t AC 150/5370-10 10/24/74 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC The contractor shall make his own estimate of the inherent difficulties ' involved in completing the work under the conditions herein desc.zihed and shall not clai•. any added compensation by reason of delay or increased cost due to opening a portion of the contract work. 70-14 CONTRACTOR'S hESPONSIAILiTY 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 cait- 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 a damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the exp en!;e thereof except damui,e 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 ood such as earthquake, tidal wave, tornado, hurricane or other f cataclysmic phenomenor.of nature, or acts of the public enemy or of governmental authorities. i If the work is suspender for any cause whatever, the contractor shall be responsible for the work and shall take such preenuttons necessary to prevent damage to the work. The contractor shall provide for normal i drainage and shall urect necessary temporary structures, signs, or other facilities at his expense. During such period of sugpension of work, the contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established plantings, seeding9, and soddings furni0ed under his contract, and shall take adocluate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 CONTRACTOR'S RESPONSIBILITY FOR. UTILITY SERVICE AND FACILITIES OF OT IT RS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the contractor shall cooperate with the owner of any public or private utility service, FAA or National Oceanic an' Atmospheric Administration (NOAA), or a utility service of another government agency that may be authorized by the owner to construct, retonstiuct or maintain such utility :+erviees or facilities during the ' progress of the work. In addition, the contractor shall control his operations to prevent the unscheduled inte.ruption of such utility services and facilities. ' Page 46 Po.d f 10/24174 AC 150/5370-10 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 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 indicates' on the plans and the owners are indicated as follows: Utility Servicc Person to Contact Owner's Eo)4rgency or Facility _ (Name, Title, Address, 6 Phone) Contact (Phone) 1 It is understood and agreed that the owner does not guarantee the accuracy or the completeness of the location information relatlrg to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any Inaccuracy or omission in such information shall not relieve the contractor of his responsibility to protect such existing features from damage or unscheduled interruption of service. It is iurther understood and agreed that the contractor shall, upon execution of the contract, notify the owners of all utility services or ' other facilities of his plan of operations, Such notification shall be fn ' DIV I Nape 47 AC 150/3370-10 10/24/74 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this ' subsection and tho subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the engineer. 1 In addition to the general written notification hereinbefore provided, it shall be the eesponsihility of the contractor to keep such individual owners advised of changes in his plan of operations that would affect such owners. ' Prior to commencing the work in the general vicinity of an existing utility service or iatility, the contractor shall again notify each soch owner of ' his plan of operation. If, in the contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such 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 ti-.e 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 he required to use excavation ~ methods acceptable to the engineer within 3 feet of such outside limits at such points as may by required to insure protection from damage due to the ' contractor's operations. Shoold the contractor damage or interrupt the operation of a utility service ' ' or facility by accident or otherwise, he shalt immediately notify the proper authority tm d the engineer and small 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 hear all costs of damage and restoration of service to any utility service or facility due to his operations whether or not due to negligence or accident. The contrACt owner reserves the right to deduct such costa ;tom any monies due or which may become due the contractor, or his surety, ' Page 48 Dl's I ..rte y 10/24/74 AC 150/5370-10 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 70-16 FURNISHING RIGHTS-OF-WAY. The owner will be responsible for 1 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 ipon the engireor, his authorized representatives, or any official 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 surety, or both, such overpayment as may be sustained, or by failure on the part of the contractor to fulfill his obligations under the contract. A waiver on the part of the owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The contractor, without prejudice to the terms of the contracts shall be Iiable to the owner for latent defects, fraud, or such gross mistakes as may # 7unt to fraud, or as regards the owner's rights under any warranty or guaranty. 70-19 ENV1RONWNTAL PROTECTION. The contractor shall comply with all Federal, State,and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. i ~ DIV I Pabc r,S 7" rr, t 1 AC 150/5370-10 10/24/74 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC i I 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified n this subsection, the contractor is advised that the site of the work to not within any property, district, or site, anu does not contain any building, structure, or object listed in the currept National Register of Historic Places published by the United States Department of Interior. ' Should the contractor enpounter, duritg his operations, any building, part of a building, structure, or object which to incongruous with its surroundings, he 4hall immediately cease operations to that location and notify the ' engineer. The engineer will immediately investigate the contractor's finding and will direct the contractor to either resume his operations or to suspend operations as directed. Should the engineer order suspension of the contractor's operations in order to protect an 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 DET&7MINATION AND EXTMiLON OF CONTRACT TIME of Section 80. 0 O Page 50 DIV I Z~- -71 , 1 ; - ~ ',A i1 -1 1 - ~"~7 1 ~10/211/74 AC 150/5370-10 LFre.:. RELATIONS AND RESPONSIBILIT' TO PUBLIC r I 1 1 r i , 1 , i r 1 i 1 DIY I Page 51 (Reserve Page 52) i I 1 10/24/74 1C 150/53;0-10 ' r SECrIM 80 PROSEcur iOl AND ['f nr,R1;5 60-01 SUBLETTING OF CONTRACT. The owner will not rooognize an subcontractor on the work. The contractor shall at atl times when work i, ' in progress be represented either in person, by n uualified r;%q)erintendtnt, or by other designated, qualified representative wl,n is duly authorized to receive and execute orders of the engineer. Should the contractor elect to assign his contract, said assignment shall he con2urred in by the ourety, shell be presented for the, consideration and O 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 NOTICZ TO PROCBE,J. The notice to proceed sh311 state the date on which it is expected thin contractor will begin the constnuction and from which date contract tins will be charged. The contractor shall begin the 1 work to be performed ender 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 notif the engineer at least 24 hoarse in advance of the time actual construction operations will begin. 8043 PRWECUTION AND PROi;PFSS, Unless otherwise sped fled, the contractor shall submit his progress schedule for the engineers approval within 10 'days after the effective date of tho notice to proceed. The contractor's ' progress schedule, when approved by the engineer, may be used to establish major construction operations and to c+:eck on the progress of the work. Tile contractor shall provide sufficient materials, equipment, and labor co ' guarantee the completion of the project in accordance with the plans and specifications within the time sat forth in the proposal. If the contractor falls significantly bohind the submitted schedule, the contractor shall, upon the engineer's request, submit a revised schedule for completion of the work within the contract time and modify his operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the contractor shall notify the engineer at least 24 hours in advance of resuming operations. I DIV I Pipe ' AC 25015310-10 10/24/74 1 PRmSECUTION AND PROGRESS For ADAP contracts, the contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the owner. ' 80-04 LIMITATION OF OPERATIM S. The contractor shall control his operations and the operations :f his subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR 1 OPERATIONS AREAS of the airport. When the work requires the contractor to conduct his operations within an ' AIR OPERATIONS AREA of the airport, the work shall be cocrdinated with airport management (through the engineer) at least 48 hours prior to commencement of such work. The contractor shall not close an AIR OPERATIONS j ARkA until so authorftpd bw the engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WAR11ING SIGNS, AND HAZARD MARKINCS of Section 70. When the contract work requires the contractor to work within an AIR OPERATIONS AREA of tho 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: ' page 54 DIV I 10/24/74 AC 150/5370-10 PROSECUTION AND PROGRESS i TIME PERIODS AOA TYPE OF COAMUNICATIONS CONTROL AOA CAN BE CLOSED REQUIRED WHEN WORKING IN AOA AUTHORITY 1 i The contractor shell not commence new work that would be prejudicial to work already started. 80-05 CHARACTER OF WORKERS THODS AND UIP NT. The contractor shall, at all times, employ sufficient labor and equipment for prosec4 ing the work 1 to full completion in the manner and time required by the contract, plane, and specifications. ' All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the contractor or by any subcontractor who, in the opinion of the engineer, does not perform his work in a proper and skillful ' manner or is intemperate or disorderly shell, at the written request of the engineer, be removed forthwith by the contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without the approval of the engineer. Should the contractor fail to remove such person or persons or fail to furnish suitable and sufficient personnel for the proper prosecution of the Div I Page 55 r , Ac 150/3370-10 10124/74 r PROS M UTION AND PROGRESS work, the engineer may suspend the work by written notice until compliance with such orders. All equipment which is proposed to be used on the work shall be of sufficient site and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its r use. When the methods anti equipment to be used by the contractor in accomplishing the work are not prescribed in the contract, cie 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. r when the contract specifies the use of certain cathode and equipment, Bitch methods and equipment shall be used unless others are authorized by the engineer. If the contractor reeires to use a method or type of equipment other than specified in the contract, he may request authority' from the A 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 givens 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 shell 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 r.+ault of authorizing a change in methods or equipment under this subsection. 80-06 TEMPORARY SUSPENSION OIL THE WORK. The engineer shill, have the authority to suspend the work wholly, or in part, for swa eriod or periods as he may deem necessary, due to unsuitable weather, or a -A otho~r r 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 parform any or all provisions of the contract. r r w Page 56 DIV I w 10/24/74 AC 150/5370-10 PROSECUTION AND PROGRESS In the event that the contractor is ordered by the engineer, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the contractor has no control, the contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the engineer's order to suspend work to the effective date of the engineer's order to resume the work. Claims for such compensation shall be filed with the engineer within the time period stated in the engineer's order to resume work. The contractor shall submit with his claim information substantiating the amount shown on the claim. The engineer will forward the contractor's claim to the owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the contractor to compensation for ielays due to t%Nclement weather, for suspensions shade at the regLest of the contractor, or for any other delay provided for in the ' contracts }lanes or specifications. if it should become necessary to suspend work for an indefinite periods tho contractor shall store all matartals 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 fcr traffic on, to, or from the airport. ' 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME., The number of calendar ,or working daye allowed for coi*,Ietion of the work shall be stated in the ' proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require eatensicn for reasons beyond the contractor's controls it shall be adjusted as follows: ' (,i) CONTRACT TIME based on WORKING DAYS shall be calculated weekly by -the engineer. The engineer will furnish the contractor a copy of his weekly statement of the number of working days charged agaisist 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 CHANCE ORDERS or ' SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The engineer shall base his weekly statement of cortract time charged on the following considerations: 1 DIV I Pace 57 h~ AC 150/5370-10 10/24/74 PROSECUTION AND PROGRESS ` (1) No time shall be charged for days on which the contractor is 1 unabls to proceed with the principaY iten of work under construction at the time for at least b 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 suspenaton of the principal item of work %%nder 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 t',me. ' (2) The engineer will not make charges against the contract time prior to the effective aete of the notice to proceed, (3) The engineer will begin charges against the contract time on the first workicg dsy after the effective date of the notice to proceed. (4) The engineer will not make charges agd..st the contract time ' after "it date of final acceptance as defined in the subsection titled p1N1L ACCEPTANCE of Section 50. (5; The contractor will be allowed one week in which to file a written protest setting forth his objections to the engiaeer's weekly statement. If no objection is filed.-Ithin such gpecified time, the weekly statement shall be considered as acceptable to the contractor. The contract time (stated in the proposal) is based on the originally e,if1mated quantities as described in the subsection titled INTERPRETATION OF ESTTMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of woAt 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 :he originally estimated quantities in the proposal. Such increase ir, 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 payrent. (b) CONTRACT TIRE based on CALENDAR DAYS shall consist of the nu.:,her of calendar days stated in the contract counting from the effective date of the notice to p*.oceed and including all Saturdays, Sundays, holidays, and non-work days. All calendar days elapsing between the effective dates of the engineer'6 orders to suspend and resume all work, due to causes not the fault of the contractor, shall be excluded. Page 58 DIV I 10/24/74 AC 15015370-10 PROSECUTION AND PROGRESS At .,.e time of final payment, the contras, time shall be increased in the same.proportion as the cost of the actut,l~y completed quantities bears to the cost of the origin-Ally estimated quantities in the proposal. Such increase in the contract time shall not consider either the cost of work or ' the extension of contract time th4t has been covered by a change order or supplemental agreement, Charges against the contract time will cease as of ' the Jets of final acceptance. (c) When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the contractor finds it impossible for reasons beyond his control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as exterded,`make a written request to the engineer for an extension of time netting forth the reasons which he believes will justify the granting of his request. The contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the engineer finds that tho work was delayed because of conditions ' I. beyond the control and without the fault of the contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effeet,the same as though it were the original time for completion. 8O 8 FAILURE TO COMPLETE ON TIM, For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract tim,3 (including a1.1 extensions and adjustments as provided in the subsection titled DETERMINATIJN AND M ENSION OF CONTRACT TIME of this Section) the sins specified in the contract and proposal as liquidated damages will be deducted from any money due or to be:vme due the contractor or his suety. 511th deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages that will be incurred by the owner should the contractor fail to complete the work in the time Provided in his contract. Permitting the contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no wuy operate es a waiver or the part of the owner of any of its rights under the contract. DIV 1 Page 59 ,~••~--rT...-~ :::4~ n.'-."^.'C E<:t, _ .~cx---,_~..r~~--_~,-"T°..-'~.,-^r,"^'T",-rr `Se. re i. r AC 150/5370-10 10/24/74 PROSECUTION AND PROGRESS 1 1 1 1 r e 80-09 P10AULT 11! 'NATION OF COTRACT. The eont ___._.~..._..r'.. rtctor shall be considered in lAult of is contract gird such default will be considered as i came for the owner to terminato the contract for any of the following 'reafons if the contractors (a) Fails to begin the cork under the contract within the time specified is the "Notice to Proco ds" 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 terns of the contract, or ' (c) Performs 0(o work unsuitably or neglects or refuseu to remove materials or to perform anew such work as may be rejected a3 undcceptable and unsuitable, or i r i Page 60 DIV I F.Iff "IT ' 10/24/74 AC 150/5370-10 PROSECUr1QN AND PROGRE,5141 (d) Discontinues the prosecution of the work, or ' (e) Fails to resume work which has boon div.u,uttnued within a reasonable time after notice to do so, or (f) Becomea insolvent. or is declared bankrupt, or commits any act of bankruptcy or insolvency, or (g) Allows any final judgemeyit to stand againat him unatttiaffed for a period of 10 days, or (h) Makes an assignment for the bdnefit of creditors, or (1) For any other cause whatsoever, fniln to carry on the work it, an acceptable manner. Should the engineer consider the contractor lu duftiuit of the contract for any reason hereinbefore, he shall immediately give wrir.trn notice to the contractor and the contractor's surety as to the reasonx for conelderirg the contractor to default and the owner's inteneionH to tterminnte the contract. If the contractor or surety, within a po`tiod of 10 dayK after such notice, doeg not proceed in accordance therewith; then the cw.ner will, upon written notification from the engineer of 0,`e facts of such delay, neglect, or default and the contractor's failure' `t.o comply- crith such notice, have Cult power and authority without violating the contrast, to take the prosecution of the work out of the hands of the contractor. Ifie owner may appropriate + or use any or all materials and equipment thnt have been inobilixeJ for use in the work and are acceptable and may enter iilto ui agrcemout for Lilo completion of said contract according to the toraj+ :end hroviafuna thereof, or use such other methods as in the opinion of thi- engineur will he 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 ondar contract, will bo deducted from any mantes duce'or ' which may become due the contractor. If such expense exc4 He the sum which would have been payabir under the contract, then tho contractor and the surety shall be liable and shall pay to the owner 09 amount of such excess. DIV I Page 61 AC 150/5310-1.0 10/24/74 PROSb,;1TT1o4 AND P140GRESS ' 80-10 TERMINATION FOP, NATIONAL EMERGENCIES. The owner shall terminate the contract or portion thereof by written notice when the contractor is prevented frv m proceeding with the construction contract ae a direct result of an Executive Order of the President with respect to the prosecution of ' war or in the interest of national defense. When the contract,ur tiny portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. gtimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and ' •atdrials to and from the job will be considered, the intent being that an equitable setclemont will be made with the contractor. Acceptable materials, obtained or ordered by the contractor fnr the work and that are not incorporated in the work shall, at the option of the contractor, be purchased from the contractor at actual cost as shown by raceipted bills and actual 03st' records nt such points of delivery ae mriy be designated by th'e engineer. Terminstion of the contract tr a portion thereof shall nrelther relieve the contractor of his ret;ponsibilitie2 for the completed kiork nor shall it relieve his surety of its obligecion for.tnd concerning any just claim arising out of the work performed. ea t Page 62 DIV I r . 10!24/%4 AC 150/5370-10 r SECTION 90 r MEASUREWNT AND PAYMENr 90-01 MEASUREMENT Or QUANTITIES. All work completed ender the contract will be measured by the engineer, or his authorized representatives, using r United States Customary Unite of Measurement. The method of measurement and cosputdtions to be used in determination of r quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. r Unless otherwise specif"po, 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 ltosA Unless ' otherwise specified, transverse measurements for area cotiputations will be the neat dimensions shown on the plans or ordered in writing by the engineer. ' Structures will be measured according to neat lines sharp on the plans or as altered to fit field eondif.ona, ' 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 bass or foundation upon ' which siech items are placed. In cooputing volumes of excavation the average end area method or other ' acceptable methods will be used. Ira& thickness of plates and galvanized sheet used in the manufacture of ' rdrrugased metal N,lpa, metal plate pipe culverts and arches, and metal cribbing vill be Specified and measured in decimal fraction of inches. 'The t4rm "ton" will mean the short ton consisting of 21000 pounds avoirdupois. All materials which are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designated by the engineer. If material is shipped ' by rail, the car weight may be accepted provided that only the actual weight of material be paid for. however, car weights will not be acceptable for materiel to be passed through mixing plants. Trucks used to haul materiel being paid for by weight shall be •aighed empty daily at such times as the engineer directs, and each truck A'Ull bear a plainly legible identification mark, r illy l Page 63 177 17, MC 150/3370-10 10/21o/14 y ItASUREWNT AND PAYNENT materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of deli ry. Vehicles for this purpose may be of any site or type acceptable to the engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity and all loads shall be leveled when the vehicles arrive At the point of delivery. ' When requested by the contractor and approved by the engineer in writing, material specified to be measured by the cubic yard may be usighed and such weights will be converted to cubic yards for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the engineer ano ohall be agreed to by the contractor before such method of measurement of 1,r.y quantities is used, bituwinous m•%teriala will be measured by the gallon or ton, When measured by volume, such volumes will be measured at 601F. or will be corrected to this volume st 60°a. using ASTY D 1230 for asphalts or ASTH D 633 for tars. Not certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of masurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or othorwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified ' weights by volume,mubject 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 (KoF,B.H,) 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. Page 64 DIV I i 10/a4/~4 AC 150/5970-10 i MSASUAEMWr AND PAYMENT ' Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the lietits of the work. i Special equipment ordored 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 PAYWWr 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, i 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 i established by the industries involved will be Accepted, Scales fog weighing materiels which tra required to be proportioned or i measured and paid for by weight shall be furnished, erected, and maintained by the contractor, or be certified permanently installed commercial scales. Scales shell be accurate within one-half per cant of the correct weight ' throughout the range of use. The contractor shall have the scales checked under the obrsrvation of the inspector before beginning work and at such other time as requested. the intervals shall be uniform in spacing i throughout the graduated or marked length of the beam or dial and shall not i szeeed one-tenth of one per cent of the nominal rated capacity of the scale, but not less then one round. The use of spring balances will not be psmittedo r Beama, dials, platforets, and other scale equipment shall be so arranged that the operator and inspector can safely and conveniently view them. Scale installations shall have available, ten standard fifty-pound weights for testing the weighing equipment or suitable weights and devices for other i approved equipment. 'Scales bust be tested for accuracy and serviced before use at a new site. i 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 i permitted to operate and all swterials received subsequan to the last previous correct weighing-accuracy-test will be reduced by the percentage of error in excess of one-half of one per cent. i 1 DIV I Page b5 NFR fir•~ r 10/24/74 AC 150/5970-10 r WASVREMeNf AND PAYMNi' r In the event inspection reveals the scales have bben "und edsandino"additlonal (indicating less than correct weight) payment to the contractor will be allowed for materials Previously weighed r and recorded. All costa in connection with furnishing, installing, certifying, testing, r and maintaining scalesi for furnishing check weights and 9-.ale oEumate idler 411 other items specifiieedd in this subsection, for for proportioning payment, shall be included in the unit contract prices r for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final r quantities for which payment for such specific portion of the work will be made, amiss the dimensions of said portions, of the work shown on the plans Are revised by the engineer. if revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised Lis the amount represented by the authorized changes in the dimensions, r ~,0 0,~2 S PR 0P The contractor shall' receive and accept coa~pensa ion provided or in the contract as full payment for furnishing Al colete and risk# lose, h contract in a a whatever accefor ptable ,f and for a all work under cceptaptsble mann character arising out of the nature of the work qr the prosecution thereof, Subject to the provisions of the subsection tit1cd NO WAIVER OF LEGAL RICHTS of Section 70. When the c"basis on ract rice (price bid) i include cospeneationeforicertaiii %oxktor material essential to the item, this same work or material will not also be r Chet the essential p plann► or specifications which may appear elsewhere payment under any other contract Item lsewhere In naD QUANTIT1g.S. When the accepted quantities of r 90-01 CO EtiCaTteti FOR AL7E wor vary Vm the quantities in the proposal, the contractor shall accept as payment in ~.,ull, so far as contract items are concerned, payment at the original contrAct price for the accepted quantities of work actually completed and accepted. No allotienco, except as provided for in thb eubsectio+ titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be 1 1 DIV I Page 66 7F a 10/24/14 AC 150/5370-10 MEASUREMENT AND PAYMENT made for any increased expense, lrsa of expected reimbursement, or lose of anticipated prof-Its suffered or claimed by the contractor which results ' directly from such alterations or indirectly from his unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the engineer shall ha vc the right to omit from the work (order nonperformance) any contract iteri, except major contract ' items, in the beat interest of the owner. Should the engineer omit or order nonperformance of a contract item or ' portion of such item from the work, the contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the contractor or delivered on the work prior to the date of the engineer's order will be paid for at the actual cost to the contractor and shall thereupon become the property of the owner. In addition to the reimbursement hereinbefore provided, the contractor shall be reimbursed for all actual costs incurred for the purpose of' performing t the omitted contract item prior to the date of ',he 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 e~mtractor as %.o the nature and amount of such costs. 90.05 PAYMN? FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, porformcd 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 of supplemental agreement authorizing such 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 as follow (a) Labor. For all labor (skilled and unskilled) and foremen in direct charge of 'a specific force account item, the contractor shall receive the rate of wage (or scale) for every hour that such labor or foreman is t actually engaged in the specified force account work. Such wage (or scale) shall be sgreed upon in writing before beginning the work. DIV I Page 67 r AC 150/5370-10 10/24/74 1 MEA3UREMENT AND PA' MEW. The contractor shall receive the actual costs paid to, or in behalf of, workers by reason of subsistence and travel allowances, health and welfare benefits, pension fund benefits or other benefits, when such amounts are required by collective bargaining agreement or other employment contract generally applicable to the classes of labor employed on the work. r. An Amount equal to 15 percent of the sum of the above items will also be paid the contractor. (b) Insurance and Taxes. For property damage, liability, and workmen's compensation insurance premiums, unemployment insurance contributions, and social security taxes on the force account work the contractor shall receive ' the actual cost, to which cost (sum) 5 percent will be added. The contractor shall furnish satisfactory evidence of the rate or rates paid for such insurance and taxes. r materials. For materials accepted by the engineer and used, the contractor shell receive the actual cost of such materials delivered on the work, including transportation charges paid by him (exclusive of machinery r rentals as hereinafter not forth), to which coat (stun) 15 percent will be added, (d) E_qutpa►ant, rot any machinery or special equipment (other than small tools) Ire-eluding fuel and lubricants► plus transportation costs, the use of which has been authorized by the engineer, the contractor shall receive the rental rateR agreed upon in writing before such work in begun for the actual ' time that arch equipment is committed to the work, to which rental sus 15 percent will be added, J (o) Miscellaneous. No additional ullovancu will be made for general ' superintendence, the use of small tools, or other costs for which no specific allowance is herein provided, (f) g2m arlson of Records. The contractor and the engineer shall compare records of the cost of force a,-count work at the end of each day, Agreement shall be indicated by signu•ure of thq contractor wid engineer or ' their duly authorized representatives. (g) Statements, No payment will be made for work performed on a force r account basis until khe contractor has furnished the engineer with duplicate itemised statements of the cost of such force account work detailed as follows$ 1 ' PAge 68 DIV 1 e 10/24/74 Ac 150/5370-10 MEASUREMENT AND PAYMENT (l) Name classification, date, daily hours, total hours, rate and , extension for each laborer an-1 foreman ! (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. (3) Quantities of 'Ateri+ls, prices, and extensions. (4) Transportation of materials. (g) Cost of property damage, liability and workmen's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accospanted and supported by receipted invoice for all materrials used and transportation charges. However, iforasuchale useutt rre the force account work are not specifical!•y purchased taken from the contractor's stock, then in lieu of the invoices the and that contractor m affidavit thatactualsuch taken p from his stock ► the price and transportation claimed represent the actual cost to the contractor. The con additional payment, on the all Itemsnofgexpenseinotdspecficallyl constitute full compenaati provided for the force account work. The total payment made as provided r above shall constitute full compensation for such work. • , PALY.1M pAYMENT5. Partial payments will be rode at least once each pbq Said the work perfosrmeduand matetimates prepared complete- in place in accordaleosincludehtheodeliveredlactualdcoatcofithoeens. section with the subsection titlQd Such partial stockpiled May and stored NAND ofithiaccordance fiveshundred dollera,contrector since the pAY!ffiNT amount due the No partial Y~auntsltc leasmade thanwhen last estimate Page b? DIY 1 y AC 150/5370-10 10/24/74 MEASUREMENT AND PAYMENT 1 From the total of the amount determined to be payable on a partial payment, ' 10 percent of such total amount will be deducted and retained by the owner until the final payment is made except, as may be provided (at the contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (90 percent) of the amount payable, less all ' previous payments, shall be certified for payment. Should the contractor exercise his option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such 10 percent retainage shall be deducted. When not less than 95% of the work has been completed the engineer may, at ' his discretion and with the consent of the surety, prepare an estimate from which will be retained an amount not less than twic.3 the contract valosa or estimated coat, whichever is greater, of the work remaining to be done. Ito remainder, le!e all previous payments aAd 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 hav+ been determined by the engineer to be a part of the finial quantity foi the item of work in question. No partial payment shall bind the owner to the acceptance of any .-aerials ' 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 I MATERIALS ON HAND. Partial payments may be made to the extent of the delivered coat of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and spoeificetions and ore delivered to acceptable sites on the airport prOparty or at other sites in the vicinity that are acceptable to the owner. Such dnli-vbred coats of stored or stockpiled materials may be included in the next partial payment after the following conditions are mete (a) The material has been stored or stockpiled in a manner acceptable to tine engineer at or on an approved site. Page 70 DIV 1 10/24/74 AC 130/5370-10 MEASl1RFMNT AND PAYWNT ' (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 encumberances of any kind) to the material so stored or stockpiled. O (e) The contractor has furnished the owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at anytime prior to use in the work. It is understood and agreed that the transfer of title and the owner's payment for such stored or stockpiled materials shall in no way relieve the contractor of his responsibility for furnishing and placing such materials j in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand axcoed the contract price for such materials or the contract price for the contract item in which the material is intended to be ,saed• No partial payment will be made for stored or stockpiled living or perishable plant materials. The contractor shall bear all costs associated vith Oe partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 1 , 90-08 PAY NT OF WITHHELD PLNDS. At the contractor's option, he may ' request that the owner accept in lieu of ta•e 10 percent retainpge on ,partial payments described in the subsection titled PARTIAL PAYMNIR of this section) the cintractor's deposits in escrow under the following conditions: ' (a) The contractor shall bear all expeneos of establishing and maintaining an escrow account and escrow agreement acceptable to the owner. i a DIY I page 71 a~ i 7-77 AC 150/5370-10 10/24/74 W ASUREML'NT AND :AYFENT (b) The contractor sho,ll 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 leas than the 10 percent retainage that would otherwise be withheld from partial payment. (c) The contractor shall enter into an escrow agreement satisfactory to the owner. (d) The contractor shall obtain the i1::tten consent of the surety to such rgreement. 40-09 ACCEPTANCE AND-FINAL PAYW NT. When the contract work has been Accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the engineer will prepare the final estimate of t the items of work actually performed. The contractor shall approve the engineer's final estimate or advise the engineer of his objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. contracta.'rand engineer shall resolve all disputes (if any) in the messurevent and computation of final quantities to be paid within 30 calendar days of the c antra torts receipt of the anginear'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 gtmatities shall be considered by the owner as a claim in accordance with the, subsection titled CLAIMS FOR ADJUSTMENT AND DiSPUTFS of Section 50. After the contractor has approved, or approved under protest, the engineer's final estimate, final payment will be ptocessed based on the entire sum, or the the Lendieputed•sum in case of approval under protest, determined to be due the contractor' less all previous payments and all amounts to be deducted unO t the provisions of the contract. All prior partial esti"ates and. pgmbnts shall be subject to correction in the final estimate and payment. It the contractor has filed a claim for additional compensation under the 1 provieiO+in 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 dve the contractor will be paid pursuant to a supplemental, final, estimate. i I i Page 72 DIY i ITEM 1 - EXCAVATIOW AND EMSANK_MENT (Roadway kelocation) I 1.01 DESCRIPTION This item shall -onsibt of excavating, removing and satisfactorily dispcoing of all materials within the limits of the work required to construct ' the relocation of F.M. 1515 in accordance with these specifications and in conformity with the dimensions, grades and typical sections shown on the plans. All suitable material taken from excavation shall be used in the fo -nation of vmban tents, subgraie, and for backfilling. when the volume of the excavation exceeds that required to construct ' the embankments to the grades indicated, the excess shall be stockpiled at the north end of the North-South Runway and parallel taxiway for ups in the runway and taxiway extension. ' 1.02 CIJS SIFICATION All excavation l.trformed shall be vn-lassified. 1.03 CcONSTRUCTION METHODS A. General The excavation shall be carrisa to the necemeary depth to obtain ' the specified depth of subgrade densificatlon shown on tho plans. Likewise, on embankments, tilt depth of subgrade densificatior, shall be as shown on the plans. Should tba Contractor, through negligence or other fault, excavate ttlow the desigruted lines, he shall. replace the excavation with approved ' materials, in an approvzl manner and condition, at his own expense. All material determined unsuitable shall be disposed of in waste areas or as directed. B. EXCAVATION Excavation shall be performed to the liner, grades and elevations shown on the plans. Prior to performing the excavation, all brush, grass, vegetable matter and ot}:er unsuitable M terial within the limits c4 the reloca- ted roadway shtl.l b4 stripped or otherwise removed. No direct payment shall be made for stripping. The yardarn removed and disposed of shall he paid for at the contract unit price per cubic yard for "unclassified Excavation". ' C. EMBANKMENT Prior to placing embankments, all weeds, brush, trees " other ' growth shall be removed and disposed of by the Contractor. Earth embankments shall be constructed in successive layers for the full width of the indiviGual roadway cross section and 1r, such lengths as are best suited to the sprinkling and compaction methods uti?,lred. 1 1-1 r. ~a a 7 re Layers of embankment may be formed by utiliainq equipment which w1l.l spread the material as it is dtmped, or they may be formed by Wing" spread by blading or other acceptable methods from piles or wlndrowi duaprj from excavating or hauling equipmont in such amounts that material is even y ' diaI~ributed. Minor quantities of rock encountered in cinstructing earth euvba,rk- ment shall be incorporated in the specified embanfuoent layers. be placed in the portions of embankments outside the limits of theenowp'atedaY roadbed width where the size of the rock prohibits their 1n%orporat'on in the normal embankment layers. ' Each layer of embankment shall be uniform as to material, deAVIty and moisture content before beginning compaction. Whe,e layers of unlfke materials abut each other, each layer shall be feat)Aleedged for at le:rui 100 feet or the material shall be so mixed as t', prevent abrupt changes is the soil. No material placed in the embankment by dumping In a pile or windrow shall be incorporated in a layer in that position, but all such piles or win- drows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, harrowing, disk- ing or similar methods to the end that a uniform material of uniform density ' is secured in each layer. Water required for sprinkling to bring th4 material to the moisture content necessary for maximum compaction shall be evenly applied and it shall be the responsibility of the Contractor to secure a uniform moin- ture content throughout the layer by such methods as may be necessary. In ' order to facilitate unifoft wetting of the embankment material, the Contractor may apply water at the matt- al source if the sequence and methods used are such as not to cause an undue waste of water. Such procedure shall be subject ' to the approval of the Engineer. All earth cuts, full width or part width cuts in side hill, which are not required te,be excavated below subVade elevation for base and backfilled, shall be scar',fled to a uniform depth of at least b-inches below grade, and the material shall be mixed &A reshaped by blading and then sprinkled and rolled in accordance with the requirem nts outlined above for earth embankments and ' to the sane donaity as that required for the adjacent embankment. Each layer of the embankment shall be compacted to 95% standard e Proctor Density in accordance with AASHO T-99. Embankment adjacent to culverts shall be free of rocks larger than ' 4-inches in greatest dimension and the embankment shall be compacted in the manner prescribed under the THD Item "Structural Excavation". 1.04 MEASUREMENT AND PAYMENT Excavation shall be measured and paid for by the cubic yard, calcu- lated by the average end area method from plotted ero&s sections. wbankment shall nit be measured for payment but shall be considered subsidiary to the excavation. 1.2 ITEM 2 - LIME TREATED SUAGRADC (SLURRY METHOD) i 1 2.01 DESCRIPTION 1 This itemm shall consist of treating the subgrade by the pulver i:ing, addition of lime, mixing and compacting the mixed material to th- a ' required density. This item applies to natural ground or embankment and shall be constructed as specified herein and In conformity with the typical sections, lines and grades as shown on the plans. u 2.02 MATERIALS Type At Hydrated Lime, shall be.used, to treat the subgrade. It shall consist of a dry powder obtained by treating quicklime. When sampled and tcoted it shall meet the following requirements: ' Hydrate Alkalinity - x by weight Ce(OH)2 Min. 90% Unh;;drated Lime Content - % by weight Ca0 Max. SX "Eras Water" Content - X by weight H2O Max. 42 The percent by weight of residue shall conform to Item 264, THD 1972 Standard Specifications for Streets. ' 2.03 UYQ IPMENT as The machinery, tools and equipment necesss, for proper prosecu- tion of the work shell be on the project and approved by the Engineer prior to the beginning of construction operations. ' All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. ' b. Hydrated lime shall be stored and handled in closed weatherproof containers until immediately before distribution on the road. If storage bins are used they shall be completely enclosed. Hydrated lima in bags shall be stored in weatherproof buildings with adequate protection from ground dampness. 1 c. If lime is furniVhed in trunks, each truck shall have the weight of lime certified. ' d.~ If lime is furnished in bags, each bag shall bear the manufac- turer's certified weight. ' 2.04 CONSTRUCTION METHODS a. General It is the primary requirement of this specification to secure a completed course of treated material containing s uniform lime mixture, free ' from 1ao4e nr Kepregated Areas, of uniform density and moisture content, ve11. ' 2-1 1 bound for its full depth and with a smooth surfacs suitsble for placing subsequent courses. it shall be the responsibility of the COAtT&CtOT to ula work his amou Lain the worksanderework the courses assnecessarypto meetnthefabove, maim fain requirements.. rho roadbed shall be constructed and shaped to conform to the typical sections, lines and grades as shown on the plans, The area to be treated shall then be pulverized or scarified to expose the bottom of the praposed lime treatment. b. placin Lima Slurr Lime and water shall be mixed into a slurry in a central mixing plant employing agitation by integral paddles, compressedlim ,recrycmay,ing pumps or a combination as approved by theEngineertator. also be mixed in water trucks with an approved The lime slurry mix shall be'ce prissd of a ninimum 922 lime solution. lime-wat,x requirements may 66 adjusted to satisfy the r optimum moisture of the existing soils The lime e slurry,lution shall not exceed forty' percent which is the maximum pumpabl When meseute- zounts of lime and water are charged separately into the tank truck, the water shall be metered and the lime proportioned ' voiuaetricslly or by means of weigh batchers. Lime shall bs spread on the scarified eubgrads by gravity or by pressure spray bare which nhall be calibrated by the Engineer to detprnicea_ the number of passes necessary to obtain the required percent lime a p tion. ' In areas where the lime content to be used exceeds the percent percent lime required on the plan, the City rwearvas the right to alter the p subgrad lime required. shallhbe paidrforiatdthe same unit priceobidlfor constructing ' these areas soil-litee subgrade with the percent called for on the plane. The additions lime required will b%k paid for by the ton. c. Pirat hlxin The material and lime shall be thoroughly mi;.ed by approved geneousr,dfrthe iablexmixturetofumaterial,and toad opinion of the Engineer, equipmento 15theme Is obtained, oItained, free from all clods or lumps. Natariala containing plastic . clays or other material which will not readily mix with lime shall be mixxedhe ' as thoroughly as possible at the time of the lime application, brought o proper moisture content and left tc curematerialdays asbeirected by the Engineer. During the curing period directed. 2-2 r ' d, FSna1_HixS~ After the required curing time, the material eha3's he uniformly mixed by approved methods, If the soil-binder-limo mixture contains clods, methods they shall be reduced in size by raking, blading, discing, t.rrrowing, that when or the use of other approved pulverizatiion ved the ' all nonslaking aggregates retained on the ifs. 4 sieve are r.,u~o remainder of the material shall meet the following requires nts when tested dry by laboraLory sieves! t PercentMinimum Passing 1-3/4" Sieve 15F, Minimum Passing No. 4 Sisva 60 During the interval of time between applicction and mixing, hydv or moeedor to ethat ha xcessive leen oss dues to washing orrblovi-,Z willenotdbe treepted or or for payment. ' e. Cam an ction Compaction of the mixture shall begin immediately after final less inixing, mixing and In no case later than 3 calend a days afterrfinalbe aerated le approval is obtained from the EnS:neer. The material hall r moisture, Comp sprinkled rovide the entire depthaofitmixturelis begin at the uniformly cosmpeated. cted by the The material shelf inkled creek spotsaitichedevelop shall • Engineer, All Irregularities, depr riding or removing be corrected immediately by mearifying the tress affects i riding and rolling. material as required and reshaping and recomrscting by spy , fro* ilia euratione hand ruts, shall thereondorithe work is from unduldul accepted. The lime rested subgrade shall be compacted to 95• in accordance 1 with AASHO T-180. f. Finishing. Curie +nd Preparation for Surfacing foreabminimu~ntoft7edays After final compal eection moietdcuredshall required grade and the completed before pevement is added car traffic permitted on the surface. 2.05 tIEA6URENEt1 AW f-'NEVT for Lime Treated Suirade shAlIn:lude elk work requs'.red paideat and compattsthere yard which price ce ehal subgrade. Hydrated Lime required to treat the subgrade shall be measat'ed and t paid for ha tbo ten. 2-3 71 _17 1 ITEM 3 - PIERIB;,B BA "rrushO~) (Texas Highway Dept. Item 242) 5.01 DLSCRI ON ' "Plexible Base (Crushed Stone)" shall consist of a foundation course for surface course or for other base coursest shall be composed of crusher-run broken stoner and shall be constructed as herein speci- fied in one or more courses in conformity with the typical sections shown on plans and to the lines and gradeb as established by the Engi- neer. ' 3.02 MATERIAL The material shall be crushed dnd shall consist of durable particles of stone mixed with approved binding materiel. Samples for testing the material shall be taken prior to the compaction operptions. 3.03 TYPE The flexible lase material shall be Type A consisting of durable particles of stone mixed with approved binding material. Grade The material shall conform to the requirements of Grade 2 as t ~ tollowes Grade 2-When properly slaked and tested by standard Texas Highway Department laboratory methods, the flexible base material shall meet ttda following requirements 1 Retained on 1 3/4-inch sieve 0% Retained on No. 4 sieve........ .••...•.....45 to 75% Retained on No. 40 aieve..........4••••••••60 to 65% preparod as "Soil whenshall Material passing the NO•r~entssieve and shall meet the following requi t Test Mathod Tex-101-E procedures The liquid limit anall not exceed.........•40 The plasticity index shall not exceed 12 3.04 CONSTRUCTION M THODS andatedtand ' A. Preparation of Subgrade - The )'nadbed shall excav shaped in conformity with the typical sections shown on plans lines and grades as established by the Engineer. All unstable or otherwise objectionable material shall Le removed from the subgrade and replaced with approved material. All holed, ruts and depressions shall be filled with approved material( and if required( the subgrade shall be thoroughly wetted with water and reshaped and rolled to O.he extent M v acted ir, order to place ' 3-1 7, 77 ,4 ! r 47 ry al, The ' the s a in an accep`aall benfinished toalineoandegrbase ade mastestablished surface of the y with the typical section shown on plans, and any deviation and nd in of conformity with 1 in lo emovirg material# to section i seningo aadding leth longitudinally shall be corrected by s rinkling and rolling. Sufficient subgrade ' o hall be and red in dva by p che ptinstre of satisfactory the f subgrade shall tbenutof the ilizedwin , mater be prepared in advance material excavated in the preparation shoulders a otherwise the construction of aadditional materialnrequiirred for the completionaof the ' as directed, and any shoulders and slopes shall be segued from sources indicated on plans or de- signated by the Engineer. 8. First Course - Immediately before placing the bare mat^rial* the subgrade shall be chocked as to conformity with grade and section. ' The material shall be delivered in approved vshic)en of a uni- iinnuacht100-foottstation. form capacity and tmashall e the terial charge of the mutant l of specified deposited upon the s cads shall be spread a>>d shaped the same day 1 the Material unless otherwise directed by the Engineer in writing, in the impractical event the spread- ing weather or other unforeseen circumstances render imp of the material during the first Enur periodothe status shall be scarified and spread as directed by the sprinkled, if direetedr and shall then besbladed# drragga and sha"eo[t con - $ogre form to typical sectiosis as shown on pl replaced gated coarse or fins.material shall be corrected or removed and with well graded material, as directed by theeE~ngi a er* it a~isisnal and binder is considered desirable or necessary he amount directed by the ' shaped, it shall be furnished and app in incb the Engineer. Such binder material harrowingnnbrooming or by other with the material in place e by by scarifying, approved methods. The course shall be sprinkled as requital and rolled and com- pacted to 95 percent density in accordance with AASH0 1-180. ' C. Succeeding final Courses course. - Construction Iadditiontoe hedreq~tvuentshspecciified prescribed for r th th fans shall. be for density, the full depth of flexible base shown firm andtlsthe p ands:' construction ' equipment to the extent necessary remain neces- flexible base is equipment. After beach y section of material failst o,meetttheUdensity sexy will made by to most theie requirements. requiremenis ts, it shall be reworked as necessary shall by bl6dout this operation the shape of the completion shall beuwooothe and inaconained by beading, a the established formity with the typical section shown on the pleuis aft! to placed, any de lines and grades. in that area on which pavement is to be o feet ation excess of measured longitudinallyishallnbercorrected bya loosening, addding lx removing ' water and recompacting by sprinkling and rolling. All irregu- lrities, reshaping is which develop s?iall be corrected laxities, depressions or weak apo ,y ' 3-2 77I 7 imimediately by scarifying the areas affsctadt adding suitable material as required, reshaping and rooo p ctrrcauae, sprinklinq &M rollist. should. be recan- r the base course, due a any reason density anand finish d refinishedy at surfacing the Contractor. Pseted r 3.05 !LIA.SUREMENT Work ark accepted material as prescribed for this item will be r measured by the cubic y-ird (compacted in plac.o:) 3.06 PAYMENT Payment for Flex!.ble Use (Crushed Stone) shsll be made at the unit price bid$ which prise shall be fAI compensation for shaping and fine grading tha roadbed, for furnishing all lmamaterials$ nipulation. labor, toolgdand/ r dragging, for shaping and finishing ete the work. incidentals recessary r r r r r r r r 3-3 r F, T, l: R n - 1 ITEM 4 - HOP MIX: Ag~T' CONCRETE PAVEMENT r 4.01 C4SCRIPTION Hot mix asphaltic concrete for the relocation of F.M. 1515 shall consist cf a surface course as shown on the plans. ' 4.02 MATERIALS The mineral aggregate shall be composed of a coarse aggregate, a r fine aggregate and, if required, a mineral filler. Coarse aggregate shall be that part of the aggregate retained on the No. 10 sieve and shall be stone, crushed slag, crushed gravel or gravel. Fine aggregate shall be that part passing the No. 10 sieve and shall consist of sand or screeningt. Mineral filler xhall consist of dry stone dust, Portland cement or fly ash. Mineral aggregate shall meet the requirements of Item 340, Texas Highway Department 1972 Standard specifications for Construction of Streets. The r plasticity index of the fine aggregate portion passing the No. 40 sieve shall not be more than 6. i 4.03 ASPHALTIC MATERIAL r Asphalt for the paving mixture shall meet the requirements of THD Item 300. The grade of asphalt geed shall be designated by the Engineer after design tests have been made using the miroral aggregate to be used in the job. 4.04 TYPE OF ASPHALTIC CONCRETE The asphaltic concrete paving mixture shall consist of Texas Highway Department Fine Graded Surface Course Type "D" having the following gradations FINE GRADED SURFACE COURSE TYPE "D" ' Percent by Weight Passing 1/2" sieve 100 ' Passing 3/8" sieve 95-100 Passing 3/8" sieve, retained on No. 4 sieve 20- 50 Passing No. 4 sieve, retained on No. 10 sieve 10- 30 Total retained on No. 10 sieve 50- 70 Passing No. 10 sieve, retained on No. 40 sieve 0- 30 Passing No. 40 sieve, retained on No. 80 sieve 4- 25 Passing No, 80 sieve, retained on No, 200 sieve 3- 25 r Passing No. 200 sieve 0- 6 The asphaltic material shall form 4.0 to 8.0 percent of r the mixture by weight, 1 r 4.1 I u nn ^ 8 r b• A. 1 ' 4.05 SAMPLING AND TESTING The mixture shall be Cesig" d and tested in accordance with THD Bulletin C-14 and will 'Pave e ensitY Of not3less than 95 nor more than 99 percent and a stability of EWWfl NT A. mixing Plants mixing plants may be either the weight-botching type or the continuous mixing type. Both types of plants shall be equipped with satisfactory conveyors, power units, aggregate handling 1 equipments hot aggregate screens and bins and dust collectors and shall consist of the following essential. pieces of equip- (1) Weight-Batching 'T'ype cold Aggregate Bin tnd Proportioning Device. The aggre- fi- gate bin shall have at least four compartments of sufe required to cient site to store the amount of ggregat of ,roper keep the plant in cot►tinueus operation design to prevent ov;-rflow of material of une bshatl be that of another bin. The proportioning device such as will provide a uniform and continuous flow of aggregate in the desirod'proportion to the dtyar. Eacchhnt. aggregate shall be proportioned in a separate comp The dryer shall be of the type that continually agitates ' the aggregate during heating and in which the t^mpersture can to so controlled that aggregate will not be inj iced in the necessary drying and heating .Ie ' to obtain a mixture of the specified temperature. The burner, or combination of burners, AM type Of fuel U80d shall be such that in the process of heating the aggregate to the desired or specified tempsx residue A from- record the fuel shall adhere to the heated aggregate. ing thermometer shall be prtmided which will record the temperature of the aggregate when it leaves theherper. The dryer shall be of sufficient site to keep in continuous operation. ' Screening and Proportioning. The screening capacity and site of the bins shall be suffiiccienntptopscreen anndst re the amount of aggregate raquired to plant and keep the plant in continuous operation at full capacity. The aggregate shall be separated into at least four bins when producing Type A mixture and at least three bins when producing Type D mixture. Aggregate Sizes for the bin types shall be in accordance with item 3400 THD 1912 Standard Specifications for Streets. 4-2 w Aggregate Weight Sox `and betchin9.Bcales. TtO p99169ate weight bcx and batohing scales shall be of sufficient , capacity to' hold and weigh a cmVlste batch of aggregate. Asphaltic material bucket and SCAlts, The asphaltic material bucket and scales shall be of sufficient capacity to hold and weigh the necessary asphaltic materiel for one batch. Miser. The mixer shall be of the pug mill type wA shall have a capacity of not lee6 than 3,000 pounds in a single batch. The mixer shall be equipped with an approved spray bar that will distribute the asphaltic material gaickly and uniformly. The mixer shall be provided with an auto- matic time lock that will lock the discharge doors of the ® mixer for the required mixing pexiod. p (2) Continuous Mixing Type For the continuous mixing type of operation the cold aggregate bin and proportioning device, dryer, and screen- ing and proportioning shall be the same as for the weight- ' batching type of plant. Hot Aggregate Bin, The hot bins shall be so constructed that oversize and overload material will be discharged through a discharge shoot. An automatic switch for stop- ping the plant when hot bins become deficient shall be installed. r %)t A94tegate Proportioning Device, The hot aggregate proportioning device shall be so designed that when properly operated a uniform and continuous flow of aggre- gate into the mixer will be maintained. Asphaltic Material Spray Bar. The asphaltic material spray bar shall be so designed that the asphalt will spray uniformly and continuously into the mixer. Asphaltic Material Motor. ' An accurate asphaltic material recording meter shall be placed in the asphalt line lead- ing to the spray bar so that the accumulative amount of Q asphalt used can be accurately determined. Mixer. The mixer shell be of the pug mill continuous type and shall hie a capacity of not less than 40 tone of mixtura per hour, S. Asphaltic Material Heating Equipment Asphaltio material heating equipment shall be adequate to heat the amount of asphaltic material required to the desired 'ompor- ature. Heating may be done by steam coils or direct fire heat- inq. Agitation with 'steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour chart that will record the temperature of the asphaltic material at the highest temperature. 4-3 1 Spreading and Finishing machine The spreading and finishing machine shall be of a type approved by the Engineer, shall be capable of producing a surface that will meet the requiremei~~/f the whist eixture isidumped the ace directl test, when requ quate Power to propeelithe dthe fini eliverysvehicleshineasssakisfaaictorye manner . The finishing machine shall be equipped with a flexible spring and/or to main- hydraulic type hitch sufficient in design and capacity . of tile rain he ntnahebe ollershofrthe finishing machine lwhile athemtaix- and t p 8 turn is being unloaded. The use of any vehicle which requires dumping directlY into the finishing machine and which the finishing machine cannot t the de push or propel in aver a manner tro had finishing willsn t Leial- and grader without resorting lane, vehicles of } lowed. Unless otherwise permitted by the p aria specifically prohibited from dumping the semi-trailer tiY~ directly into the finishing machine while in contact with tht finishing machine. Vehicles dumping directly or indirectly into the finishing machine shall be so de can d And equmechanically pee a that unloading into the finishing mrt and/or automatically operated in such a manner that overloading the Finishing machine being used cannot cacur and the required th i 4 nes shingdes will be obtaine4 without resorting to hand ' finishinq• Doping of the asphaltic mixture in a wwindrow and then ith loadinq equip4nentiwill F the mixture in the finishing machine w ant is constructed be permitted provided that the loading equipment and operated in such manner that substantially all of th'a Aix- e roadbed it picked up W loaded in tea tune deposited on th urt4Irod, ; - finishing C nexceesve temperatuxeoloss isrnotnencoteri4klof the mixture opercated that equipment will be so designed and i 1 the`loadinq loaded will obtain the required the finishing machine being liije, grade and surface without resorting to hAndifi ishiing,unu Any operation of the }.oading equipmet.t resulting ' r lation and subsequent shedding of this accumulated material into the asphaltic mixture will not be permitted. ' D. Wtor Grader { smoothltreadppneumaticetired motor The motor grader, if used,eshall graders ik shall be equiTpd with of not ldssfthnot an 16sfeet an 1 and2shalljbe base blade wheeler shall have shall have a wheel ~ condition. tight and in good opera..ng s 4-4 TF7 a E. Roiling Equipment Rolling equipment shall consist of pneumatic tire rollers, two-axle tandem roller •reighing not lase than 8 tons, three-wheel roller weighing not teas than 10 tons, three- axle tandem roller weighing not less than 10 tons and trench roller having a 20-inch wheel drive and producing 325 pounds per linear inch of roller width at a speed of 1.8 miles per hour in low gear. F. Straight Edges and templates ' The Contractor shall provide an acceptable 10-foot straight edge for surface testing. 1 4.07 STOCKPILING STORAGE, FROPORTIONING AND MIXING A. Stockpiling of Aggregates ' Prior to stockpiling of aggregatess the area shall be cleaned of trash, weeds and grass and be relatively smooth. Aggregates shall be stockpiled in such a manner ao to prevent mixing of one aggregate with another. Coarse aggregates for Type "A" shall be separated into at least two stockpiles of different gradation, such as a large coa.-se aggregate and a small coarse aggregate stockpile and such that the grading requirements of the specified; type will be met when the piles are combined in the asphaltic mixture. No coarse aggregate stockpile shall contain more than 15 percent by weight of material that will pass a No. 10 sieve. Fine aggregate stockpiles may contain coarse aggregate in the amount of up to 20 percent by weight, however, the coarse aggregate shall meet the quality tests specified herein for "Coarse Aggregates"s Suitable equipment of acceptable size shall be furnished by the Contractor to work the stockpiles and prevent segregation of the aggregates. B. Storage and Heating of Asphaltic Materials ' The asphaltic material storage shall be ample to meet thi re- quirements of the plant. Asphalt shall not he heated to r. temperature in excess of that specified in THD Item 300. All equipment used in the storage and handling of asihaltic materi- al shall be kept in a clean condition at all times and shall be operated in such manner that there will be no contamination ' with foreign matter. C. Feeding and Drying of Aggregate ' The feeding of yarious sizes of aggregate to the dryer shall be done through"4.4 cold aggregate bin and proportioning devica ' in such a mangy that a uniform and constant flow of materials in the required oportiona will be maintained. When specified on the plans, tho cold aggregate b4.-,d shall be charged by use 4-5 of a clarshell, dragline, shovel or front end loader. The aggregate shall be dried and heated to the temperatute reces sary to produce a mixture having the specified temperature. In no case shall the aggregate be introduced into the mixing unit at a temperature More than 400 F. ' D. Proportioning The proportioning of the various materials entering into the asphaltic mixture shall be as directed by the Engineer and in accordance with the;,a specifications. Aggregate shall be pro- portioned by weight using the weigh box and botching scales herein specified when the weight-batch type of plant is used and by volume using the hot aggregate proportioning device when the continuous mixer type of plant is used. The asphaltic material shall be proportioned by weight or by voltune based on weight using the specified equipment. E. Mixing (1) Hatch Type Mixer 1 in the charging of the weigh box and in the charging of the mi•Rer from the weight box, rich methods or devices shall be used as are necessary to secure a uniform as- phaltic mix':ure. In introducing the batch into the mixer, all minnrAl aggregate shall be introduced firsts shall be mixed thoroughly for a period of 5 to 20 secon-is, as directedo to uniformly distribute the various sizes through- out the batch before the asphaltio material is added; the asphaltic material shall then be added and the mix.trol con- tinueO for a total mixing period of not less than 30 seconds. 1 This mixing period may be increased, if, in the opinion of the Engineer, the mixture is not uniform, ' s2) Continuous ^.ype Mixer The amount of aggregate tnd asphaltio matocial entering the mixer and the rate of travel throu.jh:the mixer shall be so coordinated that a uniform mixture of the aiw ified grading and asphalt content will be produced. The differen- tial in temperature of the aggregates and the asphalt as they enter the pug mixer shall not exceed 25 F. Checks on asphalt used shall be made at least twice daily by comparing the asphalt usod in ten loads of completed mix as shown on the asphalt recording meter and the design a- mount for these ten loads. The acceptable percent of varia- tion between the asphalt used and the design amount will be as shown on the plans or as determined by the Engineer. (3) The Asphaltic Mixture r The asphaltic mixture from each type of mixer atoll be at a temperature between 225 F. and 350 F. when discharged from the mixer. The Engineer will determine the temperature, within the above limitations, and the mixture when discharged from the mixer shill not vary from this selected temperature more than 25 F. 4-6 r 1 CONSTF4JCTION W.THODS 4.08 A. weather Requirements or the asphaltic mixture when placed with a The prima coat, machine, shall not },e placed when the spreading and finishing falling air temperature is below 50 F. and is , but it may be placed when the air temperature is abovo 4'1 F. and is rising. The asphaltic mixture when placed with a mtti`Ar grader, shall not be placed when the air temperature is belowtu60 F. and is re is above falling, but may be placed when the air temps 50 F. and is rising. The air temperature shall be taken in the shade away from artificial heat. It is further provided that the prime coat, oar the asphaltic mixture shall be placed only when the humidityI general weather conditions and tempera- ture and moisture condition of the baser in the opinion of the r Engineer, are suitable. B. prime Coat The prime coat shall be applied in accordance with the speci- fication on "Prime Coat". c. Transporting Asphaltic concrete The asphaltic mixture, prepared as specified abshall be e hauled to the work in,tight vehicles previously cleaned shall of all foreign material. The dispatching laced, and all arranged eo that all material delivered WAY be Pl In cool ' rolling shall be completed during daylight weather or for long hauler canvas covers and insulating of the truck bodies may be required. The inside of the truck hoer may be given a light coating of oil, line slurry or other material ' satisfactory to the Engineers if necessatY, to prevent mixture frcm adhering to the bodY- ' D, Placing Generally the asphaltic mixture shall be dumped and spread on the approved prepared surface with the specified spreading and ' finishing maa'hlner in such manner that when properly compacted the finished pavement will. be smoo'crosensectionsnandYthe surd meet the requirements of the typical fake tests. During the application of asphaltic material, care shall be taken to prevent splattering of adjacent pavement, curb asphaltic rt.ixture is placed and gutter and structures. When the avement, or ' in a narrow strip along the edge of an existing P laced in used to level up small areas of an existing pavement or p small irregular fariahinq n+echthe ineueay be a elfinishing iminsted when machine authoriaed 1 by thecEn by the Engineers provided a satisfactory surface can be obtained by other +pproved methods. 4-7 E. Compacting (1) Rolling The pavement shall be compressed thoroughly and uniformly with the specified rollers and/or other approved rollers. e Rolling with the three wheel and tandem rollers shall start longitudinally at the sides and proceed toward the center of the pavement, overlapping on successive trips by at least half the width of the rear wheel. Alternate trips of the roller shall be slightly different in length. Roll- ing with pneumatic-tire roller shall be done as directed by the Engineer. Rolling shall be continued until no further compression can be obtained and all roller marks are elimin- ated. one tandem roller, one pneumatic-tire roller and at least one three wheel roller, as specified above shall be provided for each job. if the contractor elects, he may substitute the three axle tandem roller for the two axle tandem roller and/.-)r the three wheel roller) but in no case shall less than three ro!<<.'j be in use on each job. Addi- tional rollers shall be'provided if needed. The motion of the roller shall be slow enough at all timos to avoid die- placement of the mixture. If any displacement occurer it shall be corrected at once by the use of rakes and of fresh mixtures where required. The roller shall not be allowed to stated on pavement which has not been fully compacted. To prAVent adhesion of the surface mixture to the roller, the wheels shall be kept thoroughly moistened with water, but an excess of water will not be ;permitted. All rollers must be in good mechanical condition. Necessary precautiono shall be taken to prevent the dropping of gasoline, oil, grease or other foreign matter on the pavement, either when the rollers are In operation or when standing. (2) In Place Density When in place density is required, it is the intent ot, this specification that the material be placed and compacted to the percent density shown on the plans and determined by the test method specified on the plans. The field specimens oorea utilized for the in place density testing may be either or sections of asphaltic pavement. In place density tests are intended for compaction control tests. If the in place density of the mixture produced has a value lower thin that specified ' and in the opinion of the Engineer, is not due to a change sub- with the quality of the material, production may proceed sequent changes in the mix and/or construction operations until the in place density equals of exceeds the specified density. ' 4-8 0 1 (3) Hand Tamping The edges of the pavement along curbs, headers and similar structures, and all places not accessible to the roller, or in such positions as will not allow thorough compaction with the rollers, shall be thorough- ly compacted with lightly oiled tamps. I F. Surface Tests The surface of the pavement, after compression, shall be smooth r and true to the established lire, grade and cross section, and when tested with , 10-foot straightedge placed parallel to the centerline of the roadway or tented by other equivalent and acceptable means, except as provided herein, the maximum devia- tion shall not exceed 1/8-inch in 10 feet, and any point. in the surface not meeting this requirement shall be corrected. ' 4.04 MEASUREMENT AND PAYMENT Hot Mix Asphaltic Concrete shall be measured by the ton of accepted ' work which price shall include all furnishing of materials, heating, mixing, hauling, rolling and finishing, tools, equipment and incidentals necessary to complete :he work. I r I 1 r I I 4-g J 1 ITEM 5 - PRIME COAT ' 5.01 DESCRIPTION This item shall consist of an application of asphaltic material on the completed Flexible Base (Crushed Stone). Prime Coat shall not be applied when the air temperature is below 60 F. and falling, but it may be applied when the air temperature is above 50 F. and is rising, the air temperature being taken in the shade and away from artificial heat. Asphaltic material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 5.02 MATERIAL The asphaltic material used for the prime coat shall be emulsified asphalt SS-1, SS1H, SS•K or SS-KH applied at a rate of 0.25 to 0.50 gallons per square yard. r ' 5.03 CONSTRULVION METHODS When in the opinion of the Engineer, the area arad/er base is ' satisfactory to receive the prime coat, the surface may be cleaned by sweep- ing or other approved methods. if found necessary by the Engineer, the surface shall be lightly sprinkled just prior, to application of the asphaltic j material. The asphaltic material shall be applied on the clean surface by an approved type of self-propelled pressure distributor to operated ai to distri- bute the material in the quantity specified, evenly and smoothly wider a pressure necessary for proper distribution. The Contractor shall provide all 1 necessary facilities for determining the temperature of the aspha'tic material in all of the heating equipment and in the distributor, for detevaining the j rate at which it is applied, and for securing uniformity at the jisnetion of two distributor loads. i All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphaltic material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphaltic material with fcreign materia'.. It shall be the responsibility of the Contractor to provide and ' maintain in good working order a recording thermometer at the storage heating unit at all times. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such ' calibration. After beginning of the work, should the yield on the asphaltic material applied appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work, ' The Contractor shall be responsible for the maintenance of the sur- face until the work is accepted by the Engineer. ' No traffic, hauling or placement of any subsequent courses shall be permitted over the freshly applied prime coat until authorized by the Engineer. 5-1 r r . ,II I r I 5 , 04 MEAsll _ NT AND PAYMNT r Prime coat will be measured and paid for by the gallon which price shall be full compensation for furnishing, heating, hauling and distributing r the asphaltic material and all labor, tools and equipment required to complete the work. r r r r r r r r r 5-2 r i row'" 79- ITEM 6 - PFUNFORCED CONCRETE PIPE CVLVE M RANI' ADWALLS ' 6.01 DCSCRfPTION e This item shall govern for the furnishing and placing of rein- forced concrete pipe culverts. The culvert pipe shall be installed in accordance with the requirements of these specifications, to the lines t and grades shown on the plans, and shall be of the clauses, sizes cnd dimensions shown thereon. The installation of pipe shall include all joints or connections to new or existing dupe, headwalls, etc., as may ' be required to complete the work. The location of private driveway and side road pipe may be varied as deemed necessary by the Engineer.. 6.02 MATERIALS A. General b'rcept as modified herein, materials, manufacture and design of pipe shell conform to A5TH Designations C 76 for circular P.lpe. All pipe shall be machine made or cast by a process which will provide e for uniform placement of the concrete in the form and compaction by mechanical. devices which will assure a dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality,end uniformity of the concrete can be alssured.' Transit mixed concrete will nct be acceptable for use in precast concrete pipe. 8. Design ' The pipe shall be of the Class specif,ted on, t;--,plane. The shell thickness, the amount of circumferential reinfor:,emer and the strength of the pipe shall conform to the specified Class as summarized in ASTM Designations C 76 for Circular Pipe. i C. Physical Test Requirements ' The acceptability of the pipe shall be determined by the results of the three-edge-bearing test for the load to produce the 0.01 1 inch crack and the ultimate loads by the appropriate material tests re- quired in A.STM Designi%rionss C 76, C 506 or C 5071 by absorption tests on selected samples fiom the wall of the pipe) and by inspection of the finished pipe to determine its conformance with the design prescribed in these specifications and its freedom from defects. Three-edge-bearing tests for both the 0.01 inch crack and thi ultimate load shall be per- fo>med on one pipe for each 100 pipaj of fraction thereof, for each type, size and class. The methods of testing shall conform to ASTM Designations C 76, C 506 or C 507, whichever is applicable. ' As an alternate to the three-edge-bearing test, concrete pipe 60 inches in diameter and over may be accepted, at the option of the manu- facturer, on the basis nf material tests and inspection of the completed product. Acceptability of pipe on this basis shall be determined by the results of material testa as required in ASTH Designations C 76, C 506 or C 507 by crushing tests on cores taken from the barrel of the completed ' 6-1 vi. S ' absorption tests on samples from the wall of the pipe; and and cured pipet by by inspection the finished pipe including amount and placement of rein- these forcemeat, to determine its confotvance with the menvfacturerishsllnfurnish specifications and its freedom from defects. barrel and for facilities and personnel for taking the cores from the pipe determining the compressive strength of the samples. When the cores cut from a section of pipe successfully meet he strength ineaumanemaertsu hetcorethees shall plugged and sealed by manufacturer the irements of ASTM Designations C 76, ' pipe section will meet all of the test raga C 506 or C 507. Pipe sections, so sealed, will be accepted for use. D. Sizes d Permissible Variations (1) Variat.ione in diameter, size, shape, wall thickness, rein- forcement, placement of reinforcement, laying length and the permissible underrun of length shall be it, accordance with the applicable ASTN Specifica- tion, (Z) Where rubber gasket pipe joints are to be used the Design ' of the Joints and Permissible Vitiations in Dimensions shall be in accordance with ASTM Designations C 443. ' E. Workmansh~and Finish Pipe shell bl3 substantially free from fractures, large or deep cracks and surface roughness. The ends of the pile shall be normal to the ' walls and centerline of the pipe w'ithtn the lWA-s of variations allowed under Subarticle 464.2.'(4).(a) above. ' F. 2 tin pipe sha`.1 be cured in accordance with the applicable ASTM Specification for each type of pipe as referred to above. I G. dLa in ' The following information shall lie clearly marked on each section of pipes ' (1) The class of pipe. (2) The date of manufuture. (3) 'ihe name or trade mark of the manufacturer* pti~al (4) one end of each section of pipe with reinforce- ment shall be clearly marked during the process of manufacture or immediately thereafter nn the inside and the outside of opposite walls to show the loca- tion of the "top" or "bottom" of the pipe as it should be ledotheless the external ahape of the pipe is such that the correct position aped bottom is obvious. Karking shall be indented on the pipe section or pointed thereon with waterproof paint. ' 6-2 ,ti, ±E irr° - ,n K. Mi►iimuta a for ShiF nt pipe shall be oonsiderea ready for shipment when it conforms ified horein, irements of the tests spec to the raga I, inspection and thO ►.t materials, the process of manufactures The quality Dato inspection and approval by the Eno sneer rior to sub- lant. In addition, the finished pipe shall finished pipe shall be subject site p ' the pipe manufacturing p the Engineer at the Project sect to further action by during installation. d. Causes for Rsiectipn % ection on account of failure to pipe shall be subie~ to z~rements. Individual sections of 1 conform to any °f the specification of t pipe may be rejected because of any of the following' asaing through the shell, except (1) rra.tuxes or o.acks Passing depth of the joint, for a single end crack th't does nr- t exceed mixing (2) Defectu that indicate imperfect proportioning, and molding. honeycombed or open texture. (3) Surface defects indicating revert making a Damaged ends. where such dam&ge would P (4) satisfactory Joint. R~'.~ K. a cas urional im- p;pe may be repaired if necessary# because of oc and will are sound ui~de_ manufacture or aooidental inj be perfections in during handling inion of the Engineers the repairs raga acceptable ifs in the op and the repaired Pipe °onforms to the properly finished and cured ments of the specifications. ge actions the Engineer and shall be Plainly m+aired by irements All r,iected pipe ; which melts the rimmediately with ed ty the Contractor pipe shall be resmovx shall be repo~ications• such reis tad of these spa, from the site of work. H. 3ointin aterials specified on the plans the contractor shall ' of the foilowing pSethoda* Unless otherwise have the option of making t~1e joints by any joints which meet the ze4uirements of T}iD Item 1 (1) Mortar 421, 00%+ceta for Structures. 1 6-3 (2) Cold Applied, Plastic Asphalt S,wer Joint Compour4 suitable for jointing concrete pipe and meeting the requirements of THD Item 464. (3) Rubber Gaskets meeting the requirements of ASTM C 361 ' or C 44',. (4) Cold Applied Preformed Plastic Gaskets meeting the re- quirements of THD item 464. For jointing materials (b), (c) and (d), the Contractor shall furnish the Engineer the Manufacturer's Certificate of Compliance. N. Reinforced Concrete for Headwalls I ' Reinforced Concrete required to construct headwalls for cul- verts shall be Class A having a cement factor of 5.0 and a minimum com- pressive strength of 3000 psi in 28 days and meeting the requirements of THD Item 421, "Concrete For Structures". Reinforcing steel shall be deformed bars conforming to ASTH A615, Grades 41is 60 or 75 and shall be open hearth, basic oxyien, or electric furnace new Billet steel. Reinforcing steel shall meet the requirements of THD Item 440. ~ 6.03 CONSTRUCTION METHODS Reinforced concrete pipe culverts and headwalls shall be constructed from the specified materials in accordance with the following methods and procedures A. Excavation Excavation for reinforced concrete pipe culverts and headwalls ' shall include the removal of all materiels encountered, regardless of their nature. If unstable material is encountered it shall be removed and replaced with suitable stable material in uniform layers of suitable depth for oompac- ' tion as directed by the Engineer. Such constructions if required shall be performed in accordance with Ti'D Item 400, Structural Excavation. I When the culvert pipe is laid in a trench, the trench shall be shaped to receive the pipe and shall be of sufficient width to provide free working space for satisfactory bedding and Jcinting and thorough tamping of the backfil). and bedding material under and around the pipe. The Contractor shall make such temporary provisions at. may be necessary to insure adequate drainage of the trench and bedding during the construction operation. ' B. Bedding Thl bedding for pipe culverts shell be C11es C in accordance with the detail shewn on the plans. If conditions are encountered Which will require other types of bedding, as determined by the Engineer, such changes shall be made in accordance with the General Pzovisions of the z.ontract. 6-4 y4 77 A C. La•ina and Jointing (1) Laying The elevation and grade lines where s Pointnon th" the Inside file, is the elevation of the pipe invert, or the Y~ lnthe y actor shall establish thhe Engineer. f bench marks set trench or of the Pipe- The Con" excavation with the use o to receive the The subgrade shall be ac ~lshall Shaped a uniform bear- pipe e section, when in Place pipe shall not pipe barrel and each p p length of the pipe barrel. on s ing on the subgrade for the fu1.1 reds shall be ma3e ]aid unless the subgrade is free of water annei" nd shall satisfactory f the by the Engineer. ~fillingtinowith sandeorogravel, and not by wedging or by &.-raping away or blocking up the piPe• accomplished means 11 be ' Changes in line or grade sha to the recommendations of conforming of pipe specials or joint deflections, the pipe manufacturer. sneer, the laying Engineer, Unless otherwise authorized by the t u reared subgrade shall be started at sha the liproceed toward tongue pipes the p P in the direction of ftc;, and ends pointing properly metchede true to the le the inlet end with the iho thatir+hen laid isi the bed they shall form grades facilities shall be provided for hoisting established lines and the trench without disturbing a smooth, uniform conduit. Proper facilities and lowering the sand the of pipe ends of rade and the sides of the trench. prepared subg hail aaced. As each length of pipe be carefully cleaned before the~aples are p l be protected to prevent the entrance is laid the mouth of the pipe s of earth'-)r bedding material. (2) Mortar Joints sealed with stiff All pipe shall be closely jointed and seal laced its sand, co p of the pipe shall be sed of one part POrtiand cement The and ends two 4s to rompo eect$on wetted before making the j. After any t to form c durable water-tight joint. section is ointlaid, the lower 141f cf tho pigs roughly is c laid leaned and and before any succeeding Plastered by trowel- of the groove of the pipe last laid shall be thoroughly p ue and of the next section of p Pe ing on an even layer of mortar. The tong uction of £h4 Dints os fin- Sipe 11 then be inserted, fitted as close as the constr pipe Will the lower half of the inner circumference of the she ` pored and sealed and packed with rw rtar and shall be Before this mortar i over 19 inches in diems ter gird from the ished smooth and even with the e3jal Mortar cessions of Pipe. lately then be has attaineA initial set, adklitional nsof the q,'oov4ato fill comp i e smaller than 16 inches in outside and forced into the unfilled PForI P P pipe to removs any fins of mortar the annular space around the tongue. For until after the diruneter a swab shall be drawn through the trP:Ich shall be undertaken from the Joint- Pi PO joints f haven Get up. the cemented Pa 6-5 777 Ariy pipe which is s elinberouekalign earntt or whicore rows eny undue settlement, or is dt896d, I placed without extra compensation. (3) cold Applied, plastic Asphalt Sewer Joint Compound This compound is suitable for constructing joints on storm sewer pipe and consists of natural or processsedfassphaltshase#suit- able volatile solvents, and inert filler, a portion i ends I asbestos fiber. The material shall be of aucons by m one of thick toiltencnchhat the can be coated with a layer of the compound lica- a trowel. It shall cure to a firm, stiff plastic condition after app tion. (4) cold Applied, preformen plastic Gaskets I These preformed gaskets may be used for sealing tongue and gro(:ve concret„ )ipe sewers. The gasket shall be produced from wble ith s of refined hydrocir'Son resins and plasticizing ompounds reinforced or ' inert mineral filler and shall contain no solvents$ irritating pep The gasket obnoxious ev and itoaoor, chemical action joint for its sealer adhesive or cohesivenstrengthn sa 9 shall ll be supplied in extruded rope-form of suitable cross section. The ' gasket joint scaler shall be protected by a removable two-piece disturbing designed'so that one-half may be removed longitudinally without the other half to facilitate application. I D. Backfill After Ow bedding has been prepared and the pipes installed as required► selected materials iron theelxca excavation o borrows nallexeeeQ• placed along both sides of the pipe equally reed ing 6 inches in loose depth# wetted if required, and thoroughly `comps I with hand-operated equipment to a minimum depth of 12 inches over the top of the pipe. Select material shall consist preferably of afr free-flowing e, material like sand nr mixed sand and gravel, free from lumps, large clay and organic materials. Select material shall also include rh t the lace from a ditching machine (preferably wheel-type) i provided j a less 1 largest chips shall have at least a avavele d i ensicnin osearenotpre-or rock than one-half inch (1/2")• If sand# sent an the project, the Contractor may borrow and place a dose sand having ' a minimum moisture content of 5 percent and containing not morerothkn vide1 that cent foreign matter. Sand backfill may be jetted Twith he bwater# provide and pipe is not displaced during jetting operations, around I over the pipe shall be compacted to a density of not less than 0 percent in accordance with AASHO T-99. eJ 6-6 6.04 MEASUREMENT AND PAYMENT ' A. Reinforced Concrete Pipe Reinforced concrete pipe shall be measured and paid for by the ' linear foot of pipe, complete in place, in accordance with these specifica- tions. such measurement shall be made between the ends of the pipe barrel along the central axis as installed. Where spurs, branches or connections to existing pipelines are !evolved, measurement of the spur or new connecting pipe shall be made from the intersection of its central axis with the outside of the pipe into which it connects. Payment for reinforced concrete pipe will be made at the contract unit price bid for the various sires and classes shown in the proposal and bid schedule, which payment shall be full compensa- tion for furnishing and transporting the pipet the excavation of the trench; the preparation of the bedding] the excavation# hauling and placing of the bedding material; hauling, placing and jointing of pipes; for backfill and finish and all other items of material, labor, equipment, tools and inciden- tals necessary to complete the work. Pipe wyes and connections to existing structures shall be measured per each and payment shall be made at the con- tract unit price bid per each which price shall include all labor, tools, materials and equipment necessary to complete the work, ' S. Reiniurl?a Concrete Headwalls Reinforced Concrete Headwalls shall be measured and paid for by the cubic yard, which price shall include all excavation, backfill, materials, labor, tools and equipment required to complete the work. 1 6-7 AC 150/5370-10 10/24/74 ' DIVISION III FENCING (WIRE FENCES) 1 ITEM F-160 WIRE FENCE Willi WOOD POSTS (Classes A and S Fences) v Description ' 160-1.1 This ev w covers e anrequirements d gates furnishing materials accordanceawith the ' cons!.r+icting new wire fences 8 details included herein and as shown on the plans. The class of fence to be erected shall be..either Class A, woven wire fencing surmounted by two strands of barbed wire, or Class B, four strands of barbed wire, as indicated on the plans and in the bid proposal. Materials 160_11 WIRB bar, 0) 1oy~+n Wire (Zine-coated). The woven wire fence eh al and7filler 26-inch field'f'ence with top and bottom wires No. 10 ASW gauge, and stay wires ho. 12 1/2 ASW gauge. Stay wires shall be spaced 6 inches apart. All wires shall be smooth galvanized steel wire, Conforming to Fed. Spec. RR-P-221, Type B• All wires shall be two-dip and shall be spaced as shown on the plans. (b) Bled Wire (ZitYsl2 • zinc-coated barbed wire shall be 2-strand twisted No. 12 1/2 ASW gauge galvanized steel wits with 4-point e. All w barbs of No. 14 ASW gauge Aalvrhnezbarbseshallrbe spacediapproximatelyre shall to Fed. Spec. RR-P-2210 Type inches apart. (c) 9 e d W ire (CopQa - vexed Copper-covered steel barbed wire shall conform to Fed. Spec. RR-F-221, Type A. r DIV III Page 441 1 ' V; 150/5370-10 10/24/'j4 ITEM F-160 WIRE FENCE WITH WOOD POSTS (d) Barbed Wire (Aluminum-coated). Aluminum-coated steal-barbed wire ' shall be 2--strand twisted o. gauge. The 4-point barbs of No. 14 ASW gauge aluminum-coated steel wire shall be spaced approximately 5 incises apart. The steel wire shall have a tensile strength of between 609000 and 80,000 pounds per square inch, and the aluminum coating shall have a minima ' weight of 0.30 ounce per square foot of wire surface on the No. 12 1/2 ASW gauge line wire and 0.25 ounce per square foot of wire surface on the No. 14 ASW gauge barbs. ' (e) Bracing _Wire. (Zin - oa d). Wire used for cable for bracing be No. 9 smooth galvanized soft wire. shall 160-2.2 CATES AND HARDWARE. Cates rhall be constructed of galvanized steel tubing ccnforming to Fed. Spec. RR-F-183 and shall be the size shown on the ' plans. Heavily galvanized hinges and latches for wood poste shall be furnished with each gate. Either a bolt or lag screw hinge shall be used, and either a wing or butterfly latch shall be furnished. 160-2.3 POSTS. (a) Species. All posts shall be one of the following sties of wood, unless other- a noted in the proposal.- Group Cr_ LU IL Cedar Douglas -f i r Chestnut Cue, Red Cypress, Southern Larch, Western Locust, Black fine, Southern Yellow Osage-orange Fina, Lodgepole Redwood Tamarack Yew, Pacific Ash Honeylocust Maple, Sugar Oak, White Oaks Red Live Oak Spruce I ' Pate ),0;2 DIV III 1 10/24/14 AC 150/5370-10 1 ITEM F-160 WIRE FENCE WITH WOOD POSTS Posts of Group I may be used untreated, provided at least 75A of the wood is heartwood. Posts of less than 75% heartwood of Group I shall be given a preservative treatment for the part of the post that will have contact with the ground line in accordance with the method specified under subparagraph (e)(1), below. Posts of Group 11 shall be given a preservative treatment in accordance with the method specified under subparagraph (e)(2), below. (b) Quality. Posts shall be peeled, sound, straight-grained, free from decay, cracks, and splits; shakes shall not be 'in excess of 1/4 inch wide and 3 feet long. Checks (lengthwise separations of the wood in a ' generally radial direction) are permitted, provided they are not injurious. (c) Dimensions. All posts shall be of the length shown on the plans. Posts shall have the minimum top diameters shown on the plans or as specified. Sawed and split posts are acceptable in lieu of round posts provided their dimensions are such that round posts of required diameter could be turned therefrom. (d) Manufacture, Outer bark shall be completely removed from all posts including depressions. Inner bark shall be removed from all post ' surfaces to'be treated, 'except inner bark may remain in depressions. The ax!att of wood shaved off in the removal of inner bark shall be held to a minimar. ' (e) Treatment. (1) _Autt treatment, All timber shall be thoroughly seasoned and dry (22% maximum moisture content) before applying preservative treatment. The treatment shall be by a process at least equal to a hot and cold bath process. 'The, hot bath temperature shall be from 200' to 2300 F. for a duration of 45 minutes, and the cold bath temperature not over 120' F. for a duration of 45 minutes, The preservative shall be either coal-gas tar or coke=oven tar creosote conforming to American Wood Preservers Association ' (AWPA) Specification No. 4 for Grade 1 creosote; or a 5% minimum, by weight, pentachlo rophenol petroleum solution made by either mixing a liquid concentrate of pentachlorophenol in fuel oil or kerosene, or by dissolving pentachlorophenol crystals of technical purity in suitable fuel oil ' solvents, as specified by AWPA. (2) Full length treatment. Posts shall be conditioned by air ' seasoning, steaming, or boating in oil in a manner that prevents injurious checking, splitting, or Warping before treating. The treatment, care and preservative shall be in accordance with Fed. Spec. TT-W-571. 1 ' DIV III Page 443 r AC 150/5370-10 10/24/74 ITEM F-160 WIRE FENCE WITH WOOD POSTS 160-2.4 BRACES. Cleats, gate stops, and braces shall be of the size shown on the plans. They shall be of the same species and quality specified for the posts or approved by the engineer, and they shall be free from knots larger than one third tha width of the piece. Cate stops shell be rade of posts of suitable length. Braces may be made of posts of suitable length or of sawed lumber. All cleats, gate stops, and any braces in contact with the ground and for a distance of at least 6 inches above the ground shall be treated by the hot and cold bath process, specified herein for posts. The wire used in cable for bracing shall conform to 160-2.1(e). 160-2.5 STAPLES. The staples shall be No. 9 galvanized steel wire, 1 inch ' long for hardwood posts and 1 1/2 inches long for use in softwood posts. Construction Methods 160-3.1 GENERAL. The fence shall be constructed in accordance with the details on the plans and as specified herein using n& Usteriala; and all work shall be performed in a workmanlike manner, istisfactory to the ' engineer. Prior to the beginning of the work or upon the request of the contractor, the engineer shall locate the position of the work by establishing and marking the property line or fence line. When directed, the contractor shall span the opening below the fence with barbed wire fastened to posts of extra length at locations of email natural or drainage ditches ' where it is not practical to conform the fence to the general contour of the ground surface. The new fence shall be permanently tied to the terminals of existing fences whenever required by the engineer. The finished fence shall ' be plumb, taut, true to line and ground contour, and complete in every detail. When directed, the contractor shall stake down the woven wire fence at several points between posts. When directed, in order to keep stock on adjoining property inclosed at all times, the contractor shall arrange the work so that construction of the new fence will immediately follow the removal of existing fences. The length of unfenced section it any time shall riot exceed 300 feet or such length that the stock can be kopt in the proper field. The work shall progress in this manner, and at thu close of the working day, the newly constructed fence shall be tied to the unremoved existing fence. Any openings in the fence shall be guarded when stock is using the adjoining property. Page 444 DIV III 10/24/74 AC 150/5370-20 ITEM F-160 WIRE FENCE WITH WOOD POSTS 160-3.2 CIXARJNG FENCE LINE. The site of the fence shall be sufficiently cTLared of obstructions, and surface irregularities shall be graded so that tho fence will conform to the general contour of the ground. The fence line shall be cleared to a minimum width of 2 feet on each side of the centerline t of the fence. This clearing shall consist of the removal of all stumps, brush, rocks, trees, of other obstructions which will interfere with proper construction of the fence. Stumps within the cleared area of the fence line shall be grubbed or excavated. The bottom of the fence shall be placed a uniform distance above ground as specified in the plans. When shown on the plans or as directed by the engineer, the existing fences which coincide ' with, or are in a poeition to interfere with, the new fence location shall be removed by the contractor as part of the construction work, unless such removal is listed as a separate item in the bid schedule. All holes remaining after post and stump removal shall be refilled with suitable soil, t gravel, or other material acceptable to the engineer and shall be compacted properly with tampers, ' The work shall include the handling and disposal of all material cleared, of excess excavation and the removal of spoiled material regardless of the type, character, composition, or condition of such material encountered. 160-3,3 SETTING POSTS. Ponta shall be set Frith large ends down, plumb, and in good line on the side on which the wire is to be fastened. Posts shall be ' set full depth and shall not be cut off to eliminate rock or other excavation. Where rock is encountered, it shall be removed, even if blasting is necessary, to provide full-depth and full-size holes. The bottoms of all ' posts shall be cut off square. The diameter of the holes shall be at least 6 Inches larger than the diameter of the posts. When cleats are used on posts, l the holes shall be dug large enough to accommodate them, After poste are placed and lined, the holes shall be backfilled with suitable material which ' shall be properly compacted by the use of tampers. The posts adjacent to ends corner, ansnor, and gate posts shall be Set and braced with braces and wire, as shown on the plans. No extra compensation shall be made for rock excavation. Rock excavation shall not be grounds for extension of time, 160-3.4 ANCHORING, Corner, end, gate, and adjacent intermediate posts shall be anchored, by gaining and spiking cleats to the sides of the posts, as indicated on the plans. No cleats will be required on other intermediate Nosl.s or on anchor posts. DIV III Page 445 ' AC 150/5370-10 10/24/7L ITEM F-160 WIRE FENCE WITH WOOD POSTS 160-3.5 BRACING. End, corner, anchor, and gate posts shall be braced by using a post of sufficient length or a piece of sawed lumber of the proper size, together with a wire.cable. The wooden brace shall be gained and securely spiked into the end, corner, anchor, or gate posts and into the next intermediate posts about 6 inches from the top of the respective posts. A cable wade of a double strand of galvanized soft wire shall be looped around the end, corner, anchor, or gate post near the ground and around the next intermediate post about 12 inches from the top. After the cable has been stapled in this position, it shall be twisted until tight. The staples used to hold the cable shall be not less than 1 1/2 inches long. The tool used for twisting the cable shall be left in place to permit later adjustment of bracing if found necessary. Anchor posts shall ' be set at approximately 500-foot intervals and braced to the adjacent posts. Poets shall be braced before the wire fencing is placed. 160-3.6 INSTALLING WIRE. The wires shall be placed on the side of the posts away from the airport or as directed, The wire fence shall be placed on the posts at the height indicated on the plans. Longitudinal wires shall be installed parallel and drawn uniformly taut, no vertical stay wires of the woven wire fencing shall be straight and vertical. At and 4,nd gate posts the woven wire and barbed wire shall be wrapped once around the post; each longitudinal wire shall be stapled at least three 0,ses and the ends of these wires shall be tied with a snug' tight twist. Each longitudinal wire shall be stapled to each intermediate post with one steel wire staple; at the corner and anchor posts, two or more staples shall be used. The top strand of barbed wire of all fences shall be 'stapled with two staples in each post. All staples shall be set diagonally with ttse grain of the wood and driven up tight. After the fence has been erected, the tops of the wood posts shall be sawed off with a 1-to-3 pitch. The bottom wire of the wire fencing shall clear the ground by not more than 4 Inches or less than 1 inch at any place, 160-3.7 SPLICING WIRE. Wire splices In longitudinal wires will be permitted 1 made with an approved galvanized bolt-clamp splice or a wire splice made as followss The end of the wires shall be carried 3 inches past the splice tool and wrapped around the other wire away from the tool ' for at least six turns in opposite directions. After the tool is removed, the space occupied by it shall be closed by pulling the ends together. The unused ends of the wires shall be cut close to mate a neat, workmanlike job. Woven wire shall be spliced only at posts, page t~Lt DIV III 10/24/74 AC 150/5310-10 ITEM F-160 WIRE FENCE WITH WOOD POSTS 160-3.8 INSTALLING CATES. The gates shall be hung on gate fittings, as shown on the plans. Fittings on the gate posts shall be clamped, screwed, or bolted to prevent slipping. Gates shall be so erected as to swing in the direction indicated and shall be provided with gate stops, as specified ' or as shown on the plans. Gates shall be erected et suitalle places, as directed by the engineer or as shown on the plans. ' 160-3.9 EXISTING FENCE CONNECTIONS. 11herever the new fence loins an existing ence$ either at a corner or at the intersection of straight fence lines, 'a corner or anchor post shall be set at the junction and braced and ' anchored the same as herein described for corner posts. If the connection is made at other than the corner of the new fence, the last span of the old fence shall contain a brace span. 160-3.10 CLEANING UP. The contractor shall remove from the vicinity of the completed work all tools, buildings, equipment, etc., used during construction. Method of !easurement' 160-4.1 Fences, Class A'(Wood Posts) or Class B (Wood Posts), shall be measured in place from outside to outside of end posts or corner posts and shall be the length of fence actually constructed, except for the space occupied by the gates. Driveway gates and walkway gates shell be measured in units for each gate ' installed and accepted. e Basis of Payment 160.5.1 Payment will be made at the contract unit price per linear foot for Class A or Gl " s B wire fence. Th+4 price shall be full compensation for furnishing all materials and for all preparation, erection, and installation of these materials, and for all, labor, equipement, tools, and incidentals necessary to complete the item. ' DIV III Page 447 r AC 150/5310-10 10/24/74 ITEM F-160 WIRE FENCE WITH WOOD POSTS Payment will be made at the contract unit price per each for driveway or for walkway gates. This price shall be full compensation for furnishing all materials and for all preparation, erection, and installation of these materials and for all labor, equipment, tools, a.d incidentris to complete the item. ' Payment will be made unders ' Item F-161-5.1 Fence, Class A - per linear foot. Item F-160-5.1 Fence, Class e - per linear foot. Item F-160-5.1 Driveway Gates - per each. Item F-160-5.1 Walkway Gates - per each. i TESTING AND MATERIAL REQUIREMENTS ' Toot and short title Material and short title I None 1/RR-F-221--Sure" YRR-F-183--8ardware V AWPA No. 4--Preserva- tive YTT-W-571--Preservative 'Federal Specifications ?/American Wood Preservers Association r ' Page 448 DIV Ill ITEM T-901-SEEDING ' T-901 SEEDING. All paragraphs under Item T-901, Seeding, shall ap?ly with the followia iificationse 901-22..1_ SEED. Delete these paragraphs anti substitute the followings The grass seed shall be common bermuda and shall conform to the requirements ' of rederal Specification JJJ-S-181. All seed must meet the requirements of the Texas Seed Law including and labeling requirements for showing purity, germination, name and type of seed. Seed furnished shall be of the previous season's crop and the date of analysis shown on each baS',shall be within nine months of the time of delivery to the project. All seed used shall be hulled Bermuda grass seed having a purity of ' 95s and a germination of 99%. The application rate shall be 8 pounds per acre and the recomended planting date will be January l to May 15. Bermuda grass seed shall be furnished in sealed$`standard containers unless written exception is granted, seed that is wet or moldy or that has been otherwise damaged in transit or storage will not be acceptable. The seed shall be free of field bindweed, hedgeweed# and nutgrass seed. Seed shall not contain other noxious weed seed in excess cf the limits allowable under the federal Seed Act and applicable state said laws. Seed labeled as mixture or pasture bixture will not be acceptable. Common barmuda grass seed shall not contain in excess of 3% of giant strains of bermuda grass, Each 'seed container shall bear the date of the last germmination# which date shall be within a period of six months prior to commencement of planting operations. 901-7,2 LIME. Delete this paragrapn. St`1-2,A_ FERTILIZ R. Delete the paragraphs and substitute followings All fertilizer used shall be delivered in bags or oontainers clearly` labeled showing the analysis, The fertilizer is subject to testing and shall be in scoordance with the Texas Fertilizer Law. A pellited or granulated fertilizer 1 shall be used with analysis of 16-20-0 representing the percent of nitrogen, phosphoric acid, and pot ash nutrients respectively. In rho avant it is necessary to substitute a fertilizer of a different analysis, it shall be pellated or granulated fertilizer with a lower concentration. The total amount of nutrients furnished and applied per acre shall equal or exceed 16-20-0. Fertiliser shall be applied uniformly at the average of 400 pounds per acre for all types of turfing. 1 901-4.1 MEASUREMENT. Delete the paragraph and substitute the followings The quantity of seeding to be paid for shall be the number of acres measured on the ground surface, completed and accepted. The quantity of fertilizer to N paid for shall be the number of tons used. 901-5.1 PAYMENT. Delete the paragraph and substitute the following% ' The quantity of seeding determined as provided above, will be paid for at the contract unit price per acre, or fraction thereof, for the pay item listed below which price and payment shall be full compensation for furnishing ' and placing all material and for all labor, equipment, tools and incidentals necessary to complete the work prescribed in this item. This quantity of fertilizer shall be paid for by the ton. ' TESTING AND MATERIAL REQUIREMENTS ' Test and short title Material and short title None 1 JJJ-8.181--Seed 1 F 1 1 i 1 1 i0/24/74 AC 150/5370-10 DIVISION V TURFING ITM T-901 SEIsDING ' Description ' 901-1.1 This item shall consist of seeding the areas shown on the plans or as directed by the engineer in accordance with these specifications. 1 ~ Materials 901-2.1 SSBD. The kinds tf grass, legume, And cover-crop seed furnished ' s be those stipulated in the special previsions, Seed shall conform to the requirements of Fed. Spec. JJJ-S-181. Seed shall be furnished separately or in mixtures in standard contaipera with tie seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of tiaximum weed seed content clearly marked for each kind of seed. The contractor shall furnish the engineer duplicate signed copies of a statemen 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 includet name and address of laboratory, date of test, lbt number for each kind of seed, -,nd the results of tests as to name, peree,itages of purity and of germination, and percentage of weed co itent for each kind of seed furnished, and, in mace of a mixture, the proportions of eacti kind of seed. 901-2.2 LIM. Lime, if specified, shall be ground limestone containing not ' less than 85%' of total carbonates, and shall be ground to such fineness that 90% will pass through a No. 20 mesh sieve and 50% will pass through a No. 100 mesh sieve. coarser material will be acceptable. providing the rates of ' application are increased to provide not less than the minimum quantities and depth specified in the special provisions on the basis of the two sieve requirements above. Dolomitic lime or a high magnesium, lime shall contain at least 10% of magnesium oxide. 1 r DIV V Fade 5107 ..1 'r 77-T TF r r AC 130/rI70-10 10/24/7 ITEM T-901 SEEDING 901-2.3 MRTILIZER. Fertilizer, if specified, shall be standard coaumercial fort liters supplied separately or in mixtures containing the percentages of ' total nitrogen, available phosphoric acid; and water-s,)tuble potash. They shall be applied at the rate and to the depth specified in the special provisions, and shall meet the specified requirements of the applicable Statc ; ' and Federal 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 r The fertRizdrs may be supplied in one of the following format (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 e) A granular or pellet form suitable for application by ( blower equipment. .2.4 SOIL FOR REPAIRS,. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. 711s soil'0.4 l be relatively, free from large stones, roots, stumps, or other materials .tNat 'will interfere with subsequent 'sowing of seed, compacting, and establishing turf, and shall be approved by the engineer before being placed, • 4 Construction Methods 901-3.1 ADVANCE L* ARATI9q AND CLEANUP. After grading of areas has been completed an beford applying fertilizer and ground limestone, ureas to be needed shall be raked or otherwise cleared of stones larger than 2 inches in any dtimeter, sticks, stumps, and other debris which might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass-coveret areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer and 0 ground limestone, the contractor shall repair such d,anage. This may include filling gullies, smoothing irregularities, and repaIrIne other incidental damage. r ' V Page 508 IA V b O AC 15015370-10 10/24/74 ITEM T-901 SEEDING shall be considered a satisfactory seedbed without An t` t be seeded additio onal l treatment if it has recently been thoroughly loosened and worked to a depth of not less than 5 inches aresult of grading eratiof4nd, , if immediately prior to seeding, the top 3 inches of soil Is ose. riable eaabandfifeahfrou apedltogthe required graderge rants, or other undesi-sale matter, However, when the area to be seeded is sparseledsodded$ ferat.bearrenornd unworked, or packed and hard, any grass otberwisq satisfactorily disposed of, and the soil then resrified or otherwise loosened to a depth not less than 5 inches. Clods shall be broken shall be worked into ais the top 3 b inches of sot). ,rollers, drsgae harrows,torry therr by discing, Y appropriate means. 901-3.2 DRY APPLICATION WTHOD. (a) LLM01. Lime, if required, shall ba #:pplied separate ly and prior to the application of any fertilizer or seed and only on sdedbeds which have I'he then be worked previously been prepared as described whichvthe seedbed al alllagain be properly into the top 3 inches of soil graded and dressed to a smooth finish. (b) Pertilizi~. Following advance preparations. and cleanup, and liming if required, fertiizer sha l eq niforyly spread aththe ratelwhich stated in e will proe provisions. (e) eedin . Grass seed shall be sown at the rate specified aond tthhe plans or in the special provisions immediately after fertilizing, in the depth state ' spec ialprovsions. sSeeds ofrlegumes,heither alone ornin mixtures=, sthe hall be in accordance with the instruction's of inoculated before mixing or sowing, is required at other than ' the manufacturer of the inoculant. When seeding on the plans or in the special provisions, a cover crop the seasons shown shall be sown by the same methods required for grass and legume seeding. (Ro in . After the seed has been properly covered, the seedbed ' e st shall b be pounds per foot of width fornclay soilp(orvanylsoil having a 40 to 6S p er foot of width for sandy tendency igh ng to pack), and weighing 1.50 to 200 pounrts p or light soils. 1 Page 509 D1V V we" . rr fir`; ti0/2k/T4 AC 150/5374-10 a ITEM T-901 SEEDING 401 WET_ yV_.pPL CATIO seed and fertilizer The contractor may elect to apply (a) General. them on the previously prepared seedbed (and lime, f required) by spraying Lsia6 tha methods and equipment in the form of an aqueous mixture and by ion shall be herein. The rates of applicatas specified it the special pxovieions. c reytnQ F.auiymaty4• The spraying equipment shell have a container (b) ad equipped with a liquid level gauge calibrated to re large in or water tank incxemmnts not larger than 54 gallons over the entire range of the tank erator. The mounted an as to be visible to the nctzlOWe?r-driven aB tatortainer or tank shall also be equipped with a meth apical power-driven capable of keeping al). the solids in the mixture in coa~le.e sue.pecuiion at all times until used. capable of delivering The unit she11 also b', 3quipped with a pressure Pumper square inch. Ths F~4 100 gallons per minute At a pressure of i00 pounds p passages and shall be counted in a line which wilfrom recirculate the.miAlure through the tank V~easver it is not being ' Via pipe lines shall be capable of providing clearance for 518 inch solids. power unit for the pump and agitator shall have controls mountg$ so as to be a accessible to the nozzle perator. Therats allb be an indicat z l e.ressure gauge connected and mounted The nozzle pipe shall be mounted on an elevated supporting stand in such At manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 degrees above the mounted so that the ' horizontal. There shall be alinecto tnennozzle three-pipe way and control valve connecting the recirculating diffexQn ttyp fig of mixture P ea of nozzles shall be ed operator c At a1Qast8 regulate nozzle delivered to the nozzle. be properly sprayed over distance varying from nozzle, one a supplied so that mixtures may 20 feat to 104 feet. One shalt be a close-range et ribbon nozzle. For case of medium-range ribbon nozzle, and one a long-range xemgval and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick-release couplings. in order to reach areas inaccessible to the regular equipment, an extension hose at least So feet in length shall be provided to Which the nozzles may be connected. lira DIV V Page 510 AC 15015370-10 1 ,0,24P4 ITEM T-901 SEEDING {c) x ures. Lime, if required, shall be applied separately, in the quantity specified, prior to the fertilizing and sesdin3 operations. Not more than 220 pounds of lime shall be added to and mixed with each 100 gallons of water. Seed and fertilizer shall be mixed together in the pounds of teicombined solidssshallibeladbut not re than a ded to and mix d withteachf1000gallons of theshen 1 water. All witer used chaemicals and othert oxic subwater Pllantblife. from ' Brackish water shall not be used at any time. The contractor shall identify The to the engineer all sources of water at least 2 weeks prior to use. time and may take sampler of the water sample° urce or and tank at any time content. me and have a laboratory source which is disapproved ' The contractor shall not une any from any by the engineer following such tests 1 A11 mixtures shall be constantly agitatod from s the ttiime they arei ixeue dtil they sre finally applied to the seedbed. within 2 hours from the time they were mixed or they shall be wasted and disposed of at locations acceptable to the engineer. Lime, if required, shall be sprayed only upon previously (e Spr, "i• prepared seedbeds. After the applied lime mixture has dried, the lime shall ' be worked into the top 3 inches, after which the seedbed shall again be properly graded and dressed to a smooth finish. which the lime, if required, shallpalreadyi have ybeen 1 Mixtures seedbeds and workaworkAd in. The mixtures shall be applied by means of a high-pressure spray which shall alwayw ba directed upward into the airy o thatorhe mixtures wiU fall to the ground like rain in a uniform spray. ' sprays sh never be directed toward tlhr ground in such a manner as might produce erosion ' or runoff. made Particular care shall be exercised to insure that the application and uniformly and at the prescribed rate and to guard against ' overlapped areas. Proper predetermined quantities of the mixture in accordance with specifications shall be used toot ver specifi may be made by kna~ area. Checks on the rate ofd the uniformity o the degree of vatting ed sections of ground or by distributing test sheets of f paper piper or pans over the area at intervals and observing the quantity of materiel deposited theraon. Page 511 DTV V - ' Ac W/5370.10 io/24/74 1 ITEM T-901 SEEDING on surfaces which are to bu mulched as indicated by the plans or designated b) ' the engineer, seed and fertilizer applied by the spray method need not be raked into the soil or rolled. However, on surfaces on which mulch is not to be used, the raking and rolling operations wiU, be required after the soil has dried. 901-3.4 MAINTENANCE OF SEEDED AREAS. The contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved by the engineer. Surfaces gullied or otherwise iamaged 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 dons out of seasoa, it will, be required that the contractor estab)lsh 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 seedrd out of season will be withheld until, such time as these requirementa have been met. Method of Mersurement ' 901-4.1 The quantity of seeding to be paid for shall be the n!wber of units of 1,000square feet, measured on the ground surface, completed and accepted. ' Basis of Payment 901-5.1 The quantity, determined as provided above, will be paid for at the contract unit price per 1,000 square feet, or fraction thereof, for the pay item listed below, which price and payment shall be full compensation for ' furnishing and placing all material and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item. e ' Psgs W DIV V i 1 10/24/74 AC 150/5370-10 ITEM T-901 SEEDI\G • ' Payment will be made under: Item 901-5.1 Seeding - per 1,000 square feet. TESTING AND MATERIAL REQUIREMENTS Teat and rhort title Material and short title None 1/iii-S-181--Seed ■ y Federal SPIVAfication L i i i 1 i , 1 DIV V Page 513 (Reserve PaEe 514) 1 AC 150/5370-.10 10/24/74 MT 611 COWACTION CONTROL TMS 61.1-3.1 FIELD DENSITY. Field density refors to the dry density expressed in pounds per cubic foot of a layer of compacted material in place at the site as determined by a sample representative of the compacted layer. The 1 field density shall be determined in accordance with AASHO T 147, AASHO T 1819 ASIM D 1556, AS'IM D 2167, or other methods approved by the engineer. 611-4.1 PERCENT COMPACTION. The percent compaction is defined as the density of the compacted layer expressed as a percentage of the maximum density of the material when tested in accordance with these specifications. 611-4.2 COMPUTATION. The percentage of compaotion is computed by the formula: ' Percent compaction = Field density g lOO 1 Maxlw,= density 1 1 1 1 1 1 Page 658 DA, vxz