Loading...
HomeMy WebLinkAbout1977 71 CITY OF DENTON, TEXAS DENTON MUNICIPAL, AIRPORT AIRPORT IMPROVEMENTS - PHASE I - CI RARING CHANGE ORDER NO. 1. March 23, 1978 I. INTENT OF CHANGE ORDER. The intent of this change order is to maiify the provisions of the contract entered into by the City of Denton, 1 exas, and Marriott Brothers, Inc., 11300 Kline Drive, Dallas, Texas, 75229, for the construction of Denton Airport Improvements, Phase I, Clearing, dated October 11, 1977. II. DESCRIPTION OF CHANGE The Contractor shall p jrform clearing on an area 150 feet by 380 feet lor.ated north of the lry fork of Hickory Creek and east of the existing gravel road. I.H. EFFECT OF CHANGE The cifect of the change outlined above shall include the Con- tractor performing the above described work for the lump sum price of $1, 000. 00. Original Contract Amount $12, 000 Change Order No. 1 + 10000 Revised Contract Amount $13, 000 IV. EFFECT OF CHANGE ON CONTRACT TIME A total of five (S) calendar days shall be added to the contract time as a result of this additional work. a mannor V. AGREEMENT By the signatures below of duly authorized agents, tho City of Denton, Texas, and Marriott Brothers, Inc. , do hernhy agree to append this Change Order No. 1 to the original contract between themselves dated Octobur 11, 1977. MARRIOTT BROTHERS, INC. CITY OF Dt, V'fON, TEXAS CentracLir Owner BY BY~ DATE DATE ~ ~ _,.n . r •c.. pafl.9,grYyiAIFL+R.'{TT.r ~Z4'i'.1~"~~~7w"]fi:1~T:F!.:'i!1,•:` . . s. ~ ~ ♦..-.r ~.rr ~ +tl,r~M.•frt?!P'+fIYC,'~l:.R1 Y.'+i 1.('A C>"a I:ifP I 1 CITY OF DENTON, TEXAS 1 Specifications and Contract Documents For The Construction Of 1 I DENTON MUNICIPAL AIRPORT 1 AIRPORT IMPROVEMENTS PHASE I i 1 1 1 1 1 Prepared By SHIMEK, JACOBS & FINKLEA 1 Consulting Engineers Dallas, Texas August, 1977 1 ' I ' CITY OF DENTON, TEXAS I ' 1 MAYOR Elinor Hughes r CITY COUNCIL ' Mary C. Gay Joe Mitchell Bill Nash Richard 0• Stewart CITY MANAGER t Chris G. Hartung AIRPORT BOARD CHAIRMAN Wally Reed AIRPORT BOARD MEMBERS ' r Oran Crouch Nancy Hundiey ' Ed Moorehead Roland Vela D. Walston Gene Wright TABLE OFCONTEIS ADDENDA NOTICE TO CONTRACTORS ' PROPOSAL AND "ID SCHEDULE CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY WALL RATES WAGE, 1". R, EEO AND SAFETY REQUIREMENTS ' SECTION A Federal Aviatio!~ Administration tequirements e Requirements SECTION a Secretary of Later clause SECTION C Equal Employmelit Opportunity SECTION D Health and Safety Re.luirements SECTION Z Air and Water Quality Standards ' 6TANL\RD FORM OF AGREEMENT ' PERFORMANCE. POND PAYMENT BOND SPECIAL CONDITIONS GENERAL PROVISIONS ' SECTION SECTION DESCRIPTION Nf) . 10 Definition of Terms 20 Proposal Requirements and Conditions 30 Award and Execution of Contract 40 Scope of Work SO Control of Bork 60 control of Materials 70 Legal Relations and Responsibility to Public ' 80 Prosecution and Progress 90 MEaSur«+Pnt and Payment ' TECHNICAL SPECIFICATIONS ITEM DESCRIPTION :'CiiM NO. 1 Excavation and Embankment 2 Lime Treated Subgrade 3 Flexible Bass (Crushed Stone) 4 Hot Mix Asphaltic concrete 5 Prime Coat 6 Reinforced Concrete pipe t`ulvertu and headwalls 7 (This Item Deleted) F 160 '.fire Fence With Wood Posts F 901 seeding F 611 Compaction Control Tests ' ' i c~z*i cP 1)NTC,t1, M)CM • ""P207.T It•1PROVEt`7Nt5 PHASE Ir • 1515, FAA PROJECT t;O. 5-49-0067-04 ?ADEiV[Mt SEp~TE19ER :)6p 1-9-77 ecifications for constxuc'ion of Relocation of The plans and s POC ed as folla•'a% ' F•M, 1515 axe hereby NOTICE TO CONTMCTO?S the P},rasa "will be received at the first. sentence, delete th the phrase "will be received In the tSanager," and substitute th office of the City in ' at the offirs of the purchas g Aubst l Addendum No. Ito 1 to accc*anyisting Are fence and Reference is made to Sketch g and salvay g the N/b Tlu rway• The II• which shags removing in the phase I pontract wire fance at the south end af inclu e ded installing new glass B on Sketch tto• ssl shall be Bid Schedule. Under existixisting g wire fence to xemoved n lump Gum quantity under item ro. 10 of the tity 3,000 IV and substitute the ~Na,r, ti0 linear 'Item No. 110 class B prOl'O the NOTE, StockPild all baxLed theet wire fence, Ko• 1 of delete the p fans, of 3,7 the quantity 6,480. On tr night corner, add an additional quantity wire--^, in the uPP 000 L.F. feet for a total of 9, 4AL DI to phase I contract is r III. ROE 10 On sketch tie. 1 to a' rcompanYthe north clear zone at the north e~onal shown the work included in i clearing to receive a lump sum bid ose uoff.nder OPsubmitting of the N/S Wn"Y• The city rovided for the PurY ' and the enclosed Bid Schedule is P • Bid A the bid. t of this Addendua► on the outer . acknowledge receiP space in h envelops is Proposal IV. Thfi Contract shall of his bid, as well as in the appxopt 01- SJJJVMI 3ACOBS fi Yit~IP.r► consulting gnginsers 1300 pAolphus Towcr' Pallas, Texas 71101 f . rpo_osAL To THE CITY 05 DE:NTOIr TEXAS (OWNER) DEN'XM MUNICIPAL AIRPORT ' AIRPORT INTROVEMENTS PHASE I ADDENDU:4 M. 1 The undersigned, as bidder declares that the only person or parties intorested in this proposal as principals are these named heroin] that his proposal is rade without collusion with any other person, firm or corporation= that he has carefully examined the fora 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 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 naterials called fo- in the contract and specifications in the ' manner prescribed herein. It is understood that the following quantities of work to be done at ' unit prices are approxitsate 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 be considered necessary to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be per- formed at the unit prices not forth below except a9 provided for in the speci- fications. It is further agreed that lump-sum prices may be increased to cover additional work not shown on the plans or required by the specifications, in accordance with the provisions of the Gens.Yal provisions. similarly, they may be decreased to cover deletion of work oo ordered. It is understood and agreed that tl:a work is to be completed in full ' within the time designated in the Special Conditions of these specifications. . Accompanying this proposal is a (Certified or Cashier's Check payable t to the ONNM) (Sid [fond) in the amount of - six Hundred Dollars(S 600-00 The bid security accompanying this proposal 'shall be returned to the ' bidder, unless in case of the acceptance of the proposal the bidder shall fait' to execute a contract and file a performance bound within ten (10) days after its acceptance, in which case the bid security shall become the property of t the WNER0 and shall be considered as payment for damages due to delay and other inconveniences suffered by the 01,MER on account of such failure of the bidder, 'The City reserves the right as the interest of the OWNER may require, to accept or reject any and all bids and waive infornalit:)s inA connnecti awithsuch bids, except the requirements that the question regarding rtuntt. Client and to ' tive Order 11246 or September 24, 1965, to the Cquul Oppo y Certification of t'on-Segregated Facilities has been complied with. roes-lA OFTIONW, DID-A +j Addendum Mo~ I?~ Item Estimated Price In Quanc~ty - ,Unit Description and Price in Wordy Figures Amount 110, lA 1 LS For clearing in north clear $12,000.00 $120000.00 zone, the sum of Twelve _ Thousand ' Dollars and _ No Cents per LUMP sum. TOTAL (optional Hid Ay $ 11,000.00 1 1 , i'afl5-?A 1• ' In the ovent of tha award of a cc,ntrart. for the %ic0vrntgned, the under- signed will furnish a performance bond j;,1 a ji.%yment bond for the fall wrount of the contract, to secure proper complionce with the terms and provisiono of ' the contract, to insure and guarantee the work until final completion and accap- tanco and to guarantee payment of all lnvful claims for labor performed and naterials furnished in the fulfillment of the contract. The work proposed to be dc.ie shall ba accepted when fully completed and finished in accordance with the plans and specifications, 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. NOTEI unit and lump-sum prices must be ehown in words and fi vres for each item listed I 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. I Latcd 9-26-77 Received Yes ' I Addendum No. 2 Dated -0 -7_ Received Yes Addendum No. 3 Dated Received Addendum No. 4 Dated_ Received I Addendum No. 5 Dated Received I 1 1 1 ?&99-3A C tCL''ICA ION Cr? BIDDY RWARDINO FX~'Ltr, 12C'IAoofff OPPOMV.f= C"WERAL mum Mic.; 8&Lriott BYOS.,• inc. ~rJ A107✓SS 11300 Kline Dr. Dall:►s, Toxas 75229 W 131M"-Z.'t4L REY22 iM SERVICE 12,Til a.1 IDMTVJ:CMTN ?RMER 75-1445543 JIO MEMP ,1Tr.'U PACIT,I*Ln:S ' VO=CZE. TO nospram F:N!"'tA1•T.X A.SSLSTT COi{S'SRUCTm. CO;i'PRACTORS: ' (1) A Certification or Jfonsegregated Facilities must be submitted prior to the axara of a federally assisted construction contract exceeding y1O,000 which is not exerspt fr= the provislooa of the equal opportunity clause. (2) Contractors receiving fodarelly anointed conetruction,contreet avaria exceeding 10,000 vhlel.ttre not exempt from the providionar of the equal opportunity clause vi U. be required to provide for the forv&r&tng of the fol.loving notice to prospective sub. contractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exe..ipt from the pro. visions or the equal opportunity clause. NOTE: The penalty for caking otateewnts in offers is prestribed in 18 U.S.C. 100'., JtOrICE To MOSY1 ZCTIYE SU2COiyT%MORS OF RF4=FNf3M "R JMr1FSCATTON ON 11MISEGU=ED FACIII'2'M: ' (1) A Certification of Nonssgregsted Facilities =at be submitted prior to. tho award of a subcontract exceeding $10,000 which in not exempt f cm the provisions of the equal opportunity clause, (2) Contracteire receiving subcontract averde exceeding $1,00000 which are not ox=pt fres the provisions of the equal opportunity clause vi.ll be required to provide for the forvard.ing of this notice to prospective subcontractora for supplies and constric. tion contracts where the subcontracts exceed $10,000 and are- ' not exwpt'fr= the provisions or the equal opportunity clause NOTE: The penalty for r..sking felme atatesr-nts in offer6 is prescribed in i$ U,S,C, 1001. 1 P&BS-4A s Ci3T1nCAiiO:t Or ;KV t 'rACLL-171ZS: ' The federally aseiated cozat:uction contractor certifies that he ages rot raintain or provide for his =ployeea any segregsted :facilities at eLV oe hie eat.►b1ia1=emC3, and tint he does not Vermit his =ployebs to rerform their services at eny lo, atioa, under his control., whero segregated facilities ure caintaia.ad. The federal.ly asoieted conotructioa contractor cortiflea fuz-ther that he will not raintain or praridr for his e=ployeea azy segregated facilities at ' tuV or bio establiat=nts, and that ba vilt not permit his employees to perform their services at azy location, under his control, There segregated facilities an mintnined. Tha federally a3sisted ' construction contractor egress that a bre.%ch of this Iertification is a violation of the equal. opportunity clause in this contract. As used in this certification, the term "segregated facilities" nxans any waiting ro=s.. work areas, res:rocxs and ucshroomap restma. to emd. other eatL"% areas, ti=clocka, locker rooms and other storage or dressing sz•eas, parking lots, drJOU g fountains, recreation or ' entertain ent areas, trensportAtion, and musing facilities provided for mylayeea vbich are segregated by explicit directive or arc in fact segregated on the basis of race, color, religion, sex or natioaal origin, beceuae of bAbit, local caotom, or mW other, reason. The federally a4sisted construction coutraotor sprats that except vbera he has obtsined identical certifications from pioposed subcontractors for specific tina p?: iods) he will obtain identical ' certifications fcca sect subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt riots the provisions of. the equal opportunity clause, and that he will retain ouch certifi- cations in his files, noma To PR051PflCim CmmvxR"ORS of REQuntBj= YoR CEfFPI ianom o? ' TiG;'i~Ca~G1,'~1 FACIL1TlF15: A Certification of Nonsegregated Pacilities mist be submitted prior to the award of a contract or subcontract exceeding $10,000 which is not except i'rom the proviai.ons of tha Equal opportunity Cl.a%4se. t Certificmtion - The infoAtion above is true and complr!e to the beat of rV k umledV anal belief, ' J. R. Marriott secretary (arse and'.iti, of Signer kPlaase Type 10-5'77 W. . t1VTZE: The penalty for raking false stat=ents in offers in prereribed in 1.8 U.S.C. 10016 PlGf19-5A ' The 9id3^r (praws9z) :hall co- 1(.te t:he fnllaainq :.tatemen+ t,j checking ' the ap?ropria_e boxes. IX-1 The Bidder (proposer) has _has not D participated in a pre- vious contract subject to the Equal opportunity Clause preccrib-d by Executive order 10925, or Executive order 11114,DX or Executive Order 11246. The Bidder (Proposer) has has not L J submitted all compliance reports in connection with any such contract due under the applicable filing require nentst and that representations indicating submission of reports required d of subcontracts. signed by proposed subcontractors will be obtained prior to awe If the Bidder (proposer) has participated in a previous contract subje.zt ' to the Equal Opportunity Clause and has not submitted compliance reports due under applicable filing requirements, the Bidder (proposer) shall submit a compliance report on Standard Forts 100, "rmployae Information Report EFO-1" prior to the award of contract." Marriott Bros., Inc. Contractor S (Title) 11300 Kline Dr. (Address) yallas, Texas 75229 _ (City and s ate) Seal and Authorization 247-9601 (If a Corporation) (Telephone) 1 l 0 1 The Bidder (proposer) shall complete the "Certification of Sidder P.-gardinq ' Equal Wploytent Opportunity" on Sheets p69S-7 and Y&65-9. ' PLUS-6A 7 W11 ' . t s l • ~t r. (~h v rtv ~,y '~t..1 '1 .l il'. •'jT~~f, ~'f `j~','l~F, ~I~ rl •s•. l r~ YL"•ry fV, . j I tl{CIA ~''v"r• T'yM. eVD~4?F '.~'~9+~~'~' yy~`~ I~y S ~ r,5 ~,,,{Ylpr i'r1 ° i A .t 4b4J rlr ` f r y~ Y% 1' ` t Jff • ~ • j L _:a r 1. J+ .i a h'I ? ,ye ; fv. h., R`yf• ~T } I ~ i K NOTES Under Optional Bid At the Con!rsotor ..hall remove i• z; PPP aril dispose of all houses, barns, s?+eds and the ?alt silos at the north end of the North/South Runway as STN R.0<W° f- ' 1 r ,M° ,y fix.. # ~ a~: 1r r ~ shown on Sketch No. 1 and all adjacent fences and inundations of such structures to 1.4 foot below Ole 1v~ ground. All trees and bushes within hatched area shall be cleared down to the ground And disposed of. + s I X-9, use of explosives for wrecking silos is permitted provided the C0lltraCtOr conforms to all regulations ~1s~R of local, stato and federal governments. SHED ° { r?. ~ a ~ p 1~ ~1I ~ •t: t: k , R` 1 ;r .f. ! 1 ~ ~ r + t 4 71 i f i TIN BARN SHED 7L % ,t ,'i 1 t ~ 7/ ~ ~ •~tir }r YM1~+~~t hL' I• )k~ T, t ;9~~" A r t11~~•• ,l ~w+Y~*.fiN K~- A~Y j i ` I -STORY FRAME > +-•r " HOUSE (30' x 30') 6-CONCRETE SILOS F 1 e he _ t•f, 4 4 65 N ,,4 NIL ObP. N Y1. ' ,1 ^ a}~ 41ik~ + n;A~ • • ~ ~ 1C . r •1 , p ? r 01 . E . 4' 0RY FRAME OLD HOUSt `3 ` i~ z! 1-ST V e HOUSE (40'X 40') • r , A. NTm~' f A r°Yr♦T ~j,+, k ~ rr , .I , f ! 41 1, It .1 rs NORTH R.O.W. I 0i 0" F. M. 15 18 s? .0 ► t` r "A f ' ? f SKETCH NO*I TO ACCOMPANY AbDENDUM 1 y 0" t~ lei V0. 1', TO PHASE I ~ r '~•1 ♦/'.3. ♦ ~ Ir ~ A Y } ~ { i ,3 H 1 T 1 n+♦ l~.rrwr.,w'r'.rw C ['fY OF CF'3zOl, TEXAS DENTON MUNICIPAL AIRPORT IMPROVEMENTS, 'PHASE It RELOCATION OF F.M. 1515, FK3, PROJECT 5-48-0067••04 ADDENDUM NO. 2 October 3, 1977 ' The plans and specifications for construction of Relocation of F.M. 1515 are hereby modified as follcras: 1. SKETCH No. 2 Sketch No. 2 to accompany Addendum No. i to Phase I Contract is revised to show a new location for installing Class B wire fence at the edge of the wooded area at the southwest corner of the Sketch. Any clearing required to build the fenco is considered subsidiary #.o Class B wire fence. II. CLEARING REQUIRED IN CONNECTION 141TH CONSTRUCTION CLASS-A'WIRE FENCE, CLASS B WIRE FENCE AND REMOVING AND SALVAGING'EXISTING WIRE'FENCE All clearing of trees and bushes required to remove and salvage existing wire fence, Item No, 10, for constructing Class A and Class B wire fence with wood posts, items 11 and 12 is considered subsidiary to these items of work and no extra pay will be made for such clearing. ' III. DETOURS ' At the locations where the proposed road connects to the existing road, the Contractor b:tall furnish a temporary detour and warning signs at each location as requited to handle one way traffic during construction. The cost of such detours shall be subsidiary to items for which payment is made. IV. The changes included in this addendum do not affect the work required under OPTIONAL BID A„ ' V. The Contractor shall acknowledge receipt of this addendum on the outer envelope of his bid as well as in the appropriate space in his Prooosal. ' SHRIEK, JACOHS & FINKLP.A Conuulting Engineers 1300 Adolphus,Tower ' Dallas, Texas 75202 1 f v~,✓~ ?!1~T3~'[" u, ~ ~ d° ~ yy~ ~4 ~~w7it~.~'~ - ,3 . Y• p,~ ~ y>3~• ' Al S , ii" ~ L " AI ~ 'N ~"R •A . • ~,tT ~ i 4 ~ • ( • • ti~•~ L,r t~ ! s ~ ,!0(i! rJ .'E i•~.. ' .t 'YJ - 7f iV , I. ~ ,,'4v ~ e~ ,d i''lyi~- >~•J~yti ,r•y 1•- \ W.hl ry ai . , A,; • • : - ~'`.~'•!7 • f': i ^ M1 t 'w p1~`%a y tyyR ~Rs wir s ie, •r; , - • • AM- ,.'1 • ~ 1 Y l , h: ~ ,y1. t .M''`A R f ,i' 1 fit, L' r • s ,PF > ~ . u -vi 1 1•W l 171 ' + ♦y n! , •6"l « ~df'^~'1v °F ~1l',1.11 l~l.' ~y ♦ 7,yi~ A 1 ■ ~ ~ r ■ • L~•/ ~ L • ICI ~ i i ~ r tli , , ~ ' . a, ti, S 7 e A •.1 • 1 ,3JE, Srt. JR" i'_ r.. I t a • , ,Y '«J , °I y~. l,~~' _ • s, + ' • y P V' ..1. i• I ' I T 't a 1• 04 a. ~ Rd I -1~ i 6 , ~ ~ ~1 `J s! ~ yr \ • •s• I ~ ♦ i ~ d • ~ • i'r •r,, I Y t 4 ,-ii. .:`j 1frx.,.!F: , ",r . t y.} !kCf;}..t,.. olr _ a - Rtx yY:' !ia.rt i J{t7+ 1 •,1 • Y~ i _rAY'yy j • ~ r e 1 1 •1 ' w 7l ki 1 01, 1~7 t,y ~ '4 e. ,r •,,y{ y,.. P `~?MI}, tl.1.c S • ~Z?~{., • ♦ r 'r".,,' 1 Ijw.., 4`+ . •,e v5 vj. 1 k.~ . • _ ~+f[~y j I ! ~ ,1{.y~-i~y.~. ~1 u t Ar • ~.~~I Lt~ ~ ~`y ~yMr., - v ' y ~ ~ `R ~ ~ • ♦ • ~ ] ~ ~ .~t~~,F~ 1h •'F~ = 4y.y C ~ . M ' FFF... hd )'t'O4_ ~ • }y 1 ~ r ~ (BY wk, 0 • ♦ - - w . Esl"e > - . ~ ..,A ~ • ~~tt4 t'jM:: •ISe;..IT • - 1,yy` A~ ~.'}+~.tX ~~4t~ x tiY ~,F♦p d. t ' N~_3. i" • 1 / i A,, d•~ 4 .•f' J .7 i'6 ~.•iW.} + k v+ F :NtSn f \I 2 fi..A 1 .~Ala.Ew~.. :r S \ .iLgr~• I F. ...Y' y 71 le~ip 5'.. aY,• .0 F.^`, r 4 - 'I •Y tar• 77 a r .{I~p r~ 1 . 1 1• .I. fe} 'i'I c J+. ,t,.} R ' d.•f{' "Y• i,, I 79/' b i 1. i$,,.fir - +aS :'k •y' Y lI~•J . 1 ••l.: fY i♦r . ~ y [ t 1, ~ .I ~ ez; • y ~ ~ i `I 1 A t ,el A • • •t ;I r M1:.tr ~.~F n • x bi• ~ '~-.I. ~ 1 .w•~: ^ , ~iyf ' • Y r ` / ' ~'st' rRi+" 4 r..! '~r •.•y!I. tf ~N~ t ° - • ~ ~'t w; 7♦ yE- Ns. 71 . Siy • • ~ Y , ~•fJ5fill a„ 1 1~"A6' *f • ' t . ~,,~7r.~~''♦~ • p4Y„~n. ~i ' . z (2n i _ ' I• "~"1.'-~ liI : , I V y ~]y .4~ t V N 1 S ' vr'~"k ( 7 ~~,j•al ...T, _ ,Z; .X• 'y}. ~(,'.7•.1 ~~vi rrs ? : vy,.~.~q,~,,Y 5 - Ate; } i p,t;.`7,,,. ~'~~A •Ir7'. ,,i ;7 , N RZ. 1 .4:\ r : 1~.. F .~y ; 4. 7 ir.. . ' 1 'y a • ,1; ~~;e.,! 'N}rq ji { y ,'~4 ( , ' ! •'TyP 1,.! Yr • FT" + , Jf{i~y,({,r, .7~1``+' ?~Mp.. r .f 1.,''i J Y. , '111 N•J.^M.... ♦ i A , . \ ! ~ J ~ l : 1 Y, Y. ~ G. 'it >,c'°~~ • '..r'yf !f 4'.~t~ '.~`7 ~ i',}?t 11 '~'~v: .,,'J,>~ ~ I r , • 4~ t\ {'x 1 `,_P. t,• c.•:I•.M •F,' 'aly.» j.. 70. •.I T t,~Rt .JS 11k.' Ot.'k A ~1'. '15. 5. • '1 t. ~~C J v 1. . . It ^C.e~' r i3~:r t ai.."s 1?: ¢ r R •'r I..~.E 1 {.~yt± ;'.''s i.h ~>s ,po;, r tIr~~,f•~~ •~;f'Y j'yy•~'. t - i1 `It's Otis • OTHERS) .9 To SKETCH NO ACCOMPANY ADDENDUM 4 E NO. I TO CONTRACT Ot / t•'' b ~t1". i • r~,.i.,ygrd'rtL ` 'e f PHASE if 1 •y W i II 4 r 'f' , t l• ' NOTICE TO CONTRACTORS Sealed bids addressed to the Honorable Mayor and City Council of Denton, Denton County, Texas w'.11 be received at the office of the City Manager, City Hall, Denton, Texas until 10:00 A.M., October 6, 1977, and then publicly opened and read for the construction of Denton Municipal Airport, Airport Improve- Monts-Phase It FAA Project No. 5-48-0067-04. The City desires 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. Incli:ded are 4,too cubic yards of unclassified e).cavation, 1250 compacted cubic yards of flexible base, (crushed stone) 1 8,100 square yards of 6-inch lime treated subgrade, 565 tons of hot mix asphaltic ccncrete pavement, 102 linear feet of rein- forced .oncrete culvert pipe, wire fencing, seeding and miscellaneous improvements. Proposals shall be accompanied by a cashiers or certified check upon a ' rational or state bank in an amount not less than five percent (5!) of the total amount bld payable without recourse to the City of Denton, Texas, or 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 Performance Bond within ten (10) days after notice of award of contract to him. The' successful bidder must furnish Performance and Payment Bonds upon the 1 form provided in thn amount of 100 percent of the contract price from an approved surety company hviding a permit from the State of Texas to act as surety, or other surety or sureties acceptable to the owner. *vnia proposed contract is under and subject to Executive Order 11245 of Septemrer 24, 19650 and to the Equal Opportunity Clause contained in the Prcposal. The Bidder (Proposer) must supply all the information required by the Bid or Pru- poesal Form. The successful bidder will be required to submit a Certification of Non- Segregated Far.ilities prior to award of the contract, and to notify prospective subcontractors of the requirement for such a certification. Samples of the Certi- fication and the Notice to Subconttactors appear in the specifications. Women will be afforded equal opportunity in all areas of employment. How- ever, the employment of women shall not diminish the standards or requirements for the employment of minorities. A contractor having fifty or more employees and his subcontractors having fifty or more employees who may be awarded a subcontract will be required to s.zin- tain an affirmative action program within 120 days of the commencement of the contract. The City resertres the right to accept or reject any and all bids and to ' waive any informalities in connection with wich bids except those requirements related above. 1 . r plans, specificatio~.s and bidding documents may be secured from the office of Shimek, Jacobs & Finklea, Consulting Engineers, 1300 Adolphus Tower, Dallas, r Texas, 75202, on deposit of $25.00 per set, which sum se deposited will be re- funded, provided the provisions of the specifications regarding the return of such documents are complied with. 1 r CITY OF DENTON, TEXAS I Chris G. Hartung C s G. Htr uuq City Manager 1 1 1 r r r r r r . r r r r i PROPOSAL TO THE CITY OF DENTON# TEXAS (OWNER) DENTON M NICIPAL AIRPORT AIRPORT IMPROVEMENTS PHASE I ' The undersigned, as b idder declares that the only person or parties n; that hi interested in this proposal as principals are those named fhere iYtaior corporation proposal is made without collusion with any other pe that he has carefully examined the form of contract, Notice to Contractors, specifications and the plans therein referred to, and has carefully examined and land the locations, conditions and classes of materials ofmthe pr p ell tools, - agrees that he will provide all the necessary ill do appara- l items fornInrtheicontractwand specallificthe tus and other furnish al manner prescribed herein. It is understood that the following quantities of work to be clone at unit prices are approximate only, and are intended principally to serve as a quide in evaluating bids. it is further agreed that the quantities of work to be d(ne at unit prices and material to be furnished ray be increass edPloa~k endsco t as ma be considered necessary to complete th, work fiully quantities belownexceptdasrprovidedeforintthee Peci- ' and that all fonned ed at fications. It is further agreed that lump-sum Prices may be increased to cover additional work not shown on the plans or required by the specifications, in so ordered Provisions. similarly, they deletion t of work General accob©a decreased t to cover provisions ' may It is in agreed the dSptat ecialhCoiditions ofbthesepspecifications. designated and r within the Acccmpanying this proposal is a (Certified or cashier's Check payable i to the OWNER)(Bid Bond) in the amount of. Dollars($ The bid security accompanying this proposal shall be returned to the bidder, unless in case of the acceptance of the proposal the bidder shall fail ' to execute a contract and file s a performance boshalltbecomenthebpropesstY after Its mcceptance, in which case the bid securrityfor damages due to delay 'nd other the OWNER, and shall be considered as payment inconveniences suffered by the OWNER on account of such failure of the bidder. The city reserves the right as the interest of the OWNER may require, to in co ' accept or reject any and all bids and informalregardiities the onee tion sith such bids, except the requirements that tht qteostthe Equal Opportunity Clause and to tive order 11246 or September 24, 196 965, * Certification of Non-Segregated Facilities has been complied with. P&BS-1 1 ' SID SCHEDULE ' Item Estimated Price in No Ouantity Unit Description and Price in Words F14uro- Amount 4600 Cv For Unclassified Excavation, the sum of Dollars ' and Cents per Cubic Yard. ' 2 8100 SY For 6-inch Lime Treated Subgrade, the sum of Dollars ' and Cents per Square Yard. 3 115 Tons For Hydrated Lime, the sum of Dollars and e Cents per Ton. ' 4 1254 CY For Flexible Base (Crushed Stone) (Compacted), the sum of Dollars and cents per Cubic Yard. 5 565 Ton For 1 1/2-inch Hot Mix Asphaltic Concrete, the sum of _ Dollars and Cents per Ton. 6 337U Gal. For Prime Coat, the sum of Dollars and - Cents per Gallon. ' P&BS-2 p i ' Item Estimated Price in Mount No Qaantity__ Unit Doscri tion and Price in Words Figures 7 32 LF For 2 24-inch Reinforced Con- crote pipe culverts, the sum of Dollars ri and Cents per Linear Foot. 8 38 LF For 18-inch Reinforced Concrete pipe Culvert, the sum of Dollars and Ceuta per Linear Foot. Y g 3.46 CY Fe Reinforced Concrete Headwalls, t'.1e sum of "Boltaxs ' and Cents per Cubic Yard, 10 i LS For Removing and Salvaging Exist- ing Wire Fence, the sum of Dollars and Cents per Lump Sum. 3000 LF For Class A Wire Fence with wood posts, the sum of Dollars 1 and Cents per Linear Foot. LF For Class B Wire Fence with Wood 12 3000 Posts, the sum of____ - Dollars and_ Cents per Linear Foot. P&8£-3 1 Item Estimated Price in No. Quantity Unit Description and Price in Worde Figures Amount 13 2.0 Acre For Seeding, the sum of Dollars ' and Cents per Acre. ' 14 60 M-Gal. For Water for Seeding, the sum of Dollars and rents per Thousand Gallons. 15 800 Lb. For Fertilizer, the ium of ' Dollars and Cents per Pound. 16 1 Ea. For Driveway Gates, the sum of ' Dollars and ' Cents per Each. 17 1 Ea. For Walkway Gates, the sum of " Dollars ' and Cents per Each. TOTAL BID (Items 1 thru 17) $ ~ P&B5-4 1 In the event of the award of a contract to the undersigned, the under- signed will furnish a performance bond and a payment bond for the full amount of the contract, to secure proper compliance with the.terns and provisions of the contract, to insure and guarantee the work until final completion and accep- tance and to guarantee payment of all lawful claims for labor performed and ' materials furnished? in the fulfillment of the contract. The work proposed to be done shall be accepted when fully completed and finished in accordance with the plans and specifications, 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 ari final. NOTE: Unit and lump-sum prices must be shown ■ in words and figures for each item listed i in this proposal, and in the event of dis- crepancy the words shall control. 1 Receipt is hereby acknowledged of the following addenda to the contract documents$ ' Addendum No. 1 Dated_ Received W Addendum No. 2 Dated Receivedr Adendum No. 3 Dated_ Received Addendum No. 4 Dated- ReceivL1 Addendum No. S Dated Received 1 ti6b3-5 CERTU ICATION CM. BIDDER REOMINO EQUAL ENPLOYl M OPPORTUNITY ' GENERAL ' BIDDERS NAME ADDRESS ' INTE ML REVENUE FERVICE E2 PLOYER IDENTIFICATION NUM3ER NONSWRE:OATE".D FACILITIM NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION COILTRACTORS: ' (1) A Certification of Nonsegregated Facilities must be submitted prior to the award of a federally assisted construction contract exceeding $10,000 which is not exencpt from the provisions of ' the equal opportunity clause. (2) Contractors receiving federally aoaioted const;uction contract ' awards exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause will be required to provide for the forwarding of the following notice to prospective sub- ' contractors for supplies and construction contracts where the subcontracts exceed $10,000 and ere not exerTpt from the pro- visions of the equal opportunity clause. NOTE: Thft penalty for making statements in offers is prescribed in 18 U.S.C. 1001. ' NOTICE TO PROSPECTIVE SUU16NTRAMI VS OF REQU1)tP M FOR CERTIFICATION ON NONSEORDOATED FACILITIES: (1) A Certification of Nonsegregated Facilities smut be submitted prior to the award of n subcontract exceeding $10,000 which is not exempt from the provisions of the equal opportunity clause. (2) Contractors receiving subcontract awards exceodiing $10,000 which are not exarapt from the provisions of the equal opportunity ' clluse will be required to provide for the forwarding of this notice to prospective subcontractors for su lies and constric- tion contracts where the subcontracts exceed 10,000 and are ' not exempt from the provisions of the equal opportunity c)Aus,:. NOTE: The penalty for making false statements in offers to prescribed in 18 U.S.C. 1001. a POS-b 1 i 1 CMIFICATION OF NOUSDONE(1 M FACUMIZS: The federally assisted construction contractor certifies that he ' does not maintain or provide for hie employees any segregated facilities at any of his establiahmente, and that he does not Permit his employees to perform their services at any location, under his 1 control, where segregated facilities are maintained. The federally asolsted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establiehments, and that he will not permit his employees to perform their services at any location, under his control, %b ere segregated facilities are maintained. The federally assisted construction contractor Woes that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the terns segregated facilities" means any waiting rooms, work areas, reetroosss and vcahroonus, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities pro~tided for employees vhich are segregated by explicit directive or &re in faot segregated on the basis of race, color, religion, sex or national origin, because of habit, local custaca, or any other . reason. The federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for epeoifie time periods) he will obtain identical certifications from prorsed subcontractors prior to the award of subt%ontraets exccedingt$10 OOOvhich are not ex=pt retain tsuch he provisions 1 of the equal opportunity clause, ic cations in his files. i NOTIOE TO FROSYDC M CO@IT CTORS OF RDQU ' TrOR CERTIMATION OF NONSMMATED FACILITIES: i A Certification of Nonsegregated Facilities must be submitted prior to the award of a contract or subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity C1al,re. Certification - The information above is true and complete to the beet of ' ' my knavledge and belief. ' ~eme and Su o ~i8r~er ase ' lignature Date ' NOTE; The penalty for makiog fal.ee statements in offers in prescribed in 18 U.S.C. 10014 i 1 The Bidder (Proposer) shall complete the following statement by checking the appropriate boxes. The Bidder (Proposer) has ❑ has not ❑ participated in a pre- vious contract subject to the Equal opportunity Clause prescribed by Executive Order 10925, or Executive Order 111140 or executive Order 11246. The Bidder (Proposer) has ❑ has not I J submitted all compliance 1 reports in connc.tion with any such contract due under 0-,e applicable filing require- mental end tbet representations indicating submission of required compliance reports ' signed by proposed subcontractors wi;l 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 (Proposer) shall submit a compliance ' report on Standard Form 100, "Employee Information Report EEO-1" prior to the award of contract." Contractor ' Byy _ (Title) 1 (Address) 1 _ State) ~1City and Seal and Authorization 1 (If a Corporation) (Telephone) i 1 1 ' The Bidder (Proposer) shall complete the "Certification, of Bidder Re7arding Equal Employment Opportunity" on sheets P&139-7 and P&BS-8. fbRS- " NOTICES 42104 ! r . t~lgl ~J.Rt1J~ 1 lMg J J~ l~Sn'l~~ JJ $ 5 d A i# i~~ 8R~RRRS7~R 8R~8R8RR ~R88f~Rq.RRB~>^~ t~8 ~ »,t.{.iJl.++.+i !riJlJJli r~idrSnJniirSlJ ! r.~ ill It ! ' NOTICES 42105 ri1~1 1 AAA! A 544 0J w 1 b C d Y ' R , _W_AOE IJIBO_~- R. EM and SAFM REQUIRFMENP3 ' SECTION A (Federal Aviation Adritnistration Requirements) A-1 Airport bevelo~msent A!d Program Pro cot. Tht work in this Contract is included in Airport Development Aid Project No. 5-48-0057-04 which is being undertaken and accomplished vthhthe terr~ic and conditions o grant Sponsor) in accordance the agreement betveen t Act and the 1910 United states, under the irport and Aixw evelopmen o 49 U.S.C. 1701) and Part 252 of the Federal Aviation Regulations ' f1h CFR Part 152)0 pursuant to which the United states has agreed to pay a certain percentage of the toots of the project, that are determined to be allowable project costa under that Act. The United States to not a party to this contract and no reference in thie contract to the FAA )r any reprousentative thereof# or to any rights p;ranted to the FAA or nay repre- sentative thereof, or the United States, by the contract, ' makes the United States a party to this contract. A-2 Consent to asai ant. The cm tractor shall obtain the riot Vr t.ten consent of the _ city of Denton this r} to any proposed aooignment of r,r pelt of thts contract. aN+ interest A-3, Convict labor. No convlot labor may be employed under this contrac , A-h Veterans preference. In the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to gtAlified individuals who have ' herved in the military,Berv:^.r of the United States (as etefined in section 101(1) >f the Soldiers' and Sailors' Civil Relief Act of 19140) and have been honorably discharged ' wheretthatslabor eIn preference to qualified given to only perform the work to which the employment relates. A-5lithholding~ 8 nsor t contractor. Whether or not payments or advances G the t7'o7 D"en on (Sponsor) are 1 2 withheld or suspended by the FAA, the City of Denton (Sponsor) may withhold or causta_io be WME iE-Cr fiWi -t?ie contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics employed by the contractor or any subcontractor on the wort: the full amount of wages required by this contract. A-6 Nonpayment of wades. If the contractor or subcontractor fa I's to pay a`ny la-borer or mechanic employed or working on tho site of the work any of the wages requires by this contract the city of Denton (Sponsor) may, after written riotce to tie cont`rac~or; fade such action as may be necessary to cause the suspension of any further payment or advance of funds until the violations cease. A-7 FAA inspection and review. The contractor shall allow any au'tTiorec7~representiative of the FAA to inspect and review any work or materials used in the performance of ' this contract. A-9 Subcontracts,. The contractor shall insert in each of FfY subcontracts the provisions contained in paragraphs A-l, A-3, A-4, A-50 A-6, and A-7 requiring the subcontractors to include these provisions in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. ' A-5 Contract termination. A breach of paragraphs A-61 A-7, and A=~ m3y 1iQ ~gro`unds for termination of the contract. 1 2 SECTION B (Secretary of Labor Requirements) B-1 Minitgti wages. e (a) All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and net loss oV:en than once a week, and without subsequenL deduction are rebate on any account (except such phayroll Secretary of Labor under permitted by regulations issued by full amounts due at time the Copeland Act (29 CFR Part 3), the i of payment computed at wage rates not less than those contained in the wage determination decision(s) of the Secretary of Labor which is (are) attached hereto and made a part hereof, regard- less of any contractual relationship which may be alleged to ' exist between the contractor and such laborers and mechaniesi and the wage determination decision(s) shall be posted by the contractor at the site of the worhe iworkernprominent lace where ' it (they) can be easily seen by of this paragraph, contributions made or costs reasonably anticipated under Section I M (2) of the Davis-Bacon Act on L b;^`-lf of laborers or mechanics are considered wages paid to suoa laborers or mechanics, s foretheopthe provisions paragraph, subparagraph (4) below. Also regular contributions made or costs incurred for more than a ' weekly period under plans, funds, or programs, but covering the particular weekly period, are deemed to (29 constru tine (i)?• made or. incurred during such weekly period (b) Any class of laborers or mechanics, including apprentices and trainees, which is not listed in the wage determination(s) and wnich is to be employed under the contract, shall n classified or a conformably to the shallabe determination (a), onsor's name) cit of Denton ' sent by the (insert sp tj the FAA for approval and transmiUtaf to a ecreEaYy` o- 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 apprentices and trainees, to be used, the question accompanied) a) (1) (ii)) Secretary recommendation Laborifor final determinations (29rCVR 5m5(the Whenever the minimum wage rate prescribed in the (c) contract for a class of laborers or mechanics includes a fringe the benefit which is not expressed ascashhourly age ft anda equivalent such contractor is obligated to h equivalent thereof shall be fringe benefit, a hourly ca established. In the event the interested parties cannot agree upon a cash equivalent of the fringe benefit, the question accompanied by the recommendation of the FAA shall be referred to tha Secretary of Labor for dotormi',iation (29 CPR 5.5 (a) (1) (iii) ) 1 3 ' (d) If the contractor does not make paymonts to a trustee or other third person, he may consider as part of the wages of any laborer or mechanic the amount of any couLs reasonably anticipated in providing benefits under a plall or program of a type expressly listed in the wage determination decision of the Secretary of Labor which is a part of thins contract: 1 Provided, however, the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program (29 CPR 5.5 (a) (1) (iv) ) . ' 8-2 Withholding:. FAA from Yponsor. Pursuant to the terms of the grant agreemen_ts between tge"United States and (insert sponsor's name), city of Denton relating to Airport 1 Development Aid P `ro]ect N6.-5--'49-0-0-6-7-* o4 and Part 152 of the Federal Aviation ReguT"atTons-"(iT ffA Part 152), the FAA may withhold or cause to be withheld from the (insort sponsor's ' name) city of Denton so much of the accrued payments or advances ae may Ye cons'i`cterccT 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 trainee, ' employed or working on the site of the work all or part of the wages required by this contract, the FAA may, after written notice to the (insert sponsor's name) city of Denton take such action as may be necessary to c`ause`Eiii suspenei'on of ' any further payment or advance of funds until such violations have ceased (29 CFR 5.5(a)(2)). ' B-3 Payrolls and basic recorde.. (a) Payrolls and basic records relating thereto will be ' maintained during the course of the wovk and preserved for a period of 3 years thereafter for all laborers and mechanics working at the site of the work. Such records will contain the name and address of each such employee, his correct classification, rates of pay (including rates of contributions or costs anticipated of the types described in Section 1(b)(2) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found, under 29 CPR 5.5(a)(1)(iv) (see subparagraph (d) of paragraph B-1 above), that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(13) of the Davis-Bacon Ar:t, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan ' 4 1 or program has been communicated in writing to the laborers ' or mechAnics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits (29 CFR 5. 5 (a) (3) (i)) . (b) ThA contractor will submit weekly a copy of all payrolls to the (insert sponsor's name) city of Denton ` for availability to the FAA, as required-y paragr-1_52. a . The copy shall be accompanied by a statement signed by the employer or his agent indicating that the payroll, are correct and complete, that the wage rates contained therein are not less than those determined by the Secretary of Labor and that thi classifications set forth for each laborer or mechanic conform with the work performed. A submission of a "Weekly Statement of Compliance" which is required under this contract ' and the Copeland regulations of the Secretary of Labor (29 CPR Part 3) and 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 requirement. The prime contractor shall be responsible for the submission of ' copies of payrolls of all subcontractors. The contractor will make the records required under the labor standards clauses of the contract available for inspection by authorized represent- atives of the FAA and the Department of Labor, and will permit such representatives to interview employees during working hours on the job. Contractors employing apprentices or trainees under approved programs shad include a notation on the first weekly certified payrolls submitted to the (insert sponsor's name) City of Denton for availability to the FAA, tT~a't`E~ie~r employment ~s :pursuant to an approved program and ' shall identify the program (29 CPR 5.5(a)(3)(ii)). B-4 AWrentices acid trainees. ' (a) Apprentices. Apprentices will be permitted •.j work at less than the predetermined rate for the work they performed when they are employed and individually registered is a bona fide apprenticeship program registered with the U.S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Trainioq, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his first 94 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen in any craft classification shall. not be greater than the ratio permitted to the contractor as to his entire r ~~r e e e work force under the registered prog--am. Any employee listed on a payroll at an apprentice wage rate, who is not e a trainee as defined in subparagraph (b) of this paragraph or is not registered or otherwise employed as stated above, shall be paid the wage rate determined by the Secretary of Labor for the classifit:ation of work he actually performed. e The contractor or subcontractor will be required to furnish to the (insert sponsor's name) City of Denton written evidence of the registralton o~Tiis program an T' apprentices as well as the appropriate ratios and wage rates (expressed in percentages of the journeymen hourly rates), for the area of construction prior to using any apprentices e on the contract work. The wage rate paid apprentices 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 29 CPR 5.15 trainees will not be permitted to work at loss than the e 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 journeymen shall not be greater than permitted under the plan approved by the Bureau of Apprenticeship and Training. Every trainee must be paid at not less than the rate specified 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 train'ng plan approved by the Bureau of Apprenticeship and Training shall be paid not less than the wage rate determined by the Secretary of Labor for the olassification of work he actually performed. The contractor or subcontractor will be revired to furnish the (insert sponsor's nar~e)city of Denton written evidenco of the certification of his program, the e registration of the trainees, and the ratios 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 less than the applicable predetermined rate for the work performed until an acceptable program is approved (29 CPR 5.5(a)(4)(ii)). (c) Equal employment opportunity. The utilization of apprentices, trainees arl journeymen, under this paragraph shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CPR Part 30 (29 CPR 5.5(a) (4) (iii)). ' 6 e ' (d) Application of 29 CFR Part 5.5(a) (4). On contracts in excess of $2,000 the employment of all apprentices and trainees as defined in 29 CFR 5.2(c) shall be subject to the provisions of 29 CFR Part 5.5(a)(4) (see paragraph B-4(a), 1 (b) and (c) above). (e) Enforcement. (i) The FAA shall promulgate the necessary regula- tions or procedures, for federally assisted construction programs for which it does not contract directly, necessary to ii,sure ' that contracts contain the provisions herein or such +oe'fica- tions thereof which have been approved by the Departn,,..- rf Labor. No payment, advance, grant, loan or guarantee+of funds ' shall be approved by the FAA after the beginning of construction unless there is on file with the FAA a certification by the contractor that he and his subcontractors have complied or that there is substantial dispute with respect to the required provisions (29 CFR 5.6(a)(1)). ' (ii) Enforcement activities, including the investigation of complaints of violations, to insure compliance with the requirements of those provisions shall be the primary duty of the FAA. The Department of Labor will coordinate its efforts with the FAA, as may be necessary to ensure consistent enforcement of the requirements of these provisions. Enforce- ment of these provisions shall be in accordance with 29 CFR 5.6. ' B-5 Co~liance with Copeland Regulations. The contractor shall eomply`,witN-tFe CopeTanef Regulations T2*0' CFR Part 3) of the Secretary of Labor which are herein i.ncorporated by reference (29 CPR 5.5 (a) (5) ) . B-6 overtime requirements. No contractor or subcontractor ' contraceffor any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any laborer or mechanic in any workweek in which he 1 is employed on such work to work in excess of 8 hours in any calendar day or in excess 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 worked in excess of 8 hours in any calendar day or in expose of 40 hours in such workweek, as the case may be (29 CFR S.5(c)(1)1 B-7 Violations, liability for unpaid wages, liquidated damages. In the event of any violation of paragraph 0-6 of this provision, the contractor and any subcontractor responsible therefor shall be liable to any affected employee for his unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. 1 7 r . r r Such liquidated damages shall be computed, with respect to r each individual laborer or mechanic employed in violation of said paragraph a-6 of this provision, in the sum of $10 for each calendar day on which such employee was required or r permitted to work in excess of 8 hours or in excess of the standard workweek of 40 hours without payment.o; the overtime wages required by said paragraph B-6 of this provision (29 CPR 5.5(c) (2)). B-8 Withholding for unpaid wades and liquidated damages, and priori•t~ of payment . ' r (a) The FAA may withhold or cause to be withhold, from any monies payable on 3ccotuit 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 CFR 5.5(c)(3)). (b) In the p~-nl: of failure or refusal of the contractor ' or any subcontractor to comply with overtime pay requirements of the Contract Work. Hours aild Safety Standards Act, if the funds withhold by the FAA for the violations are not sufficient r to pay fully both the unpaid stages due laborers and mechanics and the liquidated damages duv 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 r an equitable portion thereof when the funds are not adequate for this purpose); and the balance, if any, shall be used for the payment of liquidated damages (29 CFR 5.14(d)(2)). ' B-9 Working conditions, No contractor may require any laborer or mec awn c, amp oy6TT the performance of the contract to work ' in surroundings or under working conditions that are unsanitary, hazardous, or dangerous to his health or safety as determined under construction safety and health standards (29 CPR Part 1926; ' 37 F.R. 27503) issued by the Secretary of Labor. B-10 Subcontracts. The contractor will insert in each of his subconEra-MFli clauses contained in paragraphs B-1 through r B-11 of thi3 provision, and also a clause requiring the subcontractors to include these provisions in any lower t'er subcontracts which they may enter into, together with a clause ' requiring this insertion in any further .aubcontraets that may in turn be made (29 CFR 5.5(a)(6), 5.5(c)(4)). 1 , 8 r r F)-11 Contract termination; debarment. A breach of paragraphs`B 17 through B--10 of tNjs provision may be grounds for termination of the contract. A breach of paragraphs 8-1 through A-5 and L-10 may also he grounds for debarment as provided in 29 CFR 5.6 of the regulations of the Secretary of Labor (29 CFR 5.5(a)(7)). ! M ! 9 ' SECTION (Equal Employment Opportunity Clause) - During the perlorrnance of this contract, the contractor agrees as follows: C-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 affirrna- tive 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 shal' e include, but not be limited to the following: Employment, rrecr ecruitment upgrading, demotion, or transfer; recruitment or advertising; layoff or termination, rates of pay 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, noticas to be provided setting forth the proylslons of this nondiscrimination clause. 1 0.2 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 sexr employment without regard to race, color, relition, or national origin. ' 0-3 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 c4gpiee of the notir-A in conspicuous places available t to employees and applicants for employment. C,•4 The contractor will comply with all provisions of Executive rules, 11246 of t orders of the Secretand of ary 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 agoncy and the Secretary of Labor for purposes cif Investigation to ascertain compliance with such rules, ' regulations, and others. ' 10 C-6 In the event of the contractor's noncompliance with the non- discrimination clauses of this ccatract or with any of the r 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, ' an3 such other sanctions may be imposed and remedies Invoked as provided in Executive Order 11246 of September 24, 19650 as amended, or by rule, regulation, or order of r 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 t orders of the Secretary of Labor issued pursuant to Section 2014 of Executive Order 11246 of September 24, 1965, as amended, so that such provisions will be binding upon each subcontractor or vendor. The contractor wili'take such action with respect to any subcontract or purchase order r.a the administering agency may direct as a means of ' enforcing such provisions, including sanctions for non- compliance: Provided, ho- ,ever, that in the event a contracto= becomes involved in, or Is threatened with, ' litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to ' protect the interests of the United States. 1 1 1 1 1 11 MOM" SECTION D (Health and Safety Req+:irements) 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 Safety and Health Standards Title 29 Code of Federal Regulations, Part 1518 36 F.R. 7340 promulgated by the United Sates Secretary of Labor, ' in accordauce with Section 107 of the Contract Work Hours and Safety Standards Act, 83 STAT. 96. t ' 12 1 ' SECTION E (Air and Water Quality Standards) E-1 Any other provision herein to the contrary not- withstanding, the contracto: in carrying out work under this contract, shall at all times comply with all applicable state and federal air and water quality standards; with all pollution ^ontrol laws; and with such rules, regulations, and diicr•tives as may be lawfully issued by a local, state or federal agency having within its jurisdiction the protection of the environment in the area surrounding where work under this contract will be performed. In addition, the contractor shall comply with directives given by the Project Engineer in implementation of the letter and intent of FAA Advisory Circular 150/5370-7 entitled Airport Construction Controls to Prevent Air and Water Pollution. Copies of this Advisory Circular can be obtained free of charge from Department of Transportation, Distribution Unit, TAD-484.31 Washington, D. C. 20590. B-2 Contractors and subcontractors agrees ' a. That any facility to be used in the performance of the contract or to benefit from the contract i is not listed on the Environmental Protection 4 Agency (EPA) List of Violating Facilities.. 4 B. To comply with all the requirements of Section ' 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations issued thereunder. e. That as a condition for avard of a contract he t will notify the awarding official of the receipt of any communication from the EPA indicating t that a facility to be utilized for performance of or benefit from the contract is under con- j sideration to be listed on the EPA List of ' Violating Facilities. d. To include or cause to be included in any contract ' or subcontract which exceeds $100,000 the afore- mentioned criteria and requirements. ' 13 ° t hM~ f1kP fir. 1 T~ 'is ~ '}f ~+JV 5'". ~ 1 `5 1 yk . a Aiv b tM i AGROM N' As Adopted By THE TEXAS SECTION OFITHE AMERICAN SOCiM OF CIVIL ENGINEERS October 7,1971 Revised November 17,1928 Revised April 45, 1932 Revised October 27,1934 Revised October 19, 1945 Revised April 8, 1954 ' Revised ApW 21, 1960 Revised October 7, 1971 AFtiroved as to Legal Form by ' Legal Counsel S'TA'TE OF TEXAS COUNTY 01?_ Denton J THIS AGREEMENT, made and entered Into this 11th day of- October A. S, 192-7, by and between. City of Denton of the County of- Denton and State of Texas, acting ttii4WA thereunto duly authorited ,eo to do, Party of the Firer Part; heteiniAfter termed UWN);k, an' Dross inc. . of the City of._.... _._~►,llaa County of. Dallas and State of._ - ?seC°B Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSUIM That for. and in consideration of the payinentn and agreementa herein- aftAr mentioned, to be made and performed by the Party of the First Part (OWNER), and under the conditions expreased'In the bond bearing even data,herewith,.the bald Party of the Second Part (CONTRACTOR), hereby 'sytreos with the said P,irty of the First Part. (OWNER) to commence an¢ complete the construction of- tertgin Implovernthts deacribed as follows; 9ptfg4! Bid A-Denton,gt n,lbipa,l'.Airpo;t;»Airport irsy~xovea~enta,rphasb i~Cleartng in North Clyar Zone find all extra work in eor,nectian;rtherewith, under tbe'terms is`stated in the General Conditional, of the. Agreement and at his (or their)' own proper coat ahA expe-,ise to furnlah all the materials; 1 supplies, (machinery, equipment, tools, superintendence, labor, lnsuiance, and other accessories and servlcee necessary to complete the said construclior, in accordance with the conditions and prices stat,M in th9 Proposal attached hereto, and to accordance with the Notice to Contractors, ' General and Special Conditions of Agreement, Plans and other drawings and printed or written expianatory matter thereof, and the Specifications and addends therefor, as prepr,red by _ shimek, Jacobs 6 Finklear Consultilq Engineers . _ 13plphus Tower, ballas, Texas 752'02 herein entitled the ENclINH;8,14, enrh of which hat iwen idelitificc! uy the CONTRACTOR and the ENGINEFit, together with (he CONTkACTOlt'$'written I'rupomd, the General Conditions of the Agreement; and the Perforniuke and Pityntent Etondt hereto Nttnehed s'sl1 of whleh are mado a part hereof and cullce'llvrly evidentc, 1114 bnslltirte the entire eo'nlr$ct. ®y fiwf Md~ OLr Mf 'i 1 r 4i'.. r n `71te CONT'RA&dRhereb~ astrees to commenee work i►ithln tea (fb~ daYS ttftei'the date ` wrlWp notice to do so shall have bOn given to him, and to substantially toniplete the "salt L calendar - after the date of the written notice to commence work, subject withir'Ll".; 100" to sueb'extenslons of time as are provided b~ the General and Special Conditions. i THE OWNER agrees to pay the CONTRACTOR In current funds the price or prices shown in the propowil, which forms & part of this contract, such payments to be subject to the General and Special Conditions of the contract. IN WITNESS WHEREOFs the parties to these presents have executed this Agreement in the year and day first above written. r _UCit o Denton, Terns Marriott Bros., Inc. arty fret Part (OW R) f t cond Part (CONfRA¢OR) Ay. r By. ATT ST: AT'TF~S C `J a 1r. r a N ~ . O U Ayr MW^. AM ~i- .Y 'r tAli\ A t i 9 t FNyf' 1 1 046123919 PRR*6PJ4AN'C3 -BEND, I , STATE OF TEXAS COUNTY OF_ Da11as---.7 I ' KNOW ALL MEN BY THESE PRESENTS: Thatr._-_.ltartiOt:t_Bcothata-r-14a.--- the City of __I?!Il].ia1i__ County of__ and State of_'9xds as I prirclpal, and_ A'!u~Y o_ n yi~Qlity_.F xs -Insurance -Company.._._ authorised under the laws of the State of Texas to act as surety on bonds for principals, are held and (Imly bound, n,to__._City-.off Dentoxl___ In the peni sum oi_ ►AIYa.S'h0ttt lad tad-no~104~"rw«_.....r>nilara (Sj4000-0 for the payment whereof, the said Principal and Surety bind themselves, and their heirs, ' administrators, executors, successors and assigns, Jointly and severally, by these Twvsenta: WHELtI';A1~;' the Principal X Et. ' tered into a certsln written contract with the a vner, ; dated the.. j` day of- to 4 CXseurin,q Nora-4 014sx ' 8ond~ insntoA Airport I41rovemonts which oontro t is hereby referred to and made a piA hereof as fully and to the name extent its it copied at. length herein. 270'), , ',-i 4'EREFQRE, THE CONDITI[ON OF."~"HLS OBLIGATION IS SUCH, that If the said Principal shall faithfully perform said Contract and shall In all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said ecntract agreed and covenanted by the Principal to be observed and performed, and according to I the true Intent and meaning of said Contrast and the Plans and Specifications hereto annexed, then- this obligation ohail he void; otherwise to, remain in full force and effect;` I , PROVIDE*-) HOWEVER; that this bond Is exerutoM pursuant to the provisiom of Article 5160 of the Revised Civil Statutes of Texas as amended end all habilit6a op this bond shall be determined In accordnace with the provisions of said Article to the same extent as if it were copied at length herein. I Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, orr the plans, ! specifications, or drawings accompanying the same, shall in anywise affect its obligation on this y3 t 1 ~ ti r,,. rwa. uc~ ,m . Pld- 777 7777777777 ~4. yt E y'ly ? ,~(I .lE.,!R'', s i ~ltb rr~dWon' r beb ;bmge, Otenalox' of that, tatioTl bond, AM it ~ b;"Ay walvN h0tiC6 of ; r to the tetras of the co+ltract, or to the work to be performed theteu.id¢r. IN ►1TN>;S9 V/HEREOF, the Bald prinolpa mW Surety have signed and Sealed this inetru meet this___1aat'.---day o!_.._..- OVAmbOV---- 19"x " ~rntllBxH Tnn am81'jCZ1s1-81G10~~.TrQ TtiBe~iOe CC. Marris- r►sM:pa r _ BY-- ' Thoreau Humphreys Tlt Tltl@_-~t02't10Y, ~~f1"tR~T~'-'..-_-~ Ad~.reae:- 1~4n xiinn _D iY~~ Addresa__-Aea_3*low- - - Dallas, Texas 75229 fr i "s name Md address of the Roildeni Agent of Surety, r Taxa_s_surpiu~a ~f~ss A{r~:xi~- ~~X11 w. liooki»~1bir~ 4 9x6, De IISO , Twces 75217 r a r r _ r r r ,k s\S Li tf0 $ ~ r1 Twr ►aW4 RKt 1K1 :1, 7 tV some #4 04 2i;4 x9 PAYNOT BEND 1 STATE OP TEXAS COUNTY OF_ JlaUaB_ 'a a KNOW ALL MEN BY THESE PRESENTS: That _._-..Marriott _Broirhara,. Tna----- the City of__ajlA4-- County of-___ pnllas and State of_.-Texaj___-_.-_--_ as prinelpal, and ;LQAD.YAOXtt•Y__Fir 1n8urAnQ4__CwWAny___- autUrized under the lsgis of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto____Cit•Y_et Dantnn (Owner), In the penal sum of Thielvg Tho+as119rid no/100-------~.•Bollare ($124000.80) for the payment whereof, the said Principal anJ Surety bind themselves and their heirs, adminis- trators, executors, successors and assigns, Jointly and severally, by these preaents: ' WHEREAS, the Principal has emera. into a certain written contract with the Owner, " 19_ = y dgtld theme.21~_day'4f...^...Oci,.le- 27 to 0204ving, North Clear gone; Denton Airport X aprovea►ents . wbkh contract Is bemby referred to and made a part hereof as fully and to the same extent as if 0opled at length herein. a NOW, THEREFORH, THE CO1DI'I'ION OF THIS OBLIGATION 18 SUCH, that if the said Principal shall p0' ell claimants supplying labor and material to him or a subcontractor a in the prosecution of the lrork provided for in said contract, then, this obligation shall be void; otherwise to remain in f4'p force and `effect; PROVIDEDt HOWEVER, that this bond is execut4d pursuant to. the provisions of Article 6160 of the Revised Civil Statutes of Texas as amended and all liabilitloa on this bond shall be determined in accordance with the provisions of sold Article to the same extent as if it were copied at length herein, ` Surety, for value received, stipulates and agrees that no change, extension of time, alteration or &.Altion to the terms of the contract, or to the work performed thereunder, or the plane, a specifications or drawings accosnpanying the same, shall in anywise affect its obligation on this a P" 10 A" bond, and tt'doee hereby naive notine of stUr such change. eac{er oon of time, aiteralbn or mA41 01, to the terptI of the contract, or to the work to tie performed thereunAer. IN wlTxESS wIIERQOF the said Principal and Surety have signed vW sealed this ' Instru- ment thie_l",-day of 19 77 C aret C~+ry--7•ti"+71idl1CQ O. ' rf~7..~.Ot.t:-$Y;LI~t',~,~~~ *•~n _ ~ZiGd~l-~'~t~(t Principal Bq Tht,lan J. saphreye, TINo~K~' `Title-.Att.CZZnu~lsi~}'~-'' Address Address sera below 11340 K}ng brava ' pall.as, TIxaa 75229r The naive and address of the Resident Agent of Surety Is: 92 ~ ~~11 K. _riaakf.~ab~x~l ~xtt~~lxas. T®xaa - - 1 1 1 i AMERICAN FIDELITY INSURANCE COMPANY WOODBURY, NEW YORK POWER OF ATTORNEY ' Kt~(1W ALL MEN BY THESE PRESEN?5: That American Fidelity Fire Insurance Company, a Corporation In the State of New u % ALL its principal office In Woodbu1t State of New York, pursuant to the following resdutlon, adopted by the Board o~ I~Irectors of the said Company on the h day of February, 1969, to wit: " le President, or any Vice-President, or other officer designated by the Board Executive Committee shall have authority, raa rie"ryes hereby attorney make~i constitute and appoint art such persons, firms or corporations yifflcers make exeute and may select from time to po% of as 1 J. FRANK MURPHY andk- THOMAS J. HUMPHREYS of DALLAS, TEXAS its true And lawful attorney ls)-in-fact, with tsp.. power and authority hereby Conferred In Its name, place and stead, to sign, execute, acknowledge and deliver In its behal', -ad as Its act and deed, as follows: 401 Mrshy and only an bonds executed having Guarantee Indemnification of the SMALL BUSINESS ADMINISTRATION in an an)runt not exceedt:jg $200,000.00, as to anyy one ppro ct, for or on behalf of this Company, in its business and in aecor• ' dance with its charter, end to bind AMERICAN FIDEIA'fY 'IRE INSURANCE COMPANY thereby, and all of the acts of said Attorney In. Fact, pursuant to these presents, are hereby ratified and confirmed. 1 IN WIC'~1.ZSS WHEREOF, the American fidelity Fire Insurance Company has caused these presents to be signed by Its President andjoy M-President, and Its Corporate Seal to be affixed. AMERICAN FIDELITY FIRE INSURANCE COMPANY Luther H. Williams, Prsident ' Stale of Now York 7 u. ' County of Nassau l On this 28th d y of January, 1971 before the subscriber, a Notary Public of the State of New York In and for the County of Nassau duty commissioned and gcalit'ied, came Luther H. Williams of the American Fidelity Fire Insurance Company to me penontily known to be the Ind Erldual and ofee r described herein, and who executed the preceding Instrument, and acSu owi• 1 edQaqQ the execution of the same, end being by me duly sworn deposed and said, that he is the officer of said Company aforesaid, and 111tt the aeaf affixed to the preceding instrument is the ~ rporate S-al of said Company and the said Corporal* Seat and sijrrature at to ofllcer were duty affixed and subscribed to the said instrument by the autliot~ty and direction of the said Corp- on orati, and that the resolution of Bald Company, re ferred to In the preceding instrument, is now In force. 1 IN '{ESTIMONY WHEREOF, I have hereunto eel my hand, and affixed my official seal at Woodbury, New York the day ar year above written. J H A. ~ --(",4& ' No Public ELIZABETH M. ROSELLE NOTARY PUBLIC, State of New York No. 30.8643116 1 Qualified in Nassau County Commission Expires March 30, 1978 State of New York as. County oY CERTIFICATE Nassau I the undersigned Assistant Secrets of AMERICAN FIDELITY FIRE INSURANCE COMPANY, a stock cnrporstlon of the Mate of New Yorf, DO HEREBY CE79 FY that the foregoing and attached Power of Attorney and Certificate of Authority ' remains In full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, as set forth In the Certificate of Authority, are now in force. Signed and Sealed at the said Company, at Woodbury, New York, dated this day of.......... ,Nove mb 77. l~lY4 Assistant Sceretary ' YX AV" 200 41171 AMERICAN INDEMNITY COMPANY ❑ AMERICAN FIRE AND INDEbINITY COMPANY Galveston, Texas czPTIricATE or INSURANCE 1 This la 1t- certify that the following described policies have been issued and are in full force and effect. Name of Insured, Marriott Bros., Inc. 10. 0. Addresd t,f Insured: P.O. Box 29672, Dallas, Texas 75229 1ccupation or Ifuoinesa: Paving Contractor Location of Prohilms or Operations: 11300 Kline, Dallas, Texas 15229 Fescription of operations or vehicle insured: Denton Municipal Airport Improvements: Relocation of F.M. 1515-phase 1, option I bid- A,project #FAA5-48-0061- KIND OF INSIURANCE POLICY NUHRER EFFECTIVE OATS EXPIRATION -LIMITS OF LIABILITY PUBLIC LIABILITY LA 357 5548 6-16-77 6-16-78 500&000 each occurrence 500,000 aggregate 100.000 _-sac}. occurrence 1000000 Property Dsmsfs I - aBg'egate AUTOMOBILE LIABILITY Bodily Injury n u n u It tt ~ f25i1~14.~euh p~rton E 500,000 --each occurrence Property Dltnutre 9 1002000 each occurrence 1 (OTHER IN8tJRANCEI $500,000 tntrcatual Ha. " Ift dltring the period of coverage, the above policies are canceled or amended in any way which would affect covers X4 thereunder, ten days written notice thereof will be given to I City of Denton and shaal include as add'l insureds in at whose requaxt this certificate is issued. Denton, Texas said po'iicy, the owners, Engineers and employees. Thia CtAlficatq of Insurance neither affirmatively or negatively amolds, extenris or Alters the coverage ifforded b, any ltrlicy described herein. r ,7 Datetl4Yember-L 1971 S IA~t Arend It.yr..#ntAVV#0 Jim Cla >lI 2iaie- ~U, 6ur. SJI 9 76 r - ' CITY OF DENTON, TEXAS DENTON MUNICIPAL AIRPORT Jkl-aORT IMPROVEMENTS PHASE I ' SPECIAL CONDITIONS SC , fl ( GENERAL The provisions of this section of the specifications shall govern in the pveti►: of any coniVict between them and the "General Conditions of Agree- 6C. ENGINEER The word "Engineer" in these specifications shall be understood as referring to Shimek, Jacobs & Finklea, Cotsulting Engineers, 1300 Adolphus Tower, Dal)nu, Texas, Engineer of the Owner, or such other representatives as may be ' authorized by said owner to act in any particular position. SC.03 LOCATION OF PROJECT This project is located at the north end of the Denton Municipal Airport. A lovation map is included in the plans. ' SC ,nq SCOPE OF WORK The work to be performed under this contract consists of furnishing all matotials, labor, supervision, equipment, and all incidentals required, and per- ' fanning all work necessary for the relocation of approximately 3000 liaear feet of F.M. 1515 at the north end of the Denton Municipal Airport. SC,05 FORMS, PLANS AND SPECIFICATIONS Forms of Proposal, Contract and Bonds, and Plans and Specifications may ' I)a obtained from the office of Shimek, Jacobs & Finklea, Consulting Engineers, 1300 Adolphus Tower, Dallas, Texas, upon deposit of Thirty Dollars ($30.00) per sot, The sum dep.Nsited will be refunded, provided the prospective bidder complies with one of the following requirementst (a) If no proposal in submitted: All documents must be returned in good order to the above office not later than forty-eight (48) hours after the time and date of receiving proposalst or (b) If proposal is submittedt All documents except proposal farms submitted as bid must be returned in good order to the above office within !if- teen (15) days after the time and date of receiving pro- posald. SC-1 Proved um deposited bidder neither of City of Denton, ' requirements, the s Ip Texas. SC.06 EXAMINATION OF SITE OF PROJECT r 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 OllALIFICATIO?f OF I9W BIDDER Before being awarded a contract, the low bidder shall submit such evi- ex- dence as the Engineer may require to establish his financial responsibility,work perience and possession of such equipment as may be needed to prosecute the in an expeditious, safe and satisfactory ttkAnner. 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- ed to the next low bidder so qualifying. SC.08 AWARD OF CONTRACT It is the intention of the Owner to award a contract on the basis of the lowest acceptable bid submitted by a qualified bidder, as determined by the owner. The right is reserved, as the interest of the owner may require, to reject any and 1 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 the date of receiving bids, of its acceptance of his proposal. The Contractor shall complete the execution of the required Bonds and Contract within ten (10) days of such notice. ' SC.09 TIME ALLOTTED FOR COMPLETION All items of work included under this contract shall be completed within ' ninety (40) consecutive calendar days, which time shall commence on the tenth (10th) ssuance of rk Order. Work er l consist of a written day a requestebyttheiEngineer forhthe Conttractor toep oceedrwithsconstruction of the pro- ject. Sr'.l0 ADDENDA t Bidders desiring further lnformation, or interpretation of the plans and specifications, must make request for such information to the Engineer prior to forty-eight (48) hours before the bid opening. Answers to all such requesid will bn_ giien in writing to all bidders in addendum form and all addenda will be bound with and made a part of the contract documents. No other explanation or interpre- Should a bidder find discrepancies tation will be considered official or binding. ' in, or should he be 'n doubt as to their meaning, he shall at once notify the Engi- neer in order that a written addenduun may be sent 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 ' opening of bids. SC-2 1 , ScAl LTpUIDATED DAMAGES FOR DELAY BY CONTRACTOR enc of this contrct The Contractor agrees that time is of the ens fore the completionaof and that for each day of delay beyond the date agreed upo for contracted athed Gefor neral (after ConditionslofaAgreement), all items of work ere in s e provided and such extension of oOwner may withhold sum as is e dayCaststipulated damages pforaeach day. one Hundred Dollars ($e00100) r pert su ' SC.12 COPIES OF PLANS AND SPECIFICATIONS FURNISHED the Five (5) sets of plans and specifications shall be furnished toreduced Contractor, at no charge, for construction purposes. to one-half size, three (3) sets of those, together with two (2) sets reproduced constitute the of,reproductionnupondrequest. on the original shall Contractor. . SC 13 STATE AND CITY SALES TAMXES The Contractor's Tile 1ion 22AisTaxation-to Civil Staar Article 20.01, Chapter 20, tutea of Texas. This amendment provides that all items used or consumed by a contractor, whether incorporated into the project or not, can be purchased free of State a included City sales tax when the project is being performed for an exempt agency. are equipment rentals and other items which are consumed by the Contractor but are not incorporated into the project. This contract is issued by an agency which qualifies for exemption pur- suant to the provisions of Article 20.04 (f) of the Texas Limited Sales, Excise and Use Tax Act. this contract mAy purchase, rent, or lease all The Contractor performing materials, supplies, equipment used or consumed in the pert mance of this contract exemp- by issuing to his supplier an exemption certificate in lieu of the tax, said tion certificate complying with State Comptroller's ruling #95-0.07. Any tax shall subj exemption certificate thesStateyCothe mptroller'sorulingi#95-0.09eas amended to be of t to the rrovisions fective October 21 1968. SC.14 REFERENCE SPECIFICATIONS where reference is made in these specifications to specifications compiled the by others, such is point of view, fandesuchispecificat onsareferredntorare hereby material supplier's point made a part of these specifications. SC.15 • TRADE NAMES AND MITERIALS 1 No material which nas 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 name, it is not the intention of the Owner to discriminate against an oqual product of another manufacturer, but ratifier to set a definite standard of quality or performance, and to establish an equal basis for the evaluation of bids. Where the words "equi- valent", "proper", or "equal to" are used, they shall be undorstood to mean that the thing referred to st:,ill 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 kinds and shall be in all cases fully equal to approved samples. Notwithstanding that the words "or equal to" or other such expres- sions may be used in the specifications 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 Ppeoifically 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 1 cost to the Contractor by securing permits in areas of public dedication or by ob- taining easements across privately owned property. It shall be the responsibility of the 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 areas of public dedication, the Contractor shall in- form the agency having jurisdiction in the area forty-eight (48) hours prior to initiation of the work. ' SC.17 PROPERTY LINES AND MONUMENTS The Contractor shall protect ail property corner markers, and when any such markers or monuments are in danger of being disturbed they shall be properly referenced and if disturbed shall be reset at the expense of the Contractor. SC.18 EXISTING STRUCTURES r T1`e plans show the location of all known surface and subsurface structures. However, tha owner assumes no responsibility for failure to Chow any or all of these IJ structures on the plans, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis for claims for addi- tional compensation 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. SC119 EXISTING UTILITIES AND SERVICE LINES The Contractor shall be responsible for the protection of all existing utilities or service lines crossed or exposed by his construction operations. Where existing utilities or service lines are cut, broken or damaged, the Contractor shall replace the utilities or service lines with the same type of original construction, or better, at his own cost and expense. Power poles which interfere with the pro- posed iiaprovements shall be relocated by t;te powor company. 1 SC-4 SC.20 PUBLIC UTII.ITIES AND UTHER PROPERTY TO PA CHANGED In case it is necessary to change or move the property of any owner or of a public utility, s,ich property shall not be moved or interferes' with until autho- rized by the utility company and approved by the Engineer. The right is reserved to the owner of public utilities to entsr upon the limits of the proj.~ct for the pur- pose of making such changes or repairs of their property that may be made necessary by the performance of this contract. SC.21 FENCES, DRAINAGE CHANNELS AND CROP DAMAGE Boundary fences or other improvements removed to permit this cor+:truction shall be replaced in the same location and left in a condition of g: Ae and cross section after the work of construction is completed. SC.22 PROJECT MAINTENANCE The Contractor shall maintain, and krep in good repair, the improvements covered by these plans and specifications during the life of his contract. SC.43 CLEANUP DurinilConstruction. The Contractor shall at all times keep the job site as free from all material, debris and rubbish as is practicable and shall remove same from any portion of the job site when it becomes objectionable or interferes with the progress of the project in the opinion of the Engineer or the Owner. Final. Upon completion of the work, the Contractor stall remove from the site all plant, materials, tools and equipment belonging to him and leave tiie site with an appearance acceptable to the Engineer and the Owner. The Contractor shall thoroughly clean all equipment and materiali installed by him and shall deliver over such materials and equipment in a bright, clean, polished and raw-appearing condition. ' SC.24 GUARANTY AGAINST DEFECTIVE WORK The Contactor shall indemnify the owner against any repairs which may be- come necessary to any part of the work performed under the contract# (rising from f from defective workmanship or materials used therein, for a y~eriod of the date of final acceptance of the work. SC.25 TESTING, INSPECTION AND CONTROL Observation of the Contractor's work to determine compliance with the e plans and specifications will include testing of material installed on the project. Testing of work performed and materials furnished shall be done ay a commercial ' laboratory en.ployed by the owner. The Contractor shall furnish, at hir Own expense, all necessary specimens for testing of the materials. If the Contractor fails to meet specified conditions by the second test, further tests shall beat the expense of the Contractor. SC.26 COORDINATION WITH OTHERS In the event other contracto.s are doing work in the save area simul- tanenusly with this project, the Contractor shall coordinate his proposed construc- tion with that of the other contractors. SC-5 ' SC. 27 BARRICADES LIGHTS A19) WATCHMEN ' Within the limits of the work under thin contract, the Contractor shall., at his own cost and expense, furnish and erect such barricades, fences, lights, .end danger signals, shall provide such watchmen, and stall provide such other pre- cautif.inary measures for the protection of persons or property and of the work as are necensary. Barricades shall 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 all damage to the work due to e 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 ?roject ohall have been accepted by the Omer. SC .28 DISPOSAL _OF WASTE AND SURPLUS EXCAVATIO' All trees, Mumps, slashings, brush or other debrin removed from the site as a preliminary to the construction shall be burned or removed from the property. Any required disposal permits shall be the sole responsibility of the Contractor. All excavated earth in ex.::ss of that required for backf.illirg 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 rnectssary arrangements for eecurinq and transporting all water required in the construction. t SC.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 the construction on behalf of the Owner. The Engineer will observe and check the construction in sufficient detail to satisfy himsel' that the + rk is proceeding in ' general accordance with the Contract Documents, '"'t he will eo' be a guarantor of the Contractor's performance. ' SC.31 LIMTS AYD POWER Th, Contractor shall provide, at his own expense, temporary lighting a^d power faciii,ice required for the proper prosecution of the work. SC.32 INSURANCE 1 Before the Contractor commences work in connection with this contract, or before he allows any sulx.ontractar to rommen(;a any work, he shall purchase compre- hens'ae general liability insurance with bodily injury limits of not less than ' $300,000 each occurrence and $300,000 in thb aggregate, and property damage limits o.' not less than $500000 each occurrence and $50,00+) in the aggregate, and shall in- clude as an additional insured in such policy the owner, the Engineer, and their agents and employees as additional insureds. Ax the Contractor's option he may furnish an SC-5 1 Ownere and Contractor's Policy with the owner as insured and the Engineer, their agents and employees as additional insureds. ' The Contractor shall furnish a certiticatt of insurance for the above coverage with a provision that the owner will be notified by the insurance company ' 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 performed in accordance with paragraph 50-06 of General Provisions, Section 50, CONTROL OF WORK. S.34 The PContract r thalll have on the project at all times, as his egent, 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 of the amount of work subcontracted. ' The Superintendent and the Contractor shall be responsible for all work performed by the subcontractor at all times dur.tng construction. SC.35 CONSTRUCTION SCHEDULE Prior to starting work, the Contractor shall submit a proposed schedule for the work incli3ded herein and shall submit any major revisions to this schedule as the project progresses, This schedule shall provide for completion of the pro- ject within the time provided in the specifications. t 1 SC-7 1 SPECIAL PROVISION AIR AND HATER YOLL TUI CONTROL DESCRIPTION: This work shall consist of control measures F.s shovn on the plans or ordered by the engineer during the life of the contract to control air and water pollution, through use of berms, dikes, dams, ' sediment basins, fiber mats, netting, gravel, mulches, grasses, slope drains, and other control devices or methods. The pollAlon control provisions contained herein shall be coordinated with the permanent control features specified elsewhere in the contract to the extent practical to assure economical, effective ' and continuous control throughout the construction an4 preconetruction period. KAT'ERTA S: ' a. Mulches may be hay, straw, fiber mate, netting, wood cellulose, corn or tobacco stalks, bark, corn robs, wood chips, or other ' suitable materials acceptable to the engineer and shall be reasnmibly clean and free of noxious weeds and deleterious materials. ' b. Slope drains may be constructed of pipe, fiber mats, rubble, Portland Cement Concrete, bituminous concrete, plastic sheets, or other material rcceptable to thu engineer that will adequat*.ly control erosion ! c. Grass shall be a quick s ,!cies such as 4' growing p- ( rye grass, ~ Italian rje grass, or cereal grasses) suitable to the area providing a temporary cover which will not later compete with grasses sawn or otherwise planted for later cover. ' d. Fertilizer and soil conditioners shall be a standard commerical grade acceptable to the engineer. e. Others as specified by the engineer. ' Ouch work may involve the construction of temporary berms, dikes, dams, sediment basins, slope drains, and the use of temporary mulches,mats, ' seeding, or other control devicc;e or methods as necessary to control water erosion and to a.Vly methods, similar in nature, to control air poUdion as practicable. Cut slopes shall be seeded and mulched as the excavation proceeds to the extent considered desirable and practicable. ' 2 The contractor will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in hie accepted schedule. Temporary pollution control measures will be used to correct conditions that develop during construction that ' were not foreseen during the design stage; that are needed prior to installation of permanent pollution control features; or that are needed temporarily to control erosion that developes during normal 1 construction practices, but are not aeGociate3 *i!h permanent control features on the project. ' There erosion is likely to be a problem, clearing acid 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 permit; ot'aerwise temporary erosion control 1 measures may be required between successive construction stages. Under no conditions shall the surface area of erodible earth material exposed at cne time by clearing and grubbing, exceed 750,000 square feet without ' approval by the engineer. The engineer will limit the area of excavation, borrow and embankment operations in progress commensurate with the contractor's capability and progress in keeping the finished grading, mulching, seeding, and other such permanent pollution control measures current in accordance with the accepted schedule. Should seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and jWtified. ' 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-vay exceed 750,000 equare,feet without prior approval by the ' engineer. The engineer may increase or decrease the amount of surface area of erodible earth materials to be exposed at one time by clearing and grubbing, ' excavation, borrow and fi1.1 operations as determined by his analysis of project conditions. ' The contractor will not be permittel frequent fording of live streams with construction equipment; therefore, temporary bridges or other structures shall be used whenever an appreoiable number of stream crossings are necessary. All waterways will be cleared by the contractor as soon as practicable of falsework, piling, debris, or other obstructions placid during ' construction operations and not part of the finished work. t 3 aggreate washing or other operations containing sediment shall Water be from treated g by filtration, a settling basin or other means sufficient to reduce the sediment content to not more than that of the stream into ' which it is discharged. pollutants,will lnot lubricantss rivers, so anal or into natural or manmade channels leading thereto. Idas materials, impoundments eater or waste from concrete mixing or coring operations sball not be allowed to enter live streams. Under no conditions shall tires, oils, asphalt, paint, or coated metals be permitted in combustible waste.piles. 11nder no conditions shall burning be permitted within 1000 feet of a residential or built-up area. ' Imm ing will not be permitted unless the prevailing wind is away from a nearby town or built-up area. ' morning will not be permitted during a local air inversion or other climatic condition as wild result in a pall of smoke over a nearby town or built-up area. ' is~made knwill not be own by state, local or 'Federal ogfieials brush or forest sires ' The size and number of fires shall be restricted to avoid the danger of brush or forest fires. Fires shall have reasonable surveillance and countermeasures shall be available to guard against such dangers. ' Control of dust and other air pollutants is the responsibility of the contractor. Like provisions applicab`e toedust; air bornec materials ' as carried by the wind apply equally ter stated. Dust collecting and dust precipitating equipmen`, and raterials applicable r are to be incorporated as needed. Dusting conditions will be controlled through temporary mulch with or ' vitbout seeding, water application by sprinkler trucks, covering of haul vehicles, stabilizing agents in solution, dust ptallatives, pene- tration asphalt on temporary roads, wood chips, p 1 1 b mainly through the scheduling of work and the controls needed to minimize expoSure his o analysis of engineer the e projeojct increase conditions. the restrictions dusting during conditions. ' In the event of conflict between these requirements and pollution control lave, rules, or regulations of other Federal or State or local agencies, the more restrictive laws, rules, or regulations shall apply. ' KMOD OF MEASMMW AND PAYMENT: In the event that temporary erosion and pollution control measures are required due to the contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled, and are ordered by the engineer, such work shall'be ' performed by the contractor at his own expense. Temporary erosion and pollution control work required which is not attributed to the contractor's negligence, carelessness or failure to install. permanent t controls, will be performed as ordered by the engineer. Where the work to be performed is not attributed to the contractor's negligence, carelessness or failure to install permanent controls end falls within the specificestions for a work item that has a contract price, the units of work shall be paid for at the proper contract price. Should the work not be comparable to the project e work under the applicable contract items, the contractor shall be ordered to perform the work on a force account basis, or by agreed unit prices. In case of repeated failures at the part of the contractor to control erosion, pollution, and/or siltration, the en(,~eer reserves the right to employ outside assistance or to use his ovn forces to provide the necessary corrective measures. Such incurred direct cost plus appropriate engineering and administrative costa will be charged to the contractor and appropriate deductions made from the contractor's progress estimate. Temporary pollution control may include construction work outside ' the defined work area where such work is necessary as a result of borrow pit operations, haul roads and equipment storage sites. The control, features installed by the contractor shall be acceptably maintained by the contractor. BA?JITARY FACILITIES; The contractor shall provide suitable sanitary facilities for use of his employees and inspection personnel. Such facilities, temporary or permanent, ' shall meat local sanitary codes, and may not contribute untreated sewage to any dry or flowing watercourses There will be no separate payment for this item. 1 10/24/74 AC 150/5370-10 ' DIVISION I ' GENERAL PROVISIONS SECTION 10 DEFINITION OF TERMS t Whenever the following terms are used in these specifications, in the contract, in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be ' interpreted as follows: ' 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASIIO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADAP. The Airport Development Aid Program, a grant-in-aid program, administered by the Federal Aviation.Admintstrot ion. ' 10-04 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-05 AIR OPERATIONS AREA. For the purpose of these specifications, the ' term air operations area shall m_7n any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used ' or intended 0 be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. ' 10-06 AIRPO*4T. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft, and includes its buildings and facilities, if any. ' DIV I Page 1 i ' AC 150/5370-10 10124/74 i . DEFINITION OF TERMS 10-07 ASTM. The American Society for Testing and Materials. 10-08 AwARp- The acceptance, by the owner, of the successful bidder's i proposal. 10-04 BIDDER. Any individual, partnership, firm, or corporation. acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buil:'.ngs or other airport facilities or rights-of-way together with al= airport buildings and facilities located ' the -eon. ' W-11 CALENDAR DAY. Every day shown on the calendar. ' 10-12 CHANGE ORDER. A written order to the contractor covering changes in the plans, specifications, or proposal quantities and establishin;t the basis of payment and contract time adjustment, if any, for the work afflicted by such changes. The wor'K, covered by a change order, shall be within the ' scope of the contract. i 10-13 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specificationp; The Plans; and any addenda issued to bidders. 10-14 CONTRACT ITEM (PAY ITEM) A specific unit 'of work for which a ' price is provided in the conttact. ' 10-15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, faeluding authorized time extensions. If a calendar date of completion is stated in i Page 2 DIV I 10/24/74 AC 150/5370-10 I DEFINITION OF TERMS the proposal, in lieu of a number of calendar or working days, the contract I shall be completed by that date. i 10-16 CONTRACTOR. The individual, partnership, firm, or corporation I primarily liable for the acceptable performancu of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-18 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the owner (sponsor) to be responsible for engineering supervision of the contract work and acting directly or through an ' authorized representative. 10-19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, used also all tools and apparat,is necessary for the proper construction and acceptable completion of the work. 10-20 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the engineer to be necessary to complete the work within the intended scope of the contract as previously modified. ' 10-21 FAA. The Federal Aviation Administration of the U. 6. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his duly authorized representative. t 10-22 FEDERAL SPECIFICATIONS. The Federal SPecifical'ons and Standards , and supplements, amendments, and indices thereto are ,.epared and issued by the General Services Administration of the Federal Government. Ttey may be obtained from the Specifications Activity, Printed Materials Supply Vivision, Building 1970 Naval Weapons Plant, Washington, D. Co 20407. DIV I Page 3 r~r a t AC 130/5370-10 10/24/74 1 DEFINITION OF TERMS ' 10-23 INSPECTOR. An authorize;l representative of the engineer assigned to make all Necessary inspections and/or testa of the work performed or being performed, or of the materials furnished or being furnished by the contractor. ' 10-24 INTENTION OF TERMS. Whensver, in tFcee specifications or on the plans, the words directed," "required,11 1'permitted," "ordered," "designated," "prescribed," or words of the like import are used, it shall be understood that the direction, requirement, permission, order, designation, or preacri`tion of the engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the engineer, subject in each case to the final determination of the owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. t 10-25 IASORATORY. The official testing laboratories of the owner ter such other laboratories as may be designated by the engineer. r 10-26 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The fiaad lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing 'on the airport surface, 1 , 10-27 MAJOR AND MINOR CONTRACT '_IEMS. A mayor contract item shall be any item that is listed in the proposal, the total cost of which is equal is or greater than I(o percent of the total amount of the awarded contract. All other items n1,all be considered minor contract items. 10-28 HATERIALS, Any substance specified for use in the construction of the contract work. ' Page 4 DIV 1 1 ' 10/24/74 AC 150/5370-10 ' DEFINITION OF TERMS 10-29 NOTICF. TO PROCEED. A written notice to the contractor to begin the actual contract work on a previously agreed to date. If applicable, the ' Notice to Proceed shall state the date on which the contract time begins. 10-30 OWNER (SPONSOR). The term owner shall mean the party of the first part or the contracting agency signatory to the contract. For ADAP contracts, the germ sponsor shall have the same meaning as the term owner. ' 10-31 PAVEMENT. The combined surface course, base -.ourae, and subbase course, if any, considered as a single unit. ' 10-32 PAYMENT BOND. The approved form of security furnished by the contractor and his surety as a guaranty that he "Il pay in full all bills and accounts for materials and labor us,±d to the construction of the work. ' 10-33 PERFORMANCE BOND. The approved form of security furnished by the contractor and his surety as a guaranty that the contractor will complete the work in accordance with the terms of the contract. 1 10-34 PLANS. The official drawings or exact reproductions, approved by the engineer, which show the location, character, dimensions snd details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 1 10-35 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-36 PROPOSAL. The written offer of the bidder (when submitted or, the approved proposal form) to perform the contemplated work and furnieh the ' necessary materiels in accordance with the provisions of the plans and specifications. ' 10-37 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his proposal is accepted by the owner. 1 DIV i Page 5 AC 150/5370-10 10/24/74 ' DEFINITION OF TERNS ' 10-36 RUNWAY. "+a area on the airport prepared for the landing and takeoff of aircraft. ' 10-34 SPECIFICATIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing Viich are cited in the contract ' specifications by reference shall have the same force and effect as if included in the contract physically. 10-40 STRUCTURES. Airport facilities such as bridges; culverts; catch bas na; inlets; retaining walls; cribbing; stores and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bates; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified ' herein. 10-41_SUBCRADE. The soil which irrms the psvement foundation. 10-42 SUPERINTENDENT. The ce.ntractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the engineer, and who shall supervise and direct the construction. 10-43 SUPPLEMENTAL AGREEMENT. A written agreement between the contractor ' and the owner covering. 1 work that would Increase or decrease the total ' amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract, or 2) work that i►. not within the scope of the ' originally awarded contrast. 10-44 SURETY. The corporation, partnership, or individual, other than the contractor, executing payment yr performance bonds which are furnished to the owner by the contractor. 1 Page 6 DIV I r 10/24/74 AC 150/5370-10 ' • DEFINITION OF TERMS r 10-45 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been ' designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. ' 10-46 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the contractor's performance of all duties and obligations imposed by the contract, plans, and seecifications. ' 10-47 WORKING DAY. A :corking day shall ue any day other than a legal ' holiday, Saturday, or Sunday on which the normal working forces of the contractor may proceed with regular work for at least 6 hours toward completion of the contract. Unless work is ,,uspended for causes beyond the contractor's control, Saturdays, Sundays and holidays on which the ' contractor's forces engage in regular work, requiring ;he p-esence of an inspector, will be considered as working days. .r 1 1 1 r r 1 1 . 1 DIV I Page 7 (Reserve Page 9) I r r 10/24/74 AC 150/5370-10 r SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS r 20-01 ADVERTISEHENT (Notice to Hidderq. An official notice to contractors stating the time got place for the cubmission of sealed proposals on designated proj•ats or proposed work, This notice shall contain a desteiption of the proposed works instructions to the bidder regarding proposal forma, proposal guaranty, plane, specifications, and the reservation of the right of the owner to reject any or all bids, ' 20.02 RESnV®. r I I r r r r r r r r r DID' I Page 9 e AC 150/5370-10 10/24/74 ' PROPOSAL REQUIREMENTS AND CONDITIONS , 1 . ' 20-03 CONTENTS OF PROPOSAL FORMS. The owner shall furnish bidders with proposal foram. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The plans, specifications, and other documents 4esignated in the proposal fors: shall be considered a part of the proposal whether attached or not. .r 20-04 ISSUANCE OF PROPOSAL FORMS. The owner reserves the right to reluse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: (a) Failute to comply with any prequalification regulations of the { owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. (b) Feilura to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the owner) at the time the owner issues the proposal to a prospective bidder. t (r.) Contractor default under previous contracts with the owner. Page 10 DIV I I i ' 10/24/74 AC 150/5370-10 ' PROPOSAL REQUIREMENTS AND CONDITIONS (d) Unsatisfactory work on previous contracts with the owner. ' 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of pruposals and tho award ;if the contract. The owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith= nor shall the bidder plead misunderstanding or O deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Paymant to the contractor will be made only for the actual quantities of work performed or ' materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices, 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plane, specifications, and contract forms. He shall satisfy himself %a to the character, quality, and quantities of work to be performed, materials to ' be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring loge and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or oth8rwies made available to the bidder, was obtained and is intended for the ' owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, ' deductions, or conclusions which he µsy make or obtain from his examination of the boring logs and other records of subsurface investigations and tests that are furnished by the owner. ' 20-07 PREPAPATION OF PROPOSAL. The bidder shall submit his proposal on the forms furnished by the owner. All blank spaces in the proposal forms must ' be correctl!s filled in where indicated for each and every item for which a ' DIV I Page 11 ' AC 150/5370-10 10/24174 t 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 ePth pay item furnished in the proposal. M case of conflict between words and numerals, ' the words, unless obviously incorrect, shall govern. The bidder shall sign his proposal correctly and in ink. If the proposal is ' made by an individual, his name and post office address must be shown. If made by a partnership, the name and post office address cf each member of the partnership must be shown. If made by a corporation, the person signing ' the proposal shall give the name of the State under the laws of which the corporation wa.; chartered and the name, titles, and business address of the president, secretary, and the treasurer. Aiasne signing a proposal qs an agent shall file evidence of his authority to do so and that the signature is binding upon the firm or corporation. 1 20-08 IRk1.,;uLAR PROPOSALS. Proposals shall be considered irregular for the following reasoner ' (a) If the proposal is on a form other than that furnished by the owner, or if the owner's form is altered, or if an; part if the proposal form is detached. ' (b) If there are unauthorized additions, conditions' or alternate pay items, or irregularities of any kind whi,1h make the pro; i1 incomplete, indefinite, or otherwise ambiguous. t (c) If the proposal does not contain a unit price jr 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) If the proposal contains unit prices that are obviously unbalanced. ' (e) If the proposal is not accompanied by the proposal guaranty specified by the owner. ' For ADAP contracts, proposals shall be considered irregular for any of the reasons stated and, in addition, if the proposal is "nonresponsive" with respect to the requirements as specified in the proposal form. ' Page 12 D1'J i 1 TT, tTrgF AC 150/5370-10 I 10/24/74 I PROPOSAL REQUIREMENTS AND COND1T10Nf. The owner reserves the right to reject any irregular proposal and the right the to waive andhorwaiver is in the dinances Pertainingttontheeletting Of caner and conforms ' construction contracts. 20-09 PROPOSAL GUARANTY. Each separate proposal shall be accompanied by a I certified check, or other specified acceptable cclllater lq in the be made specified in the proposal form. Such check, peyable to the owner. I 1 I 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a location of airport, sealed envelope plainly marked with tite project number, and name and business address of the bidder on tie orkseiddeeA i hen s entabove, mail, preferably registered, the sealed props No proposal will be should be enclosed in an additional envelope. considered unless received at the place s pecifiedpin the advertisement .before the time specified for opening all bids. roposals after the bid opening time shall be returned to the bidder unopened. I c A bidder may withdraw or revise 20 by-11 WIT"D____RA'•~AL OR_ REV1=_Ll Ogn~RaP bmission of another) a proposal withdrawal of one prop tae owner provided that thesbereque fore the otlfiersarcifiedsforcopeningybids. I in writing or by t the Revised proposals elegrmust oeam received at the place rpeCified in ng advertisement before the 4 6"Aified for opening all bids idders, I 20-12 PiFBLIC OPENING OF PRI~f(' ~ecifiedpinatliesadtrrtiacment~o Band reado I publicl/ at the time and plakf• k other interested persona are Invited to attend- their authorized agents, and I ' Page 13 Dt.V 1 I AC 150/5370-10 10/24/74 PROPOSAL REQUIREMENTS AND CONDITIONS 1 Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the 1 bidder unopened. 20-13 DIS UALIFICATION OF BIDDERS. A bidder shall bo considered 1 disqualified for any of the following reasons: (a) Submitting more than one proposal from the same partnership, firm, 1 or corporation under the same or different name. (b) Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the owner until any such participating bidder has been reinstated by the owner as a qualified bidder. 1 (c) If the bidder is considered to be in "default" for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section. 1 1 1 i S 1 1 1 Pass 14 DIV I 1 *+n r. JS r At; 150/5370-10 ' 10/24/74 SECTION 30 ' AWARD AND EXECUTION OF CONTRACT r 30.01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be comparochehea[iaiatedfquthe antiti~escshoxnfia the products obtained multiplying proposal by the unit t bid prices. If a bidder's proposal contains a r discrepancy between unit bid prices written in words and unit bid prices written in numbv74, the unit price written in words shall govern. forianyaofptheeEollor►ingsreasonehe right to ' Until theaward EProposalcontract reject a bidder's (a), If the proposal is Irregular as specified in the subsection titled r IRREGULAR PROPOSALS specified in (b) If tho bidder is disqualified for any of the reasons the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. ract is er- 1 the In addition, uncn for allrproposals;twaive technicaliti sneifrsuch waiver right to reject a a Y peand to in rtaining to themlettingtoEappiicab e is in the best ilavsecr ieguthe lationeowner State and local w owner's best interests. construction oe. Al such advertise actions shall promotesthe; or proceed with the r work othetharwirxis to be award r 30-02 publiclyed, AWARD tm%ad OF CONTRACT. athecondattracetspecis if it shall be e Cade within opening proposals, unless otherwiue specified herein. Award of the contract shall bes made byc hedowiner to the lofe t, qualified r the ements the ow,ier. bidder whose proposal conforor 1 . r r ' Page 15 DV I 1 r ' AC 150/5370-10 10/24/74 AWARD AND EXECUTION OF CONTRACT ' 30-03 CANCELLATION OF AWARD. The owner reserves the right to cancel the award without lisbility to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is ' approved by the ow.ter iu accordance with the subsection titled APPRO`1AL OF CONTRACT of this section. 10-04_ RETURN OF PROFOSAh GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the owner has made a comparison of bid.K as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the owner until such time as an award is made, at which time, t;te unsuccessful bidder's proposal guaranty will be ' returned. The successful bidder's proposal guaranty will he returned as soon as the owner receives the contract bonds as sp:-cifled in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. 1 30-05 REQUIREMENTS OF CONTRACT BONDS, At the time of the execution of the contract, the successful bidder shall furnish the owner a surety bond or bonds which have been fully,executed by the bidder and his surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the cn%,tractor' 8 performance of the work. The surety and the form of We bond or bands shall be acceptable to the owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a cum 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 <ind return such signed contract to the owner, along with the fully executed surety bond or ' bonds specified in the subsection titled REQUIRLlTK!, OF CONTRACT I.ONOS of this section, within 15 calendar days from the date milled or ntherwise delivered to the succn94ful bidder. If the contract is mailed, special ' handling is recommended. ' I Page 16 DIV i ' 10/24/74 AC 150/5370-10 ' AWARD AND EXECUTION OF CONTRACT 30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the owner shall complete the execution of the contract in accordance with local laws or e ordinances, and return the fully executed contract to the contractor. Delivery of the fully executed contract to the contractor shall constitute the owner's approval to be bound by the successful bidder's proposal and the ' terms of the contract. ' 30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the owner. t DIV I page 17 (Reserve page 18) e 10/24/74 AC 150/5310-10 ' SECTION 40 SCOPE OF WORK ' 40-01 INTENT OF CONTRACT. The intent of the contra4i is to provide for construction and completion, in every detail, of the work described. It is further intended that the contractor shall furnish all labor, materials, ' equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. ' 40-02 ALTERATION OF WORK 94D 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 wark as may increase or decrease the originally awarded contract quantities, provided that the aggregate of ' su-:h alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total coat being base,' on the unit prices and estimated quantities in the awarded contract). Alterations which do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations which are for work within the ' general scope of the contract shall be covered by "Change Orders" issued by the engineer. Change orders for altqred work shall include extensions of contract time where, in the engineer's opinion,•such extensions are 1 commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation ' hereinbefore specified, such excess altered work shall'oe covered by supplemental agreement. If the owner and the contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. DIV I Page 1'. 1 r AC 150/5370-10 10/24/74 ' SCOPE OF WORK 1 . ' 40-03 OMITTED ITEMS. The engineer may, in the owner's beat interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of r contract items shall not invalidate any other contract provision or requirement. ' Should a contract item be omitte,4 or otherwise ordered to be nonperformed, thr 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 pnyment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called Extra Work. Extra work that is within the general scope of the conttiet shall be covered by written change order. Change orders for such extra work shall contain agreed unit prices for performing the change order work in accordance with the iequiremente specified in the order, and shall contain any adjustment to the contract time that, in the engineer's opinion, is necessary for completion of such extra work. When determined by the engineer to be in the owner's 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 ACCOUNT WORK of Section 90. Extra work that is necessary for acceptable completion :,f the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. 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. r r . r Page 20 DIV I r ' 10/24/74 AC 150/5770-10 SCOPE OF WORK ' 90-05 MAINTENANCE OF TRAFFIC. It in the explicit intention of the contract that the safety of aircraft, as well as the contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the contractor shall provide for the free and utiobstructed movement of aircraft in the air operations areas of the airport with respect to his own operations and the operations of all his subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further ' understood and agreed that the contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, 41rom, 1 and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 10. ' With respect to his owu operations and the operations of all his subcontractors, the contractor shall provide marking, lighting, and other acceptable means of identifying, personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation ' of aircraft, fire-rescue equipment, or maintenance vehicles at the airport. When the contract requires the maintenance of vehicular traffic on an- existing road, street, or highway during the contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The contractor shall furnish, erect, and maintain barricades, warning signs, flagmen, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for ' Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The contractor shall also construct and maintain in a safe condition any temporary connections ' necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the contractor will not be required to furnish snow removal for such existing ' road, street, or highway. The contractor shall make his own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of ' aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this ' subsection shall not be measured or paid for directly, but shall be included in the various contract items. ' DIV I Page 21 nr ' AC 150/5370-10 10/24/74 ' SCOPE OF WORK 1 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the contractor, unless such existing structures are otherwise specified ' to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included ' in the various contract items. Should the contractor encounter an existing structure (above or below ' ground) in the work for which the disposition is not indicated on the plans, the engineer shall he notified prior to disturbing such structure. The disposition of existing structures so encoun~ered shall be immediately determined by the engineer in accordance with the provisions of the ' contract. Except as provided it the subsection titled RICHT3 IN AND USE OF MATERIALS ' FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the owner when so utilized in the work. 1 ' 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades', ' or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his option either: (a) Use such material in another contract item, providing such use is approved by the engineer and is in conformance with the contract specifications applicable to such use; or, ' (b) Remove such material from the site, upon written approvr,l of the engineer; or, a Page 22 DIV I Ac I50/5370-10 10/14/74 • SCOPE OF WORK ' (c) use such material for his own temporary construction on site; or, (C:) us(! such material as intended by the terms of the contract. Should the contractor wish to exercise option (a), (b), or (c), he shall request the engineer's approval in advance of such use. Should the engineer approve the contractor's request to exercise option (a), (b), or (c), the contractor shall be paid for the excavation or removal of such material at the applicable contract price. The contractor shall replace, at his own expense, such removed or excavated material with an agreed equal backffiillsf material for use suchireplacementing embankment, , 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 or removed from the site. ' Should the engineer approve the contractor's exercise of option (a), the contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements 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), o ' The contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located o e side the ' lines, grades, or grading sections established for the work, except wt,ere such excavation or removal is provided for in the contract, plans, or specifications. ' 40-69 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the contractor shall remove from the site all machinery, equipment, surplus aad discarded materials, rubbish, temporary structut:g, and stumps r,r 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. DYV I Page 23 (Reserve Pt.;-, 24) i 1 10/24/74 AC 156/5370-10 r ' 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 tLe project. The engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for under the contract. 1 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, ' grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans, or specifications. ' If the engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and speefficatione but that the portion of the work affected will, in his ' opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the owner, he will advise the owner of his determination that the affected work be accepted and remain in ' place. In this event, the engineer will document his determination and recommend to the owner a basis of acceptance which will provide for an adjustment in the contract price for the affected portion of the work. The engineer's determination and recommended contract price adjustments will he based on good engineering judgement and such tests or retests of the affected work as are, in his opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the engineer finds the materials furnished, work performed, or the ' finisht-d product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work o: materials shall be removed And replaced or otherwise eor.ected by and at the expense of the contractor in accordance with the engineer's written orders, i DIV I Page 25 AC 150/5370-10 10/24/74 CONTROL OF WORK ' For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the contractor's responsibility to complete the work in accordance with the contract, plans, and ' specifications. The term shall not be construed as waiving the engineer's right to insist on strict compliance with the requirements of the contract, plans, and specifications during the contractor's prosecution of the work, ' when, in the engineer's opinion, such compliance is essential to provide an acceptable finisltd 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 atrict conformity but will provide a finished product equal to or ' better than that intended by the requirements of the contract, plans and specifications. ' 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary ' and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions, contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited FAA advisory circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern ' over cited standards for materials or testing and cited FAA advisory circulars. The contractor shall not take advantage of any apparent error or omission on a the plans or specifications. In the event the contractor diF.covers any apparent error or discrepancy, he shall immediately call upo,t the engineer for his interpretation and decision, and such decision shall be final. 1 1 ' Page 26 DIV I ' 10/24/14 AC 150/5370-10 CONTROL OF WORY, ' 50-04 COOPERATION OF CONTRACTOR. The contractor will be supplied with two copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans end specifications. Additional ' copies of plans and specifications may be obtained by the contractor for the cost of reproduction. ' The contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the engineer and his inspectors and with other contractors in every way possible. The engineer shall allocate the work and designate the sequence of f,onstruction in case ' of controversy between contractors. The contractor shrill hove 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 BET{BEEN CONTRACTORS. The owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project each contractor shall conduct his work so as not to interfere with or hinder the ' progress of completion of the work being performed by other contractors. Contractors working on the same project shall cooperate with each other as directed. ' Each contractor involved aliall assume all liability, +*inancial or otherwise, in connection with his contract and shall protect any' save harmless the owner from any and all damages or claims that may arise because of ' inconvenience, delays, or loss experienced by him because of the presence and operations of other contractors working within the limits of the same project. ' The contractor shall arrange his work and shall place and dispose of the materials being used so as not to interfere with the operations of the other contractors within the limits of the same project. He shall join his work ' with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. ' DIV I Page 21 1 1 SECTION 50-CONTROL OF WCAK ' All paragraphs shall apply with the following exceptions 50-06 CONSTRUCTION LAYOUT AND STAKES. Delete the para;raph and substitute; the followings ' 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 1 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 complete checks on all construction alignment and grades to determin,. 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 tM plans or approved changes. ' The Contractor shall furnish free of charge all stakes and other materials necessary to preserve control points for alignment and grade. I ' 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 -;1 labor, equipment and supplies necessary to perform the work shall be included in the contract unit prices bid for the various contract items, 1 1 1 ' AC 150/5370-10 10/24/74 CONTROL OF WORK ' 30-06 CONSTRUCTION LAYOUT AND STAKES. Unless otherwise provided for in this subsection, the engineer shall furnish the contractor with all lipas, grades, and measurement: necessary to the proper prosecution and control of ' the work contracted f)r under these specifications. The contractor shall satisfy himself as to tho 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 gul:ance 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 same may be deducted from subsequent estimates due the contractor at the discretion of the engineer. 1 50-07 AUTOMATICALLY CONTROLi En CQUIPMfNT. Whenever hatching or mixing ' plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 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 DUTIES OF EISPECTORS. Inspectors employed by the owner shall a authorized co 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 noc authorized to iesue instructions contrary to the plans and specifications or to act as foreman for the contractor. Inspectors employed by the owner are authorized to notify the contractor or his representative of any failure of the work or materials to conform to the requirerents of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the t engineer for his decision. ' Page 28 ' DIV I 1 AC 150/5370-10 10/24/74 1 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 requests it, the contractor, at any time before acceptance e 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 ,ammoving, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the contractor's 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 titer having been given reasonable notice in writing that the work ' was to be yerformed. Should the contract work include relocation, adjustment, or any other ' modification to existing facilities, not the property of the (contract) owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make ' any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. ' SO-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which 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. ' Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accorde.nce with the provisions of the ' subsection titled Contractor's Responsibility for Work of fection 70. 1 ' Page 2; DIY I ' AC 150/5370-10 10/24/74 CONTROL OF WORM. No work shall be done without lines and grades having been given by the engineer. Work done contrary to the instructions of the engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be urdered 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 unacceptahle work :o he remedied or ' removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the owner) from any monies due or to become clue the contractor. 50-11 LOAD RESTRICTIONS. The contractor shall comply with all legal load , restrictions in the hauling of materialF; on public roads beyond the limits ' of the work. A special permit will not relieve the contractor of liability for damage which may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to ' structures or to any other type of construction will not be permitted. Hauling of materials over the base cour44 or surface course under construction shall be limited as direct,,. No loads wilk be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The contractor shall be responsible for all damage done by his hauling equipment and shall correct such damage at his own expense. 50-12 WINTENANCE DURING CONSTRUCTION. The contractor shall maintain the work during construction sod until the work is accepted. This ' maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contrast for the placing of a course upon a course or subgrade previously constructed, the contractor shall malntair the previous ' course or subgrade during all construction operations. All costeof maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract ' items, and the contractor will not be paid an additional amount for such work. Page 30 DIV 1 10/24/74 AC 150/5370-10 1 CONTROL OF $1ORK e 50-13 FAILUPE TO MAINTAIN THE WORK. Should the contractor at any time fail i to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the engineer shall immediately notify the ' contractor of such noncompliance. Such notification shall specify a reasonable time within which the contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due ' consideration to the exigency that exists. Should the contractor fail to respond to the engineer's notification, the engineer may suspend any work necessary for the owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the owner, shall be deducted from monies due or to become due the contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the ' prefect the contractor substantially completes a usable unit or portion of the wr;rk, the occupancy of which will benefit the owner, he may request the engineer to make final inspection of that unit. If the engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the contractor may be relieved of further responaibility for that unit. Such partial acceptance and beneficial occupancy by the owner shall not void or alter any provision of the contract. 50-15 F;?ZAL ACCEPTANCE. Upon due notice from the 'contractor of presumptive completion of the entire project, the engineer and owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, ' and specifications, such inspection shall constitute the final inspection. The engineer shall notify the contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the engineer will give the contractor the necessary instructions for correction of same, and the contractor shall immediately e 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. DIV I Page 31 I e AC 150/5370-10 10/24!74 1 CONTROL OF WORK 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously 1 authorized as extra work, he shall notify the engineer in writing of his intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the engineer 1 is not afforded proper opportunity by the contractor for keeping strict account of actual cost as required, then the contractor hereby agrees to waive any claim for such additional compensation. Such notice by the 1 contractor and the fact that the engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completej, the contractor shall, within 10 calendar days, submit his written claim to the engineer who will present it to the owner for consideration in accordance with local laws or ordinances. 1 Nothing in this subsection shall be construed as a waiver of the contractor's right to dispute final payment based on differences in measurements or computations. 1 1 1 i 1 1 I ~ 1 Page 32 D1V 1 1 o 0 ' 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 o work shall conform to the requiremEats of the contract, plans, and specificdtions. Unless otherwise specified, such materials that are manufactured or processes shalt be new (as compared to used or reprocessed). ' In order to expedite the inspection and testing of materials, the contractor shall furnish complete statements to the engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the engineer's option, materials may be approved at the source of supply before delivery is started. If it is found after trial than sources of supply for previously approved materials do not produce specified products, ' the contractor shall furnish materials from other sources. The contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the contractor shall furnish such equipment that is, o (a) Listed in the FAA Advisory Circular (AC) 150/5345-1, Approved Airport 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. 0 0 0 0 o DIV 1 Pags 33 AC 150/5370-10 10/24/74 a CONTROL OF MATERIALS , r ` i 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the work shall be inspected, tested, and approved by the engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the engineer shall be performed at the contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the engineer, shall be removed at the contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of AASHTO or ASTH which are current on the date of advertisement for bids will be made by and at the expense of the owner. Samples will be taken by a qualified representative of the owner. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all teats will be furnished to the contractor's representative at his request. ' 60-03 CERTIFICATION OF COMPLIANCE. Th.) engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompaniee t by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Page 34 DIV 1 r r 10/24/74 AC 150/5370-10 r CONTROL OF MATERIALS r Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity wit'i 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. r Wien a material or assembly is specified by "brand name or equal" and the contractor elects to furnish the specified "brand name," the contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: ' (a) Conformance to the specified performance, testing, quality or dimensional requirements, and, (b) Suitability of the material or assembly for the use intended in the contract work. r 1 Should the contractor propose to furnish an "or equal" material or assembly, r he shall furnish th- nanufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the engineer shall be the sole judge al to whether the proposed "or ' equal" is suitable for use in the work. i The engineer reserves the right to refuse permission for use of materials or ' assemblies on the basis of certificates of compliance. 1 i 60-04 PLANT INSPECTION. The engineer or hie authorized representative m.iv r 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 be used in the work and to obtain samples required for his r acceptance of the material or assembly. r r Div I Page ?b AC 150/5310-10 10/24/74 r CONTROL OF MATERIALS r Should the engineer conduct plant inspections, the following conditions ' shall exist: (a) The engineer shall have the cooperation and assistance of the contractor and the producer with whom he has contracted for materials. (b) The enginer-r shall have full entry at all reasonable times to such parts of the plant that concorn the manufacture or production of the materials being furnished. (c) If required by the engineer, the contractor shalt arrange for r adequate office or working space that may be reasonably. needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. r It is understood and agreed that the owner shall have the right to retest any material which has been tested and approved at the source of supply after it has been delivered to the site. The engineer shall have the right ' to reject only material which, when retested, doeq not meet the requirements of the contract, plans, or specifications. r 60-05 ENGINEER'S FIELD OFFICE AND LABORATORY. When specified asld provided for as a contract item, the contractor shall furnish a building for the exclusive use of the engineer as a field office and field testing laboratory. The building shall be furnished and maintained by the contractor as specified herein and shall become property of the contractor when the contract work is completed. 1 ' 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Store; 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 fao_ili.tato their prompt inspection. The contractor shall coordinate the, storage of all materials with tie engineer. Materials to be stored on airport property ' shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unlesq otherwise shown 1 Page 36 DIV I ' 10/24/74 AC 150/5370-10 ' CONTROL OF MTERIALS ' on the plans, the storage of materials and the location of the contractor's plant and parked equipment or vehicles shall lie as directed by the engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the contractor shall furnish the engineer a t copy of the property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the contractor at his entire expense, except as ' otherwise agreed to (in writing) by the owner or lessee of the property. 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall he rejected. The contractor shall remove any rejecteJ material or assembly from the site of the work, unless ' otherwise instructed by the engineer. No rejected material or assembly, the defects of which have been corrected ' by the contractor, shall not be returned to the site of the work until such time as the engineer has approved its use in the work. 60-08 OWNER-FURNISHED MATERIALS. The contractor shall furnish all materials required to complete the work, except those specified herein (if any) to he furnished by the owner. Owner-furnished materials shall he made available to the contractor at the location specified herein. All costs of handling, transportation from the specified aucation to the site of work, storage, and installing owner-furnished materials shall be included in the unit price bid for the contract item in which such owner-furnished material is used. ' After any owner-furnished material has been delivered to the location j speeified,the contractor shall be responsible for any demurrage, damage, ' loss, or other deficiencies which may occur during the contractor's handling, storage, or use of such owner-furnished material. The owner will deduct from any monies due or to be,•.ome due the contractor any cost incurred by the owner in making good such loss due to the contractor's handling, storage, or use of owner-furnished materials. DIV 1 Page 37 (Reserve "aLe 39) 1 ' 61 1~ .1S•4', ' 10/24/74 AC 150/5370-10 SECTION 70 ' LEGAL 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 any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all timez observe and comply with all such laws, ordinances, regulationsorders, and ' decrees; and shall protect and indemnify the owner and all his officers, agente, ar servants absinat any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or lecree, whether by hiciself or his employees. 70-02 PERMITS, LICENSES. AND TAMES. The contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PATENTED DEVICES MATERIALS AND PROCESSES. If the contractor is required or desires to use any designs device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The contractor and the surety shall indemnify and save harmless the owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of ' any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any ' time during the prosecution or after the completion of the work. ' 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the owner, such authorized work (by others) is indicated a:. followas 1 1 DIV I Page 9^ ' AC 150/5370-10 10/24/74 ' LEGAL RELATIONS AND RESPONSIBILITY TO PLM LIr. Person to Contact Owner Location (Name, Title, Address ' (Utility or Other Facility) (See Plan Sheet No.) and Phone) r 1 Except as listed above, th, contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permis.,lon of the engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency he 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 ag to facilitate such construction, reconstruction or maintenance by others whether or not such ' work by others is listed above. When ordered as extra work by the engineer, the contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such ' authorized work. r r r r r Page 40 1) IV I 1 ' 10/24/74 AC 150/5370-10 LE:(W. REIATIUNS AND RESPONSI8I1.114Y TO PUBLIC 70-05 FBDERAL AID PARTICIPATION. For AI)AP contracts, the United States ' Covernment has agreed to reimburse the owner for sumo portion of the contract costs. Such reimbursement is made from time to time upon the owner's (sponsor's) request to the FAA. In consideration of the United States Covernment'a (FAA's) agreement with the owner, the owner has included ' provisions in this contract pursuant to the requirements of tha Airport and Airway Development Act of 1970 (84 stat. 219), as amended, and the Rules and Regulations of the Federal Aviation Administration that pertain to the work. i As required by the Act, the contrset work is subject to the inspection and approval of duly authorized representatives of the Administrator, Federal ' Aviation Administration and is further subject to those provisions of the ruler, and regulations that are cited in the contract, plans, or spe,!Afications. No requirement of the Act, the rules aetd regulations implementitsg the Act, or this contract shall ba construed as mlking the Federal Government a party to the contract nor will any such requirement inturfere, in any way, with the rights of either party to the contract. 70-06 SANITARY, 111;,11,111, V40 SAFI;TY PROVISIONS. llie cuntractor shall l provide and maintain :n a neat, sanitary concition such accorrmtodations for the use of hie; employees as may he necessary to comply with the requirements of the State and local Board of Health, or of other hodies or tribunals 1 having jurisdiction. j Attention is directed to Federal, State, and local laws, rules and regulations concerning construction safety and lioalLh standards. The contractor shall not rviluire any worker to work in surroundings or under conditions which aro unsanitary, hazardous, or d,ingerous to hib health or ' safety. i ' Dii I Page 41 ' AC 150/5370-10 10/24/7" LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 70-07 PUBLIC CONVENIENCE AND SAFETY. The contractor shall cchtrol his ' operations and those of his subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. ' The contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his own operations and those of his subcontractors and all suppliers to accordance with the subsection titled ' MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 ' hereinafter. 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The contractor shall ' furnish, erect, and maintain all barricades, warning signs, ar.d markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs and hazard markings shall be suitably illuminated. e For vehicular and pedestrian traffic, the contractor shall furnish, erect, ' and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government ® Printing Office). 1 ■ When the work requires closing an air operations area of tho) airport or portion of such area, the contractor shall furnish, erect, ind maintain ' temporary markings and associated lighting conforming to the requirements of FAA Advisory Circular 150/5340-10 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 Airports During Construction Activity. The contractor shall identify each motorized vehicle or piece of construetiai equipment in reasonable conformance to FAA Advisory Circular 150/5370-2. Page 42 DIV I ' 10/24/74 AC 150/5370-10 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC ' The contractor shall furnish and erect all barricades warning signs, and for hazards prior s, o such re ' and shall maintain the barricades, warning signs,cf and emarkingsfor erection until their dismantling is directed by the engineer. ' Open-flame type lights shall not be permitted within the air operations areas of the airport. 1 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the contractor shall exercise the utmost care not ' to endanger life or property, including new work. The contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall 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 ow,nanc.y. The contractor shall notify each property owner and public utility company ' having structures or facilities in proximity to the site of the work of his 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 irjury. The use of electrical blasting caps s,iall not be permitted on or within 1,000 feet of the airport property. 70-10 PROTECTION AND RESTORATION Oi+ PROPERTY AND LANDSCAPE. The contr.rt.• , ' shall be responsible for the presarvatlon 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 otherwi9e referenced their location and shall not move them until directed. ' DIV I page '3 AC 150/5370-10 10/24/74 LEGAL 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, omission, neglect, or misconduct in his manner or method of executing the work, or at any time due to defective work or materials, and said ' responsibility will not he released until the project shall have b-en completed and acceptr:d. ' When or where any direct or indirect damage or injury is done,to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the ncnexecution thereof by the contractor, he shall restore, at his own expense, such property to a condition similar or equal to that existing before such damage or Injury was done, by repairing, rebuilding, or otherwise restoring ns may be directed, or he shall make good such damage or ' injury in an acceptable manner. ' 70-11 RESPONSIBILITY FOR DAMAGE CLATMS. The contractor shall indemnify and save harmless the engineer and the owner and their officers, and employees from all suits, actions, or claims of any character brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; ?r hecauge of any act or ' omission, neglect, or misconduct of said contractor; or l---cause of any claims or amounts tecovered from any infringements of patent, trademark, or copyright; or from any claims or in unts arising or recovered .--4er the "Workmen's Compensation Act," or any other law, ordinance, order, or decree. ' Money due the contractor under and by virtue of 'pis 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, tits surety may be held until ' such suit or suits, action or actions, claim or claims for injuries or damahes ar aforesaid shall have been settled and suitable evidence to that effect furnished to the owner, except that money d,ie the contractor will not ' be withheld when the contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. 70-12 THIRD PARTY BCNEFICIA%Y LLAL'SC. It is specifically agreed between the patties executing the contract that it is not intended by any of the prc.viaions of any part of the contract to create the public or any member ' thereof a this' party beneficiary or to authorize anyone not a party to the contract to maintain a butt for personal ;njuri:a ur pio party damage pursuant to the terms or provisions of the cv,,tract. Page 44 UIV I ' 10/24/74 AC 150/5370-10 LEGAL RELATIONS AND RESPONSIBM-11Y TI) PUBLIC 70-13 OPENING SECTIONS OF THE WORK TO T%M'lC. 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 sucl, portions of the work on or before the date specified or as otherwise specified. The contractor shall make his own estimate of the difficulties involved in arranging his work to permit such beneficial occupancy by the owner as described below: Phase or Required Date or Sequence Work Shown Description of Owner's Beneficial Occupancy on Plan Sheet 1 tq,on completior, of any portion of the work l lr-te l lhovc, such portion shall be accepted by the nwner in accordance with the subsection titled PARTIAL ' ACCEPTANCE of Sfaction 50, Nn portion of the wu k m.iv be opened by the contractor for public utie until e ordered by the engineer In writing;. Should it hccome necessary to open a potion of the work to public traffic on a temporary or intermittent basis, such openings shall be madr w;icn, in the opinion of the engineer, such portion of the +ork is in an acceptable condition to support the intended traffic. Temporary or intvrmittent openinis aro considered to be inherent in the work and shalt not constitute eitlier acceptance of the Portion of the work so opened or a waiver of any provision or thk cnntrnct. Any d,imige I the portion of the work so opened that is not attrlbutahle to traffic which is permitted by the i-wne- slh:tll be repaired by the contractor at tits expense. i ' DIV 1 PaF^ •5 Ac 150/5370-10 10/24/74 LECAL RELATIONS AND RESPONSIBILITY TO P19iLIC e The contractor shall make his own estimate of the inherent difficulties involved in completing thu work under the conditions herein described and shall not clai• any added compensation by reason of dr•isy or increased cost due to opening a portion of the contract work. 70-14 CONTRACTOR'S KrspoNsIRIL1TY FOR WORK. Until Lhe engineer's final written acceptance of tie 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 cart thereof and shall take every precaut'.on against injury or damage to any ' part due to the action of the elements or from any other cause, whether arising from the execution or from the nonexecution of the work. The contractor shall rebuild, repair, restore, and make good all injuries or ' damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damai,e to the work due to unforeseeable causes beyond the contrui of and without the fault or negligence of the contractor, including hyt not restricted to acts ' of Cod such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of governmental authorities. ' if the work is suspendej for any cause whatever, the contractor shall be responsible for the work and shall take stich precautions necessary to prevent damage to the work. The contractor s!tall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities it his expense. During such perind of suspension of work, the contractor shall properly and continuously maintain in an acceptable growing ' condition all living material in newly established plantings, seedings, and soddings furnis'ted under his contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against ' injury. 70-15 CONTRACTOR'S RESPONSIBILITY FOR Vrll.]',Y S',EMIHTI AND FACILITIES OF OTHERS. As provided in the subsection titled RI'STOILITION OF SURFACES DISTURBED BY OTHERS of this section, the. Lantractor shall cooperate with the owner of any public or private utility service, FAA or Jational Oceanic ant ' Atmosphertc Administration (NOAA), or a utility service of another government gency that may be authorized by ttu2 owner to ~:unsitruct, retonstruct or maintain such utility services or facilities durin„ rile progress of the work. In addition, the contractor shall control his operations to prevent the unscheduled interruption of such utility services and facilities. Page 46 1:TV I ' 10/24/14 AC 150/5370-10 LEGAL RELATIONS AND R1:SPONSIBILI7Y TO PUBLIC To the extent that such public or private utility services, FAA, or NOAH ' facilities, or utility services of another guvernmrntal agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the owners are indicated as follows: ' Utility Service Person to Contact Owner's Eaj-~rgency or Facility (Name, Title, Address, b PhoneN Contact (Phone) ' It Is understood and agreed that the owner does not guarantee the accuracy or the cci,pI,--t^ncss of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any In.ccuracy or omiseinn in such information shall not relieve the contractor of his responsA ility to protect such existing features from damage or unscheduled interriptfon of service:. ' It is further tnderstood and agreed that the contractor eh,ll, upon execution of the contract, notify the owners of all utility services or other facilities of his plan of operations. Such notification shall be in 1 ' DIV I Paget 7 ' AC 150/5370-10 10/24/14 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this ' subsection and the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the engineer. ' In addition to the general written notification hereinbefore provided, it shall be the respunsibility of the contractor to keep such individual owners advised of changes in his plan of operations that would affect such owners. Prior to commencinE the work in the general vicinity of an existing utility service or facility, the contractor shall again notify each such 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 the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located O and staked on tue 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 be required to insure protection from damage due to the contractor's operations. Should the contractor damage or interrupt the operation of a utility service or facility by accident or otlierwise, he shall immediately notify the proper authority and the engineer and shall take all reasonable measures to prevent further damage or interruption of service. The contrartor, in such events, shall cooperate with the utility service or facility owner and the engineer continuously until such damage h,ay been repaired and service restored to the satisfaction of the ,uili ty or facility rimer. The contractor shall heer all costs of dama);e and restoratLun of service t') Any utility service or facility due to his operations whether or not due to negligence or accident. 'ine contrACt owner reserves the right to deduct such costs from any monies due or which may became due the contractor, or his ' surety. rage 48 Dill I ' i.o/24/74 hu iS!I/~37n-10 t LEGAL RELATIONS AND RESPONSIHILITY 10 V01111C ' 70-16 FURNISHING RIGHTS-OF-WAY. the -will t will bi! temJ10lisible for ' furnishing all rights-of-way upon which the work is to be constructed in advance of the contractor's operations. e 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 upun the engineer, his authorized representatives, or any official of the owner either personally or es an official of the owner, It is understood that hi lturh P49jo rs they act solely as agents and representatives of the owner, 70-18 NO WAIVER OF LEGA1 4GHTS Upon completion of the work, the owner will expeditiously sake inal inspection and notify the coq tractor of final ' acceptance. Such final acceptance, however, shall not preclude or estop the owner from correcting an, -aoasurement, eatimate, or cettiflcate madu before or after completion of the work, nor shall the oyster be precluded or ' estopped from recov-:ring from the contractor or his surety, or both, such overpayment as may be fti<tained, or by failu a on the pert of the contractor to fulfill his obligattuns 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 +ubnequent breach, The contractor, without preSudice to the terms of the contract, shall be liable to the owner f,,t Intent defects, fraud, or such gross mistakef as may amount to fraud, or a- regards the owner's rights under any warranty of guaranty. ' 70-19 ENVIRONHYNT; PiOJECCTL ON. Tito contractor shall comply with all Federal, State,and local laws and regulations controlling pollutior tit the vnvlronmenc. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, ehermicals, or other harmful materials and to prevent pollution of the atmosphere from t particulate and gaseous matter, ' DIV I Page 44 i AC 150/5370-10 10124/74 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the contractor is advised that the site of the work is ' not within sny property, distr[ct, or site, and does not cuntain any building, etructure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the contractor enSounter, during his operations, any building, part of ~ a building, structure, or object which is incoi.gruous with its surroundings, he shall immediately cease operations in that location and notify the ' engineer. The engineer will immediately investigate the contractor's . Win$ and will direct the contractor to either resume his operations or to suspend operations as directed. i 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 1 subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT j FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the ' contract modification shall Include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. ' ..n_n I i i i i i I Page 50 DIV I 1 10/24/74 AC 150/5370-10 LEGAL RELATIONS AND RESPONSIBILITY If) PUBLIC 1 1 1 1 1. 1 1 i 1 1 1 1 1 1 1 DIV I Page 51 (Reserve Page 52) 1 7 1 ~ 10/24/74 .1C l~U/5370 lU ' 51:C'f ION .0 1 PPOSECUF 11'3 a11) I'i:(WI 1, 80-01 SUBLETTING OF CONTRACT. The owner will riot ro-ognize any ' subcontractor on the work. The contractor shall at all times when work is in progress be represented either in person, by a qualified sgtperintendent, or by other designated, qualified representative wiro is duly authorized to receive and execute orders of the engineer. Should the contractor elect to assign his contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and ' approval of the owner, and shall be consummated only on the written approval of the owner. In case of approval, the contractor shall file copies of all subcontracts with the engineer. 80-02 NOTICE TO PROCEED. The notice to proceed shall state tha; date on which it is expected the contractor will begin the construction and from ' which date contract time will be charged. The contractor shall begin the work to be performed under the contract within 10 days of the date set by the engineer in the written notice to proceed, but in any event, the ' contractor shall notify the engineer at least 24 hoarse in advance of the time actual construction operations will begin, ' 80-03 PROSECUTION AND PROGRESS. Unless ot:ierwise speelfied, the contractor shall submit his progress schedule for the engineer's approval within 10 'days after the effective date of the notice to proceed. The contractor's ' progress schedule, when approved by the engineer, may be used to establish major construction operations and to check on the progress of the work. The contractor shall provide sufficient materials, equipment, and labor to ' guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the contractor falls significantly behind the submitted schedule, the ' contractor shall, upon the engineer's request, submit a revised schedule for completion of the work within the contract time and modify his operations to provide such additional materials, equipment, and labor n_cessary to meet the revised schedule. Should the prosecution of the wcrk be discontinued for any reason, the contractor shall notify the engineer at least 24 hours in advance of resuming operations. 1 III ' DIV I AC 150/5370-10 FO/14/74 PRnSF.CIffION AND PROGRESS ' For ADAP contracts, the contractor shall nut commence nny actual construction prior to the date on which the notice to proceed is Issued by the owner. ' 80-04 LIMITATION OF OPERATIONS. The contractor shall control his operations and the operations of his subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR ' OPERATIONS AREAS of the airport. When the work requires the contractor to conduct his operations within an ' AIR OPERATIONS AREA of the airport, the work shall be coordinated with airport management (through the engineer) at least 48 hours prior to commencement of such work. The =ontractor shall not close an AIR OPERATIONS ' AREA until so authorized by the engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, 'dARIIING SIGNS, AND HAZARD MARKINGS of Section 70. ' When the contract work requires the contractor to work within an AIR OPERATIONS AREA of the airport oa 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 t contractor's operations on 3 continuuu, basis and will therefore be closed to aircraft operations intermittently is follows: 1 r Page 54 DIV I e 10/24/14 AC 150/5370-10 PROSECUTION AND PROGRESS ' TIME PERIODS AOA TYPE OF COMUNICATIONS CONTROL AOA CAN BE CL03ED REQUIRED WHEN WORKING IN AOA AUTHORITY The contractor shall not commence new work that would be prejudicial to work already started. ' 80-05 CHARACTER OF WORKERS METHODS, AND EQUIPMENT. The contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work ' to full completion in the manner and time required by the contract, plans, and specifications. ' All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. 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 shall, 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 1 r AC 150/5370-10 10/24/74 r PRASF,CtrIION AND PROGRESS r aur1C, 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 size 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 use. When the methods and equipme-t to be used by the contractor in accomplishing the work are not prescribed in the contract, the contractor is free to use ' any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. r Whan the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless othore are authorized by the engineer. if the contractor deeires to use a method or type of equipment r other than specified in the contract, he may request authority from the engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will to on the condition that the contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the engineer determines that the work produced does not meet contract requirements, the contractor shall discv:itinue 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 vill.be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or ' equipment under this subsection. ' 0-06 TEMPORARY SUSPENSION OF THE WORK. The engineer shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the contractor to carry out orders given or perform any or all provisions of the contract. 1 1 . Page 56 DIV 1 ' 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 provid-d 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 delays due to inclement weather, for suspensions made at the request of the contractor, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TI?.E. The number of calendar -or working days allowed for completion of the work shall be stated in the ' proposal and contract and shall be known as the CONTRACT TIME. Should the contract tine require extenAion for reasons beyond the contractor's control, it shall be adju_ted as follows: ' (a) CONTRACT TIKZ based on WORXING 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 against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or ' SVPPLEKENTAL AGREEMENTS covering EXTRA WORK) . The engineer shall base his weekly statement of contract time charged on the following considerations: ' DIV I Page 57 i • 0 AC 150/5370-10 10/24/74 PROSECICCION AND PROGRESS (1) No time shall be charged for days on which the contractor is unable to proceed with the principal item of work under construction at the time for at least 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 nonn.al work force be on a triple-shift, 18 hours shall apply. Conditions beyond the contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item tf work under construction or temporary suspension of the entire work which have been ordered by the engineer for reasons not the fault of the contractor, shall not be charged against the contract time. (2) The engineer will not make charges against the contract time prior to the effective date of the notice to proceed, ' (3) The engineev will begin charges against the contract time on the first working day after the effective date of the notice to proceed. (4) The engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. (5) The contractor will be allowed one week in which to file a written protest setting forth his objections to the engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased ' in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities In the proposal. Such increase in contract time shell not consider either the cost of work or the'extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. (b) CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notica to proceed and including all Saturdays, Sundays, holidays, and non-work days. :U1 calendar days elapsing between the effective dates of the engineer's orders to suspend and resuaz! all work, due 'o causes not the fault of the contractor, shalt be excluded. i ' Page 58 DIV I 10114/74 AC 150/5310-10 ' PROSECUTION AND PROCRbSS At the time of final payment, the contract time shnll be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either the cost of work or i the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date- of final acceptance. (c) When the contract time is a specified completion date, it shal- 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 extended, make a written request to the engineer for an extension of time setting forth the reasons which he believes will justify the granting of his request. The contractor's plea that insufficient time was specified ins not a valid reason for extension of time. If the engineer finds that the work was delayed because of conditions beyond the control and without the fault of the contractor, he may extend ' the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect,the same as though it were the original time for completion. 80-08 FAILURE TO COMPLETE ON Tiles. For each calendar day or working day, ' as specified in the contract, .hat any work remains uncompleted after the .contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TI14E of thib Section) the sum specified in the contract and proposal as liquidated damages will,.be deducted frown any money due or to become due the contractor or his surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages t' at will be incurred by the owner s.iould the contractor fail to complete the work :'.n 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 beet extended, will in no way operate as a waiver or the part of the owner of any of its rights under the contract. i ' DIV I Page 59 AC 150/5370-10 10/24/74 PROSECUTION AND PROGRESS 1 80-09_ DEFAULT AND W.011 NATION OF CONTRACT, The contrnett.•r shall be considered in default of his contract and such default will be considered as cause for the owner Lo terminate the contract for any of the following reasons if rite contrFactort (a) Fails to begin the work under the contract within the time specified in the "Notice to Proceed," or (b) Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of tie contract, or ' (c) Performs tine work unsuitably or neglects or refuses to remove materials or to perform anew ruck work as may be rejected as undccep~ablo and unsuitable, or ' Page K DIV I 1 10/24/74 AC 150/5370-10 YROSECITi'lUN AND 111l0(,kf:'.5 ' (d) Discontinues the prosecution of the work, or (e) Pails to resume work which has been dt~curnttoued within a reasonable time after notice to do so, or ' (f) Becomes insolvent ur is declared bankrunt, or comraits any act of bankruptcy or insolvency, or ' (g) Allows any final judgement to stand against hIm unsatisfied for a period of 10 days, or (h) Makes an assignment for the bdnefit of creditors, or ' (1) For any other cause whatsoever, fnils to c:+rry on the work in an acceptable manner. Should the engineer consider the contractor Jn dcfsult of the contract for any reason hereinbefore, he shall irmnediately give wri.,.trn notice to the ' contractor and the contractor's sursty as to tho rcaocris for considering the contractor in default and the owner's intens1011A to terminate the contract. If the contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the owner will, upon written notification from the engineer of the facts of such dalay, neglect, or default and the contractor's failuro to comply with such notice, have full ' power and authority without violating the contract, to tnke the prosecution of the work out of the hands of the contractor. lh a owner may appropriate or use any or all materials and equipment that 1javc• barn mobilized for use in the work and are acceptable aP6 may enter into •cut aKrvetnaut for tltia completion of said contract according to the terci+ and provOl ono thereof, or use such other methods as in the opinion of the engineur will be required for the completion of said contract in an accepinhie manner. t All costs and charges incurred by the owner, together with the Cost of completing the work under contract, will bo deducted from any rnnies due or which ma; become due the contractor. If such expen-;e exceeds the sum which would have been payable under the contract, then the contrnctor and the surety shall be liable and shall pay to the owner the anwucct of such excess, ' DIV I Page 61 ' AC 150/5370-10 10/24/74 PROSECUTION AND PROGRESS 80-10 TERMINATION FOP. tiA710~1I _EM`GENCIFS. The owner all.-Ill terminate the contract or portion tiinreof by written notice when the contractor is prevented from proceeding with the ccnstruction contract as directresult of an Executive Order of the President witn respect to the prisecution of ' war or in the interrst o°_ national defense. When the contract, or c.ny portion thereof, is terminated before c ~mpletion 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 contrs^t price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considerea. Reimbursement for organization of the work., and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the contractor. Acceptable materials, obtained or ordered by Lite contractor for the work and that are not incorporated in the work shall, at the option of the contractor, be purchased from the contractor at actual cost as shown by receiptd4 bills and actual cost records at such points of delivery as may be designated by the engineer. Termination of the contract or a portion thereof shall neither relieve ,.he contractor of his responsibilities for the completed work nor shall it ' relieve his surety of its obligation for and concerning any just claim prising out of the work performed. 1 1 e ' Page 62 DIY I 10/24/74 AC 150/5370-10 SECTION 90 MEASUREMENT AND PAYMENT 90-01 1+E ASI+EFENT OF QUANTITIES. All work completed under the contract will be measured by the engineer, or his authorized representatives, using United States Customary Units of Measurement. The method of measurement and computations to be used in determination of quantities of material furnished and of work perfo med under the contract will be t'ao9e methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual ' fixtures (or leave-outs) having an area of 9 square feet or leas. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the c n1;inee r. ' Structures will be neaeured according to neat lines shows on the plans or ae altered to fit field conditions. ' Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon ' which such items are placed. In computing volumes of excavation the averago end area method or other acceptable meti,ods will be used. The thickness of plates and galvanized sheet used in the manufacture of ' corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction )f inchea. 'The term "ton" will mean the eho%t ton consisting of 2,000 pounds ' avoirdupois. All materials which are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations 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 material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the engineer directs, and each truck shall bear a plainly legible identification mark. 1 DIy I Page 63 ' 10/24/74 AP 150/5170-10 MEASUREMENT AND PAYMENT Materials to be measured by volume in the hauling vehicle shall beVhauled in ry. approved vehicles andmeasured any size therein or type A cceptable tolthe engineer, for idle purpose Y be provided that the body is of such shape that the vehicles shalllbeoloaents ded toyateleast readily and accurately determined. All their water level capacity and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the contractor and approved by the engineer in writing, material specified to be measured by the cubic yard may be weighed and siich weights will be converted to cubic yards for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the engineer and shall be agreed to by the contractor before such method of measurement of pay quantities Bituminous materials will be measured by the gallon or ton. Whet•neasured ' by volume, such volumes will be measured at 60°F. or will be cortected to tie volume at 60*V. using ASTM D 1250 for asphalts or ASTM D 633 for tars. ' Net certified scale weights or weights based on certified volumes in the care of rail shipments will be used as a basis of measurement, subject to ox has been lost the correction distributor~,hwasted,bituminous When bituminous materials are shipped by truck or transport, net certified weights by volume,subject to correction for loss or foaming, may be used for computing quantities. Cf,n,ent will be measured by the ton or hundredweight. e Timbar will be measured by the thousand feeta board mcraiiil b(Mbased on actually incorporated in the structure. nominal widths and thicknesses and the extreme length of each piece. The *term "lump sum" wlen 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 unitmant, the unit will be construed to include all necessary fittings and accessories. 1 ' b1V I e Page 64 ' 10/24/74 AC 150/5370-10 1 MEASUREMENT 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 limits of the work. ' Special equipment ordered by the engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit,-etc., and these items are identified by gage, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances ' established by the industries involved will be accepted. Scales fot weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half per cent of the correct weight throughout the range of use. the contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing 1 throughout the graduated or marked length of th-e beam or dial and shall not exceed one-tenth of ono per cent of the nominal rated capacity of the scale, but not less than on& pound. The use of spring balances will not be ' permitted. ' Beams, dials, ntrtforms, and other scale equipment shall be so arranged that the operator and inspector can safely and conveniently view them. Scale instal•lecions shall have available, ten standard fifty-pound weights for testing the weighing equipment or suitable weights and devices for other ' approved equipment. Scales must be tested for accuracy and serviced before uss at a new site. ' Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. M Scales "overweighing" (indicating ¢aro than correct weight) will not be permitted to operate and all materials received subsequent to the last previous correct weighing-accuracy-test will be reduced by the percentage of error in excess of one-half of one ;ier cent. I DIV I Pans 65 . AC 150/5370-10 10/24/74 MSUREMENf AND PAYMENT In the event inspection reveals the scales have been "underweighing" ' (indicating leas than correct weight) they shall be adjusted and no additional payuw.nt to the contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaitaing scales; for furnishing check weights and scale house;and for all other items specified in this subsection, for the weighing of materials ' for proportioning or payment, shall be included in the unit contract prices for the various items of the project. ' When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unlbss the dimensions of said portions of the work shown on the plans are revised by the engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes In the a dimensions. 90.-42 SCOPE OF PAYMENT. The contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and fo: all loss, damage, or expense of whatever ' character arising out of the nature of the work or the prosecution thereof, subject to the proVisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be t measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-) 3 CONDENSATION FOR ALTERED QUANTITIES. When the accepted quantities of wor: vary from the quantities in the proposal, the contractor shall accept as Payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be Page 66 DIV I 10/24/74 AC 150/5370-10 MEASUREMENT A14D PAYMENT made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the contractor which results directly from such alterations or indirectly from his unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED I'T'EMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the engineer shall have the right to omit from the work (order nonperformance) any contract item, except majt.r contract items, in the best interest of the owner. Should the engineer omit or order nonperformance of a contract item or portion of such item from the work, the contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the engineer's order to omit or 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 iddition to the reimbursement hereinbefore provided, the contractor shall be reimbursed for all artua' costs incurred for the purpose of performing ' the omitted contract itero prior to the date of the engineer's order. Such additional costs incurred by the contractor must be directly related to the deleted contract item ant' stall be supported by certified statements by the contractor as to the nature and amount of such costs. t • SO-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT IVORY.. Extra work, performed in ' accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specifi.-d in the change order of supplemental agreement authorizing such extra work. When the change order or supplemental agrees-nt authorizing the extra work requires thet it be done by force account, such force account shall be measured and paid for as follows- (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 o; foreman is ' actually engaged in the specified force account work, Such wage (or scale) shall be agreed upon in writing before beginning the work. 1 DIV I Page 67 T ' AC 150/5370-10 10/24/74 MEASUREW'INT AND PAYIn:NT 1 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. An amount equal to 15 percent of the s+an of the above items will also be paid the contractor. ' (b) insurance skid 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. (c) Materials. Fb r materials accepted by the engineer and used, the contractor hall receive tho actual cost of such materials delivered on the t work, including transportation charges paid by him (exclusive of machinery rentals as hereinafter set forth), to which coat (sim+) 15 percent will be added. (1) Equipment. ror any machinery or special equipment (other thrin small tools) including fuel and lubricants, plus transportation costs, the use of which has been authorized by the engineer, the contractor shall receive the rental rates agreed upon in writing before such work is begun for the actual time that such equipment id committed to the work, to which rental sum 15 percent will be added. (e) Miscellaneous. No additional allaeance will he made for general superintendence, the use of small tools. or other costs for which no specific allowance is herein provided. (f) Comparison of Records. The contractor and the engineer shall compara rtcerds off the cost of force account work at the end of each day. Agreement shall be indicated by signature of the contractor and engineer or their duly authorized representatives. (g) Statements. No payment will be made for work performed on a force account basis until the contractor has furnished the engineer with duplicate itemized statements of the cost of such force account work detailed as follows-. Page f,8 DIV 1 1 , ' 10/24/74 AC 150/5370-10 ' MEASURF MNT AND PAYMENT (1) Name, classification, date, daily hours, total h=ors, rate and extension for each laborer and foreman. (2) Designation, date,, daily hours, total hours, rental rate, and extension foi each unit of machinery and equipment. (3) Quantities of materials, prices, and extensions. ' (4) Transportation of materials. (5) Cost of property damage, liability and workmen's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accompz.iied and supported by roceipted invoice for all ' materials used and transportation charges. However., if materials used on the force account work are not specifically purchased for such work but are taken from the contractor's stock, then in lieu of the invoices the contractor shall furnish Rn affidavit certifying that such materials were t taken from his stock, that the quantity claimed, was actually used, and that the price and transportation claimed represent the actual cost to the contractor. 9 The additional payment, based on the percentages specified above, shall constitute full compensation for all items of expense not specifically provided for the force account work. The total payment made as provided above shall constitute full compensation for such work. 90-06 PARTIAL PAYMENTS. Psrtial ;payments will be made at least once each month as the•work progresses. Said payments will be based upon estimates prepared by the engineer of the value of the work performed and materials complete in place in accordance with the contract, plans,and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON NAND of this section. No partial payment will be made when the amount due the contractor since the ' last estimate amounts to less than five hundred dollars. DIV 1 Page 69 • AC 150/5370-10 10/26/76 MEASUREMENT AND PAYMENT From the total of the amount determined to be payable on a partial payment, ' 10 percent of such total amount will be deducted am retained by the owner until the final payment is made except, as may be prnvlded (at the contractor's option) in the subsection titled PAYMENT OF WITM ELD 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 o pcion, 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 952 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 twice the contract value or estimated cost, whichever is greater, of the York remaining to be done. The ' remainder, less all previous payments aqd deductions, will then be certified for payment to the contractor. It is understood and cgreed that the contractor shall not be entitled to demand or receive partial payment based on quantit'.es of work in excess of those provided in the proposal or covered by appr( ved ct,ange orders or au"lemental agreements, except when such excess quantities have been determined by the engineer to be a part of the final quanti~.y for the item of t ork in question. ' No partial payment shall bind the owner to the acceptance of any materials or work in place as to quality or quantity. Ail 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 MATEfiTALS ON VAND. Partial payments may be made to the ' extent of the deliveryf cost of materials to be inc.-rporated in the work, provided that such materials meet the requirements of the contt.,ct, plans, and specifications and a-e delivered to acceptable sites on the nirport property or ec other sites in the vicinity that are acceptable to the owner. Such delivered costs of stored or stockpile' materials m4y be included in the next partial payment attel the following condt.ions are me:: (a, no materfal has been store,] or stockpiled in a manner acceptable to the engineer at or on an approved site, ' Page 70 C I V I ' 10/24/74 AC 150/5370-10 r,- MASUBMENT AND rAYNENT (b) Th+ 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. (e) The contractor has furnished the owner eviosnce that the material so stored or stockpiled is insured againac 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 Ftockpiled materials shall in no way relieve the ' contractor of his responsibility for furnishing and placing such materials in accordance with the requirements of the contract$ plans, and specifications. ' In no case will the amount of partial pavments for materials on hand exceed the contract price for ouch materials or the contract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. ' The conttactor shall bear all costs associated wi:'1 the partial payment of stored or stockpiled materials in accordance with the provisions of thta subsection. 90-0b PAYMENT OF WITHHELD FUNh6. At the contractor's option, he may ' request that the owner accept (in lieu of the 10 percent iretain.ge on partial payments described in the subsection titled PARTIAL PAY?T NTS of ttiie section) the contractor's deposits in escrow under the following conditions; (9) The contractor shall bear all expenses of estah?ishing and maintaining an escrow account and escrow agreement acceptable to the owner. I ' Div I Fags 11 i ' 10/24/74 AC 150/5370-10 MEASUREMENT AND PAYMENT ' (b) The contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the owner and having a value not less than the 10 percent retaina2e that vould otherwise be withheld from partial payment. (c) The contractor shall enter into an escrow agreement satisfactorv to the owner. (d) The contractor shall obtain the written consent of the surety to ' such agreement. 90-09 ACCEPTANCE AND FINAL _PAYMENT. When thr contract work has been ' accepted in accordance with the requirements of the subsection titled =►YAh ACCEPTANCE of Section 50, the engineer will prepare the final estimate of the items of work actually performed. The contractor shall approve the engineer's final estimate or advise the engineer of his objections to tLe final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contnccr as amended by change ' order or supplemental agreement. The contractor and engineer shall resolve all disputes (if any) in the measurement and computavion of final quantities to be paid within 30 calendar days of the contractor's receipt of the engineer's final estimate If, such 30-dy period, enginceras estimateaunderuprateatlof ' exists, the contractor may approve the quantities in dispute and such disputed quantities shall be considered by the owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMiNT AND DV PUTFS of Section 50. After the contractor has approved, or approved under protest, the engineer's final estimate, final payment will be prover ed based on entirto sum, or the dua the undisputed gum in case of approval the contractor less all previous payments and all amounts to be d,ducted under the provisions of the contract. All prior partial estimate:, and payments shall be subject to correction in the final estimate ani, pay.,ent.. if the contractor has filed a claim for additional compensation ut,eer the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISFULS u£ Section 50 or under the provisions of this subsection, such claims will Zee considered by the owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to ba due the contractor will be paid pursuant to a supplemental, final, estimate. UIV I Page 72 ITEM 1 - EXCAVATION AND EMBANKMENT iRoadway Relocation) 1.01 DESCRIPTION 1 This item shall cor.siut of excavating, removing and satisfactorily disposing of all materials within tha 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 f,.om excavation shell be used in the formation of embankments, subgrade, and for backfilling. When the volume of the excavation exceeds that required to construct the embankments to the grades indicated, the excv,s shall bA stockpiled at the north end of the North-South Runway and parallel taxiway for use in the zunway and taxiway extension. ' 1.02 CLASSIFICATION All excavation performed shall be unclassified. 1.03 CONSTRUCTION METHODS ' A. General The excavation shall be carried to the necessary depth to obt.in the specified depth of subgrade densification shown on the plans. Likewise, on embankments, the depth of subgrade densification shall b~ as shown on the plans. Should the Contractor, through negligence or other fault, excavate below the designated lines, he shall replace the excavation with approved ' materials, in an approved manner and condition, at his own expense. All material determined unsuitable shall be disposed of ir. waste areas or as directed. 1 ' B. EXCAVATION i Excavation shall be performed to the lines, gradev and elevations ' c,ha.in on the plans. Prior to performing the excavation, all brush, grass, vegetable matter and other unsuitable material within the limits of the reloca- ted roadway shall be stripped or otherwise removed. No direct payment shall be t made for stripping. The yardage removed and disposed of shall be paid for at the contract unit price per cubic yard for "Unclassified Excavation". C. EMBANKMENT Prior to placing embankments, all weeds, brush, trees and other growth shall he removed and disposed of by the Contractor. ' Earth embankments shall be constructed in successive layers for the full width of the individual roadway cross section and in such lengths as 1 are best suited to the sprinkling and compaction methods utilised. 1-1 0 -r ' Layers of erl^nkment may be formed by utilizing equipment which will spread the material as it is dumped, or they may be formed by being spread by bladinl or other acceptable methods from piles or windrows dumped from excavating of hauling equipment in such amounts that material is evenly distributed. Minor quantities of rock encountered in cinstructing earln embank- menot i,hall be incorporated in the specified embankment layers. Also, rock may ' be placed in the portions of embankments o-atside the limits of the completed roadbed width where the size of the rock prohibits their incorporation in the normal embankment layers. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be featheredged for at least 100 ' feet or the material shall 1^ so mixed as to prevent abrupt changes in the soil. No material placed ir, 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 the 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 mois- ture content throughout the layer by such methods as may be necessary. In ' order to facilitate uniform wetting of the embankment material, the Contractor may apply water at the material 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 to be excavated below subgrade elevation for base and backfO led, shall be scarified to a uniform depth of at least 6-inches below grade, and the material shall be mixed and ret'iped by blading and then sprinkled and rolled in accordance with the requirem.nts outlined above for earth embankments and to the same density as that req?,jired for the adjacent embankment. Each layer of the embankment shall be compacted to 95% Standard Proctor Density in accordance with AASHO T-99. Embankment adjacent to culverts shall be free of rocks larger them 4-inches in greatest dimension And the embankment shall be compacted in the manner prescribed under the TNJ Item "Structural Excavation". 1 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 cross sections. Embankment shall not be measured for payment but shall be considered subsidiary to the ' excavation. ' 1-2 1 ITEM 2 - LIME THESTE D- S,UBIGPADE (SLURRY METHOD) 2.01 DESCRIPTION This item shall consist of treating the aubgrade by the pulver- izing, addition of lime, mixing and compacting the mixed material to the ' 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. ' 2.02 MATERIALS Type As Hydrated Lima, shall be.used to treat the subgrade. it ' shall consist of a dry powder obtained by treating quicklime. When sampled and tested it sh:jll meet the following requirements: Hydrate Alkalinity - Y by weight Ca(OH)2 Min- 902 Unhydrated Lime Content - 2 by weight Ca0 Max. 5% "Free Water" Content - % by weight H2O Max. 42 The percent by weight of residue shall conform to item 264, THD 1972 Standard Specifications for Streets. 1.03 EQUIPMENT a. The machinery, tools and equipment necessary for proper prosecu- tion of the work shall be on tht 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 utd handled in closed weatherproof containers until immediately before distribution on the road. If storage bins are used they shall be completely enclosed. Hydrated lime in bags shall be stored in weatherproof buildings with adequate protection from ground dampness. c. If lime is furnished in trucks, 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 weigh L•. t 2.014 C0NSTRUCT1-4 METHODS a. G_en_eral ' It is the primary requirement of this specification to secure s completed course of treated material containing a tniform lime mixture, free ' from lroSP nr cegregated areas, of uniform density and moisture content, well 2-1 z;~ i 1t bound for its full depth and with a smooth surface suitable for placing ' subsequent courses. It shall be the responsibility of the Contractor to meet thefabove, main- the use the regu the tainlthe sequence of his work* ' requirements. The 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 proposed lime treatment. ' b, Placing Limn Slur a Lime and water shall be mixed into a slurry in a central mixing plant employing agitation by integral paddles, compr4esed sir, recirculating pumps or a combination as approved by the Engineer. The lime slurry may . also be mixed in water trucks with an approved agitator. ' The lime slurry miA shall be comprised of a ninimum 32% lime solution. The lime-water requirements may be adjusted to satisfy the optimum moisture of the existing soil. The lime solution shall not exceed ' forty percent which is the maximum pumpable slurry. When measured amounts of lime and water are charged separately into the tank truck, the water shall be metered and the lime proportioned ' volumetrically or by deans of veigh batchers. Lime shall be spread on the scarified subgrada by gravity or by ' pressure spray bars which shall be calibrated by the Engineer to determine the number of passes necessary to obtain the required percent lime applica- tion. In areas where the lime content to be used exceeds the percent lime required on the plan, the City reserves the right to alter the percent lime required. The work required to construct the soil-lime subgrade in these areas shall be paid for at the same unit price bid for constructing soil-lime subgrade with the percent called for on the plans. The additional lime required will be paid for by the ton. ' c. Fira~~g ~ The material and lime shall be thoroughly mixed by approved road mixers or other approved equipment, and the mixing continued until, in the opinion of the Engineer, a homogeneous, friable mixture of material and lime is obtained, free from all clods or lumps. Materials containing plastic t clays or other material which will not readily mix with lime shall be mixed as thoroughly as possible at the time of the lime application, brought to the proper moisture content and left to curevI to 4ldashall ys asbeirected by the moist at; ' Engineer. During the curing period directed. 2-2 r d. 'final Mixing After the required curing time, the material shall be uniformly ' mixed by approved methods. If the soil-binder-lime mixtuehcontains clod", they shall be reduced in size by raking, blading, discing, scarifying or the use of other approved pulverization methods so that when all nonalaking aggregates retained on the No. 4 sieve are removed the remainder of the material shall meet, the following requirements when tested dry by laboratory sieves: ' Percent Minimum Passing 1-3/4" Sieve 160 Minimum Passing No. 4 Sieve 60 During the interval of time between application and mixing, hydrated lime th#t has been exposed to t.,e openb it forwilleriodbefa6 hours ' or more or to excessive loss due to washing p for payment. 1 e, Compaction Compaction of the mixture shall begin immediately after unless mixing and in no case later than 3 calendar days after final nixing, 1 approval to obtained from the Engineer. The material shall be aerated or sprinkled as necessary to provide the optimum moisture. Compaction shall begin at the bottom and shall continue until the entire depth of mixture is uniformly compacted. The material E~hall be sptinkled and rolled as directed by the Engineer. All irregularities, depressions or weak spots which develop shall ' be corrected immediately by scarifying the areas affected, addandr oiling. material as required and reshaping and recompacting by sprinkling The surface of the course shall be maintained in a smooth condition, free 1 from undulations and nits, until other work is placed thereon or the work is accepted. The lime treater subgrade shall be compacted to 95% in accordance with AASHO T-180. ' f. Finishin Curing and Preparation for Surfacing After final compaction the subgrade shall be brought to the persnittedtonuthe surEaceinimum of 7 days required grade ais addre'.ftpltrafficsection befora pavement 2.05 MEAASUREIEti a-L~ '!__:__llrr Lime Treated Subgrade shall be measured and paid for by the square yard whirfi price shall include all work required to treat and compact the subgrade. Hydrated Lime required to treat the subgrade shall be measured and ' paid for h,,: thr- tnn. 2-3 ' ITEM 3 - FLEXIBLE BASE (crushed. Stone) ' (Texas Highway Dept. Item 242) 3.01 DESCRIPTION ' "Flexible Base (Crushed Stone)" ab all consist o: a foundation course for surface course or for other base coureesl shah'. be composed ' of crusher-run broken stones and shall be constructed as 'aerein speci- fied in one or more courses in conformity with the typical sections shown on plans and to the lines and grades as established by the Engi- neer. 3.02 MATERIA> ' The material shall be crushed and shall consist of durable particles of stone mixed with approved binding material. Samples for testing the material shall be taken prior to the compaction operations. ' 3.03 TYPE The flexible base material shall be Type A consisting of ' durable particles of stone mixed with approved binding material. Grade ' The material ohall conform to the requirement3 of Grade 2 as followse Grade 2-When properly slaked and tested by standard Texas Highway Department laboratory methods, the flexible base material shall meet the following requirementsr ' Retained on 1 3/4-inch sieve 0♦ Retained on No. 4 sieve ....................45 to 75% Retained on No. 40 sieve.,*.., 60 to 85% Material passing the No. 40 sieve shall be known as "Soil Binder" and shall meet the following requirements when prepared in accordanco with ' Test Method Tex-101-E procedures The liquid limit shall not exceed 40 ' The plasticity index shall not exceed 12 3.04 OONSTRUCTION METHODS A. Preparation of Subgrade - The roadbed shall be excavated and shaped in conformity with the typical sections shown on plans and to the lines and grades as established by the Engineer. All unstable or otherwise ' objectionable material shall be removed from the subgrade and replaced with approved material. All holes, ruts and depressions shall be filled wit'3 approved material, and if required, the subgrade shall be thoroughly 4retted t with water and reshaped and rolled to the extent directed in order to place 3-1 tr ' the subgrade in an acceptable condition to receive the base material. The ' surface of the subgrade shall be finished to line and grade as established and in conformity with the typical section shown on plans, and any deviation in excess of 1/2-inch in cross section and in a length of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material, ' reshaping and reccmpacting by sprinkling and rolling. sufficient subgrade shall be prepared in advance to insure satisfactory prosecution of the work. Material excavated in the preparation of the subgrado shall be utilized in ' the construction of adjacent shoulders and slopes or otherwise disposed of as directed, and any additional material required for the completion of the shoulders and slopes sh311 be secured from sources indicated on plans ur de- signated by ths Engineer. B. First Course - Immediately before placing the base material, the subgrade shall be checked as to conformity with grade and section. ' The material shall be delivered in approved vehicles of a uni- form capacity and it shall be the charge of the Contractor that the required amount of specified material shall be delivered in each 100-foot station. Material deposited upon the subgrade shall be spread and shaped the same day unless otherwise directed by the Engineer in writing. In the event incle- ment weather or other unforeeeen circumstances render impractical the spread- ing of the material during the first 24-hour period, the material shall be scarified and spread as directed by th3 Engineer. The material shall be sprinkled, if directed, and shall then be bladed, dragged and shaped to con- form to typical sections as shown on plans. All areas and "nests" of segre- gated coarse or fine material shall be corrected or removed and replaced with well graded material, as directed by the Engineer. if additional binder is considered desirable or necessary after the material is spread and ' shaped, it shall be furnished and applied in the amount directed by the Engineer. such binder material shall be carefully and evenly incorporated with the material in place by scarifying, harrowing, brooming or by other ' approved methods. The course shall be sprinkled as required and rolled and com- pacted to 95 percent density in accordance with AASHO T-180. C. Succeeding Courses - Construction methods shall be the same as prescribed for the final course. In addition to the requirements specified ' for density, the full depth of flexible brio shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section of flexible base is completed, tests as neces- sary will be made by the Engineer. If the material fails to meet the density requiremente, it shall be reworked as necessary to meet these requirements. Throughout this entire operation the shape of the course shall be maintained by blading, and the surface upon completion shall be smooths and in con- formity with the typical section shown on the plans and to the established lines and grades. In that area on which pavement is to be placed, any devi- ation in excess of 1/4-inch in cross section and in a length of 16 feet measured longitudinally shall be corrected by loosening, adding or removing material, reshaping and recompaeting by sprinkling and rolling. All irregu- larities, depressions or weak spots which develop shall be corrected 3-2 ssr immodiately by scarifying the areao affected, adding suitable material ' as required, reshaping and reoompacting by sprinkling and zolling. Should the base course, due to any reason or cause, lose the required stability, density and finish before the surfacing is complete, it shall be recom- Vacted and refinished at the sole expense of the Contractor. ' 3.09 MEASUREMENT Work and accepted material as prescribed for this item will be measured by the cubic yard (compacted in place). 3.06 PAYMENT Payment for Flexible Base (Crushed Stone) shall be made at the unit price bid, which price shall be full compensation for shaping and fine grading the roadbed, for furnishing all materials, spreading, blading, dragging, shaping and finishing and for all manipulation, labor, tools and incidentals necessary to complete the work. 1 1 1 ' 3-3 ' ITEM 4 - HOT MT% ASPHALTIC CONCRETE Pi\VF.MBNT , 1 q 01 DESCRIPTION Hot mix asphaltic concrete for the relocation of F.M. 1515 ' shall consist of a surface course as shown on the plans. ' 4.02 MATERIALS 11he mineral aggregate shall be composed of a coarse aggregate, a fine aggregate and, if required, a mineral filler. Coarse aggregate shall 1 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 screenings. Mineral filler shall consist of dry stone dust, Portland cement or fly ash. Mineral aggregate shall meet the requirements of Item 340, Texas Highway plasticity indexsof thedfinecaggregatesportionnpassing thefNo. 40tsi3ve The shall not be more than b. 4.03 ASPHALTIC MATERIAL t Asphalt for the paving mixture shall meet the requirements) fTHD Item 300. The grade of asphalt used shall be designated by the after design tents have been made using the mineral aggregate to be used ' in the job. 4.04 TYPE OF ASPHALTIC cJNCRETE The asphaltic concrete paving mixture shall consist of Texas Highway Department Fine Graded Surface Course 'type "D" having the following ' gradations FINE GRACED SURFACE ry)(IRSE TYPE "D" ' Percent by Weight 100 Passing 1/2" sieve Passing 3/8" sieve 95-100 50 Passing 3/8" sieve, retained on No. 4 sieve Passing No. 4 sieve, retained on No. 10 sieve 1050- - 30 30 Tot.l retained on No. 10 sieve 0- 30 ' Passing No. 10 sieve, retained on No. 40 sieve 4- 25 Passing No. 40 sieve, retained on No. 80 sieve Passing No. 80 sieve, retained on No. 200 sieve 30- _ 25 5 ' Passing No. 200 sieve 0- 6 The asphaltic material shall forte 4.0 to 8.0 percent of the mixture by weight. 4-1 1 ' 4.05 SAMPLING AND TESTING The mixture shall be designed and tested in accordance with THD Bulletil, C-14 and will have a density of not less than 95 nor more than 99 percent and a stability of not less than 30. ' 4.06 U1PMNT A. Mixing Plants Mixing plants may be either the weight-batching typo or the continuous mixing type. Both types of plants shall be equipped ' with satisfactory conveyors, power units, aggregate handling equipment, hot aggregate screens and bins and dust collectors and shall consist of the following essential pieces of equip- ment. (1) Height-Satching Type Cold Aggregate Bin and Proportioning Device. The aggre- gate bin shall have at least four compartments of suffi- cient size to store the amount of aggregate required to keep the plant in continuous operation and of proper design to prevent overflow of material of one bin to that of another bin. The proportioning device shall be t such as will provide a uniform and continuous flow of aggregate in the desired proportion to the dryer. Each aggregate shall be proportioned in a separate compartment. 1 The dryer shall be of the type that continually agitates the aggregate during heating and in which the temperature can be so controlled that aggregate will not be injured in the necessary drying and heating operations required to obtain a mixture of tt.e specified temperature. The burner, or combination of burners, and type of fuel used ' shall be such that in the process of heating the aggregate to the desired or specified temperature, no residue from the fuel shall adhere to the heated aggregate. A record- ing ttirmometer shall be provided which will record the ' temperature of the aggregate when it leaves the dryer. The dryer shall be of sufficient size to keep the plant in continuous operation. Screening and Proportioning. The screening capacity and size of the bins shall be sufficient to screen and store the amount of aggregate required to properly operate the 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 mixtut'e and at least three ' bins when producing Type D mixture. Aggregate sizes for the bin types shall be in accordance with item 340, THD 1972 Standard Specifications for Streets. 1 4-2 Aggregate Weight Box and Satching,Scales, The aggregate weight box and hatching scales shall be of sufficient capacity to hold and weigh a complete batch of aggro its. Asphaltic Material Bucket and Scales. The asphaltic material bucket and scales shall be of sufficient capacity to hold and weigh the necessary asphaltic material for one batch. ' Mixer. The mixer shall be of the pug mill type and shall have a capacity of not less than 3,000 pounds in a single batch. The mixer shall be equipped with an approved spray ' bar that will distriaute the asphaltic material quickly 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 period. (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 Via weight- ' batcMng type of plant. Hot Aggregate Bin. The hot bins shall be so constructed t that oversize and overload material will he discharged through a discharge shoot. An automatic switch for stop- ping the plant when hot bins become deficient shall be installed. ' Hot Aggregate Proportioning Device. The hot aggregate proportioning devics shall be so designed that when properly operated a aniform 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 Meter. 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 ' asphalt used can bo accurately determined. Mixer. The mixer shall be of thn pug mill continuous type and shall have a capacity of not less than 40 tons ' of mixture per homr. B. Asphaltic Material Heating Equipment ' Asphaltic material heating equipment shall be adequate to heat the amount of asphaltic material required to the desired temper- ature. Heating may Le done by steam coitq or direct fire heat- ing. Agitation with steam or air will not be permittsd. The heating apparatus dt+all be equipped with a recording thermometer with a 34-hour chart that will record the tempcrature of the ' asphaltic material at the highest tmoperature. 4-3 a C. Spreading and Finishing Machine t Tt.e spreading and finishing machine shall be of a type approved by the Engineer, shall be capable of producing a surface that will meet the requirements of the typical cross section and the surface test, when required, and when the mixture is dumped directly into the finishing machine shall have adequate power to propel the delivery vehicles in a satisfactory manner. The finishing' machine shall be equipped with a flexible spring and/or hydraulic typp, hitch sufficient in design and capacity to main- tain contact between the rear w:ieels of the hauling equipment ' and the pusher rollers of the finishing machine while the mix- ture is being unloaded. The use of any vehicle which requires duping directly into ' the finishing machine and which the finishing machine cannot push or propel in such a manner as to obtain the desired lines and grades without resorting to hand finishing will not b3 al- lowed. Unless otherwise permitted by the plank, vehicles of the semi-trailer type are specifically prohibited from dumping directly into the finishing machine while in -intact with the finishing aachine. Vehicles dumping directly or indirectly into the finishing machine shall be so designed and equipped that unloading into the finishing machine can be mechanically and/or automatically operated in such a manner that overloading the finishing machine being used cannot occur and the required lines and grades will be obtained without resorting to hand finishing. ' Dumping of the asphaltic mixture in a windrow and then placing the mixture in the finishing machine with loading equipment will be permitted provided that the loading equipment is constructed ' and operated in such manner that substantially all of thq mix- ture deposited on the roadbed is picked vp, and loaded in the finishing machine without contamination by foreign material of the mixture and excessive temperature loss is nos encountered. the loading equipment will be so designed and operated that the finishing machine being loaded will obtain the required ' line, grade and surface without resorting to hand f.iniehing. Any operation of the loading equipment resulting in the accumu- lation and subsequent shedding of this accumulated material into the asphaltic mixture will not be permitted. ' D. Motor Grader ' The motor grade, if used, shall be a self-propelled power motor grader; it shall be equipped with smooth tread pneumatio tired wheels; shall have a blade length of not less than lZ feet; ' shall have a wheel base of not leas than 16 feet and shall be tight and in good operating condition. 4-4 1 1 E. Rolling Equipment 1 Rolling equipment shall consist of pneumatic tire rollers, two-axle tandem roller weighing not less than 8 tons, three-wheel roller weighing not less than 10 cons, 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. 4.07 STOCKPILING, STORAGE, PROPORTIONING AND MIXING A. Stockpiling of Aggregates Prior to stockpiling of aggregates, the area shall be cleaned of trash, weeds and grass and be relatively smooth. Aggregates shall be stockpiled in such a manner as 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 coarse 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 coarsrs aggregate in the ' amount of up to 20 percent by weights however, the coarse aggregate shall meet the quality tests specified herein for "Coarse Aggregates". Suitable equipment of acceptable size ' shall be furnished by the Contractor to work t'ne stockpiles and prevent segregation of the aggregates. 8. Storage and Heating of Asphaltic Materials The asphaltic material storage shall be ample to me•,t the re- quirements of the plant. Asphalt shall not be heated to a ' temperature in excess of that specified in THD Item 300. All equipment used in the storage and handling of asphaltic 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 various sizes of aggregate to the dryer shall be done through the cold aggregate bin and proportioning device in ruch a manner that a uniform and constant flow of materials in the required proportions will be maintained. When specified on the plans, the cold agrvregate bins shall be charged by use ' 4-5 I of a clamshell, dragline, shovel or front end loader. The aggregate shall be dried and heated to the temperature neces- sary to produce a mixture having the specified temperature. In no case shall the aggregata 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 these specifications. Aggregate shall be pro- portioned by weight using the weigh box and hatching 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 volume based on weight using the specified equipment. E. Mixing (1) Batch Type Mixer ' In-the charging of the weigh box and in the charging of the mixer from the weight box, such methods or devices shall be used as are necessary to secure a uniform as- phaltic mixtvire. In introducing the batch into the mixer, all mineral aggregate shall be introduced first; shall be mixed thoroughly for a period of 5 to 20 seconds, as directed, to uniformly distribute the various sizes through- out the batch before the asphaltic material is added; the asphaltic material shall then be added and the mixing con- tinued for a total mixing period of not less than 30 seconds. This mixing period may be increased, if, in the opinion of the Engineer, the mixture is not uniform. (2) Continuous Type Mixer The amount of aggregate and asphaltic material entering the mixer and the rate of travel through the mixer shall be t so coordinated that a uniform mixture of the specified 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 used in ter loads of completed mix t as shown on the asphalt recording meter and the design a- mount for these ten bads. The acceptable percent of varia- tion between the asphalt used and the designe amount will be ' as shown on the plans or as determined by Engineer. (3) The Asphaltic Mixture ' The asphaltic mixture from each type of mixer shall 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 shall not vary from this selected temperature more than 25 F. ' 4-6 r . r ' 4.08 CONSTRUCTION METHODS A. Weather Requirements The prime coat, or the asphaltic mixture when placed with a spreading and finishing machine, shall not be placed when the air temperature is below 50 F. and is falling, but it may be ' placed when the air temperature is above 40 F. and is rising. ! asphaltic mixture when placed with a motor grader, shall r.1, be placed when the air temperature is below 60 F. and is falling, but may be placed when the air temperature is above ' 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, or the asphaltic mixture shall be placed ' only when the humidity# general weather conditions and tempera- ture and moisture condition of the base, in the opinion of the Engineer, are suitable. ' P. 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 above, shall be hauled to the work in tight vehicles previously cleaned of all foreign material. The dispatching of the vehicles shall be r arranged so that all material delivered may be placed, and all rolling shall be completed during daylight hours. In coo_ weather or for long hauls, canvas covers and insulating of the ' truck bodies may be required. The inside of the truck body may be given a light coating of oil, lime slurry or other material satisfactory to the Engineer, if necessary, to prevent mixture from adhering to the body. r 0. Placing r Generally the asphaltic mixture shall be dumped and spread on the approved prepared surface with the specified spreading and finishing machine, in such manner that when properly compacted r the finished pavement will be smooth, of uniforin density and will meet the requirements of the typical cross sections and the sur- face tests. During the application of asphaltic material, care shall be taken to prevent splattering of adjacent pavement, curb and gutter and structures. When the asphaltic mixture is placed in a narrow strip along the edge of an existing pavement, or used to level up small areas of an existing pavement or placed in ' small irregular areas where the use of a finishing machine is not practical, the finishing machine may be eliminated when authorized by the Engineer, provided a satisfactory surface can be obtained r by other approved methods. ' 4-7 E. compacting (1) Rolling The pavement shall be compressed thoroughly and uniformly ' with the specified rollers and/or other approved rollers. Rolling with the three wheel and tandem rollers shall start longitudinally at the sides and proceed toward the center of the pavement: ^vjrlapping 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 contimsed until no furth9r 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/or the three wheel rollerr but in no case ' shall less than three rollers 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 times to avoid dis- placement of the mixture. If any displacement occurs, it shall be corrected at once by toe use of rakes and of fresh mixtures where required. The roller shall not be allowed to stand on pavement which has not been fully compacted. To prevent adhesion of the surfacf 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 precautions 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 of this specification that the material be placed and compacted to the percent density shown on the plans and determined by the t test method specified on the plans. The field specimens utilized for the in place density testing may be either cores 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 than that specified and in the opinion of the Engineer is lot due to a change in the quality of the material, pr6iuction may proceed with sub- sequent chang,IS in the mix and/or construction operations until the in place density equals or exceeds the specified density. 4-8 (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. ' F. Surface Tests The surface of the pavement, after compression, shall be smooth e and true to the established line, grade and cross section, and when teeted with a 10-foot straightedge placed parallel to the centerline of the roadway or tested by other equivalent and 1 acceptable means, except as provided herein, the maximum devia- tion shall not exceed 1/8-inch in 10 feet, ani any point in the surface not meeting this requirement shall be corrected. ' 4.09 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 the work. I 4-9 . 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. t 5.02 MATERIAL The asphaltic material used for the prime coat shall be emulsified asphalt SS-1, SS1H0 SS-K or SS-KH epp)ied at a rate of 0.25 to 0.50 gallons per square yard. ' 5.03 CONSTRUCTION METHODS When in the opinion of the Engineer, the area and/or 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 snail be lightly sprinkled just prior to application of the asphaltic material. The asphaltic material shall be applied on the clean surface by an approved type of self-propelled pressure distributor so operated as to distri- bute the material in the quantity specified, evenly and smoothly under a ' pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphaltic material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of ' two distributor loads. All storage tanks, l,iping, 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 co,itamination of the asphaltic material with foreign material. 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. 1 No traffic, hauling or placement of any subsequent courecs shall be permitted over the freshly applied prime coat until authorized by the Engineer. 5-1 5.04 MEASUREMENT AND PAYMENT ' Prime Coat will be measured and paid for by the gallon which price shall be full compe:.sation for furnishing, heating, hauling and distributing the asphaltic material and all labor, tools and equipment required to complete the work. 1 I 1 i 1 1 1 1 t 5-2 ITEM 6 - REINFORCED CONCRETE PIPE CULVERTS AND HEADWALLS ' 6.02 DESCRIPTION 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 and grades shown ojs the plans, and shall be of the classes, sizes and dimensions shown thereon. The installation of pipe shall include all joints or connections to new or existing pipe, headwalls, etc., as may t 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 ' Except as modified herein, materials, manufacture and design of pipe shall conform to ASTM Designations C 76 for Circular Pipe. All pipe shall be machine made or cast by a process which will provide for uniform placement of the concrete in the form and compaction by mechanical devices which will assure a dense concrete. Concrete shall be wixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete will not be acceptable for use in precast concrete pipe. B. Design The pipe shall be of the Class specified on the plans. The shell thickness, the amount of circumferential reinforcement and the strength of the pipe shall conform to the specified Class as summarized in ASTM Designation% C 76 for Circular Pipe. C. Physical Tert Requirements The acceptability of the pipe shall be determined by the results of the three-edge-hearii;g test for the load to produce the 0.01 inch crack and the ultimate loads by tha appropriate material tests re- quired in ASTM Designationst C 76, C 506 or C 5071 by absorption tests on selected samples from the wall of the pipet 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 the ultimate load shall be per- formed on one pipe for each 100 pipe, or fraction thereof, for each type, ' size and class. The methods of testing shall conform to ASTH Designations: C 760 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 of material tests and inspection of the completed product. Acceptability of pipe on this basis shall be determined by the ' results of material tests as requ,:,ed in !:TH Designationi C 76, C 506 or C 507: by crushing tests on cores taken from the barrel of the completed 6-i 1 and cured piper by absorption tests on samples from the wall of the pipes and by inspection of the finished pipe including amount and placement of rein- forcement, to determine its conformance with the design prescribed in these specifications and its freedom from defects. The manufacturer shall furnish facilities and personnel for taking the cores from the pipe barrel and for determining the compressive strength of the samples. When the cores cut from a section of pipe successfully meet the strength requirement, the coreholes shall be plugged and sealed by the manufacturer in a manner such that the pipe section will meet all of the test requirements of ASTM Designation: C 761 C 506 or C 507. Pipe sections, so sealed, will be accepted for use. ' D. Sizes and Permissible Variations (2) variations in diameter, Size, shape, wall thickness, rein- I forcement, placement of reinforceu:ent, laying length and the permissible underrun of length shall be in accordance with the applicable ASTM Specifica- tion. (2) Where rubber gasket pipe joints are to be used the Design of the Joints and Permissible Variations in Dimensions shall be in accordance with ASTM Designation: C 443. E. Workmanship and Finish Pipe shall be substantially free from fractures, large or deep cracks and surface roughness. The ends of the pipe shall be normal to the walls and centerline of the pipe within the limits of variations allowed under Subarticle 464.2.(4).(a) above. F. Curing Pipe shall be cured in accordance with the applicable ASTM Specification for each type of pipe as referred to aba✓e. G. Marking The following information shall be clearly marked on each section of pipe] ' (1) The class of pipe. (2) The date of manufacture. (3) The name or trade mark of the manufacturer. (4) One end of each section of pipe with elliptical reinforce- ment shall be clearly marked during the process of manufacture or immediately thereafter on 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 installed, unless the external shape of the pipe is such that the correct position of the top and bottom is obvious. Marking shall be indented on the pipe section or painted thereon with waterproof paint. i 6-2 s i H. Minimum Age for Shipment Pipe shall be considered ready for shipment when i.t conforms to the requirements of the tests specified herein. 1. Inspection j { The quality of materials, the process of manufacture, and the ' finished pipe shall be subject to inspection and approval by the Engineer at the pipe manufacturing plant. In addition, the finished pipe shall be sub- ject to further inspection by the Engineer at the project site prior to and during installation. J. Causes for Rejection Pipe shall be subject to rejection on account of failure to conform to any.of the specification requirements. Individual sections of pipe may be rejected because of any of the followings e (1) Fractures or cracks passing through the shell, except for a single end crack that does not exceed the depth of the joint. t (2) Defects that indicate imperfect proportioning, mixing and molding. (3) surface defects indicating honeycombed or open texture. (4) Damaged onds, where such damage would prevent making a ' satisfactory joint. K. Repairs Pipe may be repaired if necessary, because of occasional im- perfections in manufacture or accidental injury during handling and will be acceptable if, in the opinion of the Engineer, the repairs are sound and ' properly finished and cured and the repaired pipe conforms to the require- ments of 14e specifications. ' L. Rejections All rejected pipe shall be plainly marked by the Engineer and shall be replaced by the Contractor with pipe w.Ach meets the requirements of these specifications. Such rejected pipe sh.ll be removed immediately from the site of work. ' M. Jointing Materials Unless otherwise specified on the pl.ai,s the Contractor shall ' have the option of making the joints by any of the following methods. (1) Mortar :,ants which meet the requirements of THD Item 421, Concrete for Structures. 6-3 (2) Cold Applied, Plastic Asphalt Sewer Joint Compound ' suitable for jointing coitcrote pipe and meeting the requirements of THD Item 464. (3) Rubber Gaskets meeting the requirements of ASTM C 361 or C 443. (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 Reinforced Concrete required to construct headwalls for cul- verts shall be. Class A having a cement factor of 5.0 and a minimum com- pre3sive strength of 3000 psi in 28 days and meeting the requirements of ' THI) Item 421, "Concrete For Structures". Reinforcing steel shall be deformed bars conforming to ASTH A615o Grades 40, 60 or 75 and shall be open hearth, basic oxygen, or electric furnace new billet steel. Reinforcing steel shall meet the requirements of THD Item 440. ' E.03 CONSTRUCTION METHODS Reinforced concrete pipe culverts and headwalls shall be constructed from the specified materialu in accordance with the following methods and procedures A. Excavation Excavation for reinforced concrete pipe culverts and headwalls i ' shall include the removal of all materials encountered, regardless of their ]I nature. If unstable material is encountered it shall be removed and replaced with suitable stable material in uniform layers of suitable depth for compac- tion as directed by the Engineer. such construction, if required shall be performed in accordance with THD Item 400, Structural Excavation. 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 jointing and thorough tamping of the backfill and bedding %naterial under and around the pipe. The Contractor shall make such temporary provisions as may be necessary to insure adequate drainage of the trench and bedding during the construction operation. B. Bedding The bedding for pipe culverts shall be Class C in accordance with the detail shown 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 Provisions of the Contract. ' 6-4 1 r C. Laying and Jointing ' (1) Laying The olevation and grade line, where shown on the pro- file, is the elevition of the pipe invert, or the lowest point on the insids of the pipe. The Contractor shall establish the grade in the trench or excavation with the use of bench marks set by the Engineer. i The subgrade shall be accurately shaped to receive the pipe barrel and each pipe section, when in place, shall have a uniform bear- ing on the subgrade for the full length of the pipe barrel. Pipe shall not be laid unless the subgrade is free of water and in a condition satisfactory to the Engineer. Adjustments of the pipe to line and grade shall be made by scraping away or filling in with sand or gravel, and not by wedging or ' blocking up the pipe. Changes in line or grade shall be accomplished by means r of pipe specials or joint deflections, conforming to the recommendations of the pipe manufacturer. Unless otherwise authorized by the Engineer, the laying of pipes on the prepared subgrade shall be started at the outlet end with the tongue ends pointing in the direction of flow and shall proceed toward the inlet end with the abutting sections properly matched, true to the r est-.blibhed lines and grades so that when laid in the bed they shall form a smooth, uniform conduit. Proper facilities shall be provided for hoisting and lowering the sections of pipe into the trench without disturbing the prepared subgrade and the sides of the trench. The ends of the pipe shall ' be carefully cleaned before the pipes are placed. Az each length of pipe is laid, the mouth of the pipe shall be protected to prevent the entrance of earth or bedding material. r (2) Mortar Joints All pine shall be closely jointed and sealed with stiff mortar, composed of one part Portland cement and two parts sand, so plated as to form a durable water-tight joint. The ends of the pipe shall be thoroughly cleaned and wetted before making the joint. After arty section of pipe is laid and before any succeeding section is laid, the lower half of the groove of the pipe last laid shall be thoroughly plastered by trowel- ing on an even layer of mortar. The tong., end of the next section of pipe ' shall then be inserted, fitted as close as the construction of the pipe will permit and the lower half of the inner circumference of the joints of pipe over 18 inches in diameter shall be sealed and packed with mortar and f4-- ' fished smooth and even with the adjacent sections of pipe. Before this mortar has attained initial set, additional mortar shall then be applied from the outside and forced into the unfilled portion of the groove to fill completely the annular space around the tongue. For pipe smaller than 18 inches in diameter a swab shall be dradn through the pipe to remove any fins of mortar from the joint. No backfilling of the trench shall be undertaken until after the cemented pipe joints have set up. 1 r 6-5 Any pipe which is not in true alignment or which shows any unlue settlement, or is damaged, shall be taken up and relaid or re- 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 processed asphalt base, suit- able volatile solvents, and inert filler, a portion of which shall be asbestos fiber. The material shall brj of a consistency that the pipe ends can be coated with a layer of the compound up to 1/2 inch thick by meancacf a trowel. It shall cure to a firm, stiff plastic condition after app a tion. (4) Cold Applied, Preformed Plastic Gaskets These preformed gaskets may he used for sealing tongue and groove concrete pipe sewers. The gasket shall be produced from blends of refined hydrocarbon resins and plasticizing compounds reinforced with ' inert mineral filler and shall contain no solvents, irritating fumes or obnoxious odors. The gasket joint sealer shall not depend on oxidizing, evaporating, or chemical action for its adhesive or cohesive strength and ' shall be supplied in extruded rope-form of suitable cross section. The gasket joint sealer shall be protected by a removable two-piece wrapper designed so that one-half may be removed longitudinally without disturbing the other half to facilitate application. D. eackfill ' After the bedding has been prepared and the pipes Installed as required, selected materials from the excavation or borrow shall be placed a..)ng both sides of the pipe ecrially, in uniform layers not exceed- ing 6 inches in loose depth, wetted if required, and thoroughly compacted with hand-operated equipment to a minimum depth of 12 inches over the top tf the pipe. i Select material shall consist preferably of a free-flowing mrteriai like sated or mixed sand and gravel, free from lumps, 1are4e stones cut clay and organic materials. Select material sh-i11 also Include trock hat the 1 tings from a ditching machine (preferably wheel-type), provided largest chips shall have at least an average dimension in one place less not pre- than one-half inch (1/2"). if sand, gravel or rock cuttings 'rent having sent on the project, the Contractor may borrow and place a damp se a minimum moisture content of 5 percent and containing not more than 10 per- cent foreign matter. Sand backfill may be jetted with water, provided the pipe is not during a density of notelesskthan 95 percent over the pipe e in -ccordance with AASHO T-99. 6-6 1 ' 6.04 MEASU EMENT 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 mada between the ends of the pipe barrel along the central axis as installed. Were spurs, branches or connections t to existing pipelines are involved, 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 a;.;,7h it connects. Payment for reinforced concrete pipe will be made at th, ;ontract unit price bid for the Yoriau s sizes and classes shown in the proposal and bid schedule, which payment shall be full compensa- tion for furnishing and transporting the pipes the excavation of the trench; the preparation of the bedding) the excavation, hauling and placing of the ' bedding materials hauling, placing and jointing of pipers for backfill and finish and all other items of material, labor, equipments 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 peg each which price shall include all labor, tools, materials and equiprent necessary to complete the work. ' B. Reinforced Concrete Headwalle 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. e 6-7 AC 150/5370-10 10/24/74 DIVISION III ' FENCING (WIRE FENCES) ITEM F-160 WIRE FENCE WITH WOOD POSTS (Classe3 A and B Fences) 1 Description 160-1.1 This item covers the requirements for furnishing materials and ' constructing new wire fences and gates with wood posts in accordance with the 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 ' 160-2.1 WIRE (a) Woven Wire (Zinc-coated'. The woven wire fence shall be 7-bar, 26-inch field fence with top and bottom wires No. 10 ASW gauge, and filler ' And stay wires No. 12 1/2 ASW gauge. Stay wires shall be spaced 6 inches wire apart. All wires saB. bAllw ioth resgshallibedtwo-dip and,shallobeispacedpas. Spec. RR-F-22I9 Type shown on the plans. (b) Barbed Wire in -coated . Zinc-coated barbed wire shall be ' 2-strand twisted No. 12 1/2 ASW gauge galvanized steel wire with 4-point barbs of No. 14 ASW gauge Agalvanized barbs shall be wire shall to Fed. Spec. RR-F-221, Type Inches apart. (c) Barbed 14ire Copper-covered)_. Copper-covered steel barbed wire shall conform to Fed. Spec. RR-F-221, Type A. ' DiV III Page 441 r AC 150/5370-10 lrj/,n4/74 a ITEM F-160 WIRE FENCE WITH WOOD POSTS (d) Barbed Wire (Aluminum-coated). Aluminum-coated steel-barbed wire ' hhall be 2-strap twist e No. 12 172 AS'W gauge. The 4-point barbs of No. 14 ASV gauge aluminum-coated steel wire shall be spaced approximately 5 inches 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 minimum ' 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 btire (Zinc-coated). Wire used for cable for bracing shall be No. 9 smooth galvanized soft wire. t 160-2.2 CATES AND HARDWARE. Cates shall be constructed of galvanized steel tubing conforming to Fed. Spec. RR-F-183 and shall be tht size sham on the ' plans. Heavily galvanized hinges and latches for wood posts 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. 1 160-2.3 POSTS. (a) _Species. All posts shall be one of the following species of wood, unless otherw se noted in the proposal: 1 Group I Group II Cedar Douglas-fir ' Chestnut Gum, Red Cypress, Southern Larch, Western Locust, Black Pine, Southern Yellow Osage-orange Pine, Lodgepole Redwood 'tamarack Yew, Pacific Ash Honeylocust Maple, Sugar ' Oak, White Oak, Red Mulberry Spruce Live Oak ' i'aFc wiK-' DIV III 10/24/74 AC 150/5370-10 ITEM F-160 WIRE FENCE WITH WOOD POSTS Posts of Group I may be used untreated, provided at least 75% of the wood is heartwood. Posts of less than 75% heartwood of Group . 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 giver, a preservative treatment in accordance with the method specified under subparagraph (e)(2), below. ' (b) ualit . Posts shall be peeled, sotrid, 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) Bapufacture. Outer bark shall be completely removed from all posts including depressions. Inner bark shall be removed from all post surfaces to be treated, except inner bark may remain in depressions. The amount of wood shaved off in the removal of inner bark shall be held to a minimum. 1 (e) Treatment. ' (1) Butt 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 2001 to 230' P. 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, pentachlorophenol petroleum solution male by either mixing a liquid concentrate of pentechlorophenol in fuel oil or kerosene, or by dissolving pentechlorophenol 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 heating in oil in a manner that prevents injurious checking, splitting, or warping before treating. The treatment, care and preservative shall be in accordance with Fed. Spec. TT-W-571. ' DIV III Page 443 ' AC 150/5370-10 10/24/74 ITEM F-160 WIRE FENCE WITH WOOD POSTS i 160-2.4 SIL'1C'_ Cleats, gate stops, and braces shall be of the size shown on the plans. They shall be of the same species and quality specified for the posts or approved by the engineer, and they shall be free from knots larger than one third the width of the piece. Gate stops shall be made of posts of suitable length. Braces may be made of posts of suitable length or of sawed lumber. All cleats, gate stops, and any braces in contact with the ' ground and for a distance of at least 6 inches above the ground shall be treated by the hot and cold bath process, specified herein for posts, The wire used in cable for bracing shall conform to 160-2.1(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 **hods 160-3.1 GENERAL. The fence shall be constructed in accordance with the details on the plans and as specified herein using'new materials; and all work shall be performed in a workmanlike manner, satisfactory to the engineer. Prior to the beginning of the work or uprn the request of the contractor, the engineer shall locate the position cF the work by establishing and marking the property line or fence line. When directed, the contractor shall span the opening below the fence wJ.th barbed wire fastened to posts of extra length at locations of small natural or drainage ditches where it is not practical to conform the fence to the general contour of the ground surface. The new fence shall be permanently tied to the terminals of existing fences whenever required by the engineer. The finished fence shall ' be plumb, taut, true to line and ground contour, and complete in every detail. When directed, the contractor shall stake down the woven wire fence at several points between posts. When directed, in order to keep stock )n 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 at any time shall not exceed 300 feet or such length that the stock can be kept in the proper field. The work shall progress in this manner, and at the close of the working day, the newly constructed fence shall he tied to the unremoved existing fence. Any openings in the fence shall be guarded when stock is using the adjoining property. ' page 444 DIY III 10/24/74 AC 150/5370-10 ITEM F-160 WIRE FENCE WITH WOOD POSTS ' 160-3.2 CLEARING FENCE LINE. The sit, of the fence shall be sufficiently cleared of obstructions, and surface Irregularities shall be graded so that the fence will conform to the general contour of the ground. The fence line shall be cleared to a minimum width of 2 feet on each aide of the centerline ' of the fence. This clearing shall consist of the removal of all stumps, brush, rocks, trees, or other obstructionP which will interfere with proper r.onstruction of the fence. Stumps within the cleared area of the fence line shall be grubbed or excavated. The bottom of the fence shall be placed a uniform distance above ground as specified in the plans. When shown on the plans or as directed by the engineer, the existing fences which coincide with, or are in a position to interfere with, the new fence location shall be removed by the contractor as part of the construction work, unless such removal is listed as a separate item in the bid schedule. All holes remaining after post and sturp removal shall be refilled with suitable aoil, gravel, or other material acceptable to the engineer and shall be compacted properly with tampers. The work shall include the handling and disposal of all material cleared, of excess excavation and the removal of spoiled material regardless of the type, character, composition, or condition of such material encountered. 160-3.3 SETTING POSTS. Posts shall be set with large ends down, plumb, and in good line on the side on which the wire is to be fastened. Posts shall be ' set full depth and shall not be cut off to eliminate rock or other excavation, Where rock is encountered, it shall be removed, even if blasting t is necessary, to provide full-depth and full-size holes. The bottoms of all posts shall be cut off square. The diameter of the holes shall be at least 6 inches larger than the diameter of the posts. When cleats are used on posts, the holes shall be dug large enough to accommodate them. After posts are placed and lined, the holes shall be backfilled with suitable material which shall be properly compacted by the use of tampers. The posts adjacent to end, corner, anchor, and gate posts shall be set and braced with braces and wire, as shown on the plans. No extra compensation shall be made for rock ' excavation. Rock excavation shall not be grounds for extension of time. 160-3.b ANCHORING. Corner, end, gate, and adjacent intermediate posts shall be anchored, by gaining and spiking cleats to the sides of the posts, as indicated on the plans. No cleats will be required on other intermediate posts or on anchor poste. DIY III page 445 1 - e AC 150/5370-10 10/24/74 C'CEhf F-I60 4JTRE FENCE WITH WOOD POSTS ' 160-3.5 BRACING. Ynd, corner, anchor, and gate posts shall be braced by using a post of sufficient length or a piece of sawed Dumber of the proper size, together with a wire cable. The wooden brace shall be gained and securely spiked Into the end, corner, anchor, or gate posts and into the next intermediate posts about 6 inches from the top of the respective posts. A cable made of a double strand of galvanized soft wire shall be looped around the end, corner, anchor, or gate post near the ground and around the next intermediate post about 12 inches from the top. After the cable has been stapled in this position, it shall be twisted until tight. The staples used to hold the cable shall be not less than 1 1/2 inch ea long. The tool used for twisting the cable shall be left in place to permit later adjus`ment of bracing if found necessary. Anchor posts shall be set at approximately 500-foot intervals and brazed to the adjacent posts. Posce shall be braced before the wire fencing is placed. 160-3.6 INS'T'ALLING 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 ' ou the posts at the height indicated on the plans. Longitudinal wires shall be installed parallel and drawn uniformly taut. The vertical stay wires of the woven wire fencing shall be straight and vertical. At end and gate posts the woven wiry and barbed wire shall be wrapped once around the ' post; each longitudinal wire shall be stapled at least three times and the ends of these wires shall be tied with a snug, tight twist. Each longitudinal wire shall be stapled to each intermediate post with one steel wire staple; at the corner and anchor posts, two or more 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 the grain of the wood and driven up tight. After the fence has been erected, the tops of the wood posts shall be sawed off with a 1-to-3 pitch. The bottom wire of the wire fencing shall clear the ground by not more than 4 inches or less than 1 inch at any place. 160-3.7 SPLICING WIRE. Wire splices in longitudinal wires will be ' permitted if made with an approved galvanized bolt-clamp splice or a wire splice made as follows: The end of tr.: wires shall be carried 3 inches past the splice tool and wrapped around the other'wire away from the tool ' for at least six tur►is in opposite directions. After the tool is removed, the space occupied by it shall be closed by pulling the ends together. The unused ends of the wires shall be cut close to make a neat, workmanlike job. Woven wire shall be spliced only at posts. ' Page 4 DIV III ' 10/24474 AC 150/5370-10 ' ITEM F-160 WIRF. FENCE WITH WOOD POSTS 160-3.8 INSTALLING GATES. The gates shall be hung on gate fittings, as j ' 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 at suitable places, as directed by the engineer or as shown on the plans. ' i60-3.9 EXISTING FENCE CONNECTIONS. Wherever the new fence joins an existing fence, either at a corner or at the intersection of straight fence ' lines, 'a corner or anchor post shall be set at the junction and braced and anchored the same as herein described for corner posts. If the connection is made at other than the corner of the new fence, the last span of the old fence shall contain a brace span. ' 160-3.10 CLEANING UP. The contractor shall remove from the vicinity of the completed work all tools, buildings, equipment, etc., used during construction, Method of Measurement r 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 apace occupied by the gates. Driveway gates and walkway gates shall be measured in units for each gate ' installed and accepted. Basis of Payment ' 160-5.1 Payment will be made at the contract unit price per linear foot for Class A or Class B wire fence. This price shall be full compensation for furnishing all materials and for all preparation, erection, and installation of these materfala, and for all labor, equipement, tools, and ' incidentals necessary to complete the item. OIV III Page 414? AC 150/537C-10 10/24/74 ITEM F-160 WIRE FENCE WITH HOOD POSTS e 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 instillation of these materials and for all labor, equipment, tools, and incidentals to complete the item. Payment will be made under: Item F-160-5.1 Fence, Class A - per linear foot. Item F-160-5.'i Fence, Class B - per linear foot. 1 Item F-160-',.1 Driveway Gates - per each. Item r-160-5.1 Walkway Gacas - per each. TESTING AND MATERIAL REQUIREMENTS Test and short title Material and short title 1 None RR-F-221--Wire ' Y RR-P-183--Hardvare 2/ AWPA Vo. 4--Preserva- tiveJ ' 1/TT-W-571-Preservative /rederal Specifications Z/American Wood Preservers Associaf1on 1 Page 448 DIV III ITEM T-901-SEEDING T-901 SEEDING. All paragraphs under item T-901, Seeding, shall apply with the following modifications: ' 901-2.1 SEED. Delete these paragraphs and substitute the followings The grass seed shall be common bermuda and shall conform to the requirements of Federal Specification JJJ-S-181. All seed must meet the requirements of the Texas Seed Law including and t 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 bag shall be within n1ne months of the time of delivery to the project. All seed used shall be hulled bermuda grass seed having a purity of ' 95• and a germination of 99%. The application rate shall be 8 pounds per acre and the recommended planting date will be January l to may 15. Bermuda grass need 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 nutgrase seed. Seed shall not contain other noxious weed seed in excess of the limits allowable under the Federal Seed Act and ' applicable state seed laws. Seed labeled as mixture or pasture mixture will not be acceptable. Common bermuda 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 germination, which date shall be within a period of six months ptior to commencement of planting operations. ' 901-2.2 LIME. Delete this paragraph. 901-2.3 FERTILIZER. Delete the paragraphs and substitute following: All fertilizer used shall be delivered in bags or containers clearly labeled showing the analysis. The fertilizer is suh;ect to testing and shall be in accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer ' shall be used with analysis of 16-20-0 representing the percent of nitrogen, phosphoric acid, and pot ash nutrients respectively. ' In the event 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 nar acre shall equal or exceed 16-20-0. Fertilizer shall be applied uniformly at the average of 400 pounds ' per acre for all types of turfing. 1 1 1 901-4.1 MEASUREMENT. Delete the paragraph an3 substitute the following: The quantity of seeding to be paid for shall be the number of acres measured on this ground surface, completed and accepted. The quantity of fertilizer ' to be paid for shall be the number of tone, 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. 1 TESTING AND MATERIAL REQUIREMENTS 1 Test and short title Material and short title None 1 JJJ-S-181--Seed 1 1 1 1 i 10/24/74 AC 150/5370-10 t DIVISION V 1 TURFING ITEM T-901 SEEDING ' 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. Materials ' 901-2.1 SEED. Tha kinds of grass, legume, and cover-crop seed furnished ' shall he those stipulated in the special provisions. Seed shall conform to the requirements of Fed. Spec. JJJ-S-181. Seed shall be furnished separately or in mixtures in standard containers ' with the seed name, lot number, net weight, percentages of purity and of germination and hard send, and percentage of maximum weed seed content clearly marked for each kind of seed. The contractor shall furnish the engineer duplicate signed copies of a atatement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within 6 months of dote of delivery., Thin statement shall include: name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture, the proportions of each kind of seed. a 901-2.2 LIMP.. H me, if specified, shall be ground limestone containing not e 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 ate increased to provide not less than the minimum quantities and depth specified it 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. ' DIV V Foge 507 AC 150/5370-10 10/24/7 ITEM T-901 SEEDING ' 901-2.3 FERTILIZER. Fertilizer, if specified, shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall be applied at the rate and to the deptt. specified in the special provisions, and shall meet the specified requirements of the applicable Statt 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 shail be permitted in mixed fertilizers The fertilizers may be supplied in one of the following forms: (a) A dry, free-flowing fertilizer suitable for application by a zommon fertilizer spreader; (b) A finely-ground fertilizer soluble in water, suitable for application by power sprayers; or ' (c) A granular or pellet form suitable for application by blower equipment. i 901-2,4 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall bn aC least of equal quality to that whit exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with ' subsequent sowing of seei, compacting, and establishing turf, and shall be approved by the engineer before being placed. Construction Methods ' 901-3.1 ADVANCE PiS PARATION AND CLEANUP. After grading of areas has been comp)n•ted and before applying fertilizer and ground limestone, areas to be seed shall be raked or otherwise cleared of stones larger titan 2 inches in ' any diAmeter, sticks, stumps, and other debris which might interfere with sowing of seed, growth of grasses, or subsequent maintenance ed of gersthe verec areas. If any damage by erosion or other causes has completion of grading and before beginning the application of fertilizer and ground limestone, the contractor shall repair such damage, This may include filling gullies, smoothing irregularities, and repairing other incidental damage. 1 Page 508 DIV V 10/24/74 AC 150/5310-10 1 ' ITEM T-401 SEEDING t p.:t area to be seeded shall be considered a satisiactorl seedbed without additional treatment if it has recently been thoroughly loosened and worked to a depth of not less than 5 inches as a result of grading operations and, if immediately prior to seeding, the top 3 incises of soil/is loose, friable, ' reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. ' However, when the area to be seeded is sparsely sodded, weedy, barren and unworked, or pack::d and hard, any grass and weeds shall first be cut or otherwisq satisfactorily disposed of, and the soil then scarified or otherwise loosened to a depth not less than 5 inches. Clods shall be broken and the top 3 Inches of soil shall be worked into a satisfactory seedbed by discing, or,by use of cultipackers, rollers, drags, harrows, or other appropriate means. 901-3.2 DRY APPLICATION HETHOD. ' (a) Liming. Lime, if required, shall be applied separately and prior to the application of any fertilizer or seed and only on seedbeds which have ' previously br._n prepared as described above. The lime shall then be worked into the top 3 inches of soil after which the seedbed shall Egain be properly graded and dressed to a smooth finish. ' (b) Fertilizing. Following advance preparations and cleanup, and liming if required, fertilizer shall be uniformly spread at the rate which will provide not less than the minimum quantity stated in the special ' provisions. (c) Seeding. Crass seed shall be sown at the rate specified on the plans or in the special provisions immediately after fertilizing, and the fertilizer and seed shall be raked within the depth range stated in the special provisions. Sreds of legumes, either alone or in mixtures, shall be inoculated before mixing or sowing, in accordance with the instructions of the manufacturer of the inoculant. When seeding is required at other than the seasons shown on the planq or in the special provisions, a cover crop shall be sown by the same methods required for grass and legume seeding. (d) ollin . After the seed has been properly covered, the seedbed shall be immediately compacted by weans of an approved lawnroller, weighing 40 to 65 pounds per foot of width for clay soil (or any soil having a tendency to pack), and weighing 150 to 200 pounds per foot of width for sandy or light soils. 1 1 Div V Pago 509 1 AC 150/5370-10 10/24/74 1 ' ITEM T-901 SEEDING 901-3.3 WET APPLICATION METHOD. (a) General. The contractor may elect to apply seed and fertilizer (and lime, if required) by spraying them on the previously prepared seedbed in the form of an aqueous mixture and by using the methods and equipment described herein. The rates of application shall ba as specified in the special provisions. (b) Sprayin_k y a ioment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to road in increments not larger than 50 gallons over the entire range of the tank capacity, mo~mted so as to be visible to the nozzle operator. The container or tank shall also be equipped with a mechanical power-driven agitator capable of keeping all the solids in the mixture in complete suspension at ' all times until used. The unit shall also be equipped with a pressure pump capable of delivering 100 gallons per minute at a pressure of 100 pounds per square inch. The pump shall be mounted in a line which will recirculate the mixture through the tank whenever it is not being sprayed fic* the nozzle. All pump passages and ' pipe lines shall be capable of. providing cinarance for 5/8 inch solids. The power unit for the pump and agitator shall have controls mounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gauge connected and mounted immediately at the back of the nozzle. The no?zle pipe shall be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 degrees above the horizontal. There shall be a quick-acting, three-way control valve connecting the recirculating line to the nozzle pipe and mounted so that the ' nozzle operator can control and rr:gulate the amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying from 20 feet to 100 feet. One shall be a close-range ribbon nozzle, one a ' medium-range ribbon nozzle, and one a long-range jet nozzle. For case of rem9val and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick-release couplings. r In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet in length shall he provided to which the nozzles may be ' connected. 1 Page 510 DIV V 1 t i0/24/74 AC 150/5370-10 ' ITEM T-901 SEEDING ' (c) Mixtures. Lime, if required, shall be applied separately, in the quantity specified, prior to the fertilizing and seeding operations. Not more than 220 pounds of lime shall be added to and mixed with each 100 ' Gallons of water. Seed and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds of these combined solids shall be added to and mixed with each 100 gallons of water. All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life. Brackish water shall not be used at any time. The contractor shall identify to the engineer all sources of water at least 2 weeks prior to use. The engineer may take samples of the water at the source or from the tank at any ' time and have a laboratory teat the samples for chemical and saline content. The contractor shall not use any water from any source which is disapproved by the engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within 2 hours from the time they were mixed or they shall be wasted and e disposed of at locations acceptable to the engineer. (d) &rayin„g. Lime, if required, shall oe sprayed only upon previously ' prepared seedbeds. After the applied lime mixture has dried, the lime shall be worked into the top 3 inches, after whirl- the seedbed shall again be properly graded and dressed to a smooth finish. Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the lime, d buird, shall already have spray worked in. The mixtures shall be applie by means ' which shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. 'Nozzles or sprays shall never be directed toward the gtound in such a manner as might produce erosion or runoff. Particular care shall be exercised to insure that the application is made uniformly and at the prescribed rate and to guard against misses and. ' overlapped areas. Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by ' observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited thereon. 1 DIV V Pa Fe 51 1 ' AC 150/5370-10 1 n/ 24/74 i ITEM T-901 SEEDING On surfaces which are to be mulched as indicated by the plans or designated b} a 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 roiling operations will be required after the soil has dried. ' 901-3.4 MAINTENANCE OF SEEDED AREAS. The contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved by the engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. She ' contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. ' When either the dry or wet application method outlined above is used for work done out of season, it will be required that the contractor establish a (rood 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 1 areas seeded out of season will be withheld until such time as these requirements have been met. ' Method of Measurement ' 901-4.1 The quantity of seeding to be paid for shall be the number of units of 1-)060 square feet, measured on the ground surface, completed and accepted. Basis of Payment ' 901-•55.1 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 wo-k prescribed in this item. 1 ' Page 512 DIV V 10/24/74 AC 150/5370-10 ' ITEM T-901 SEEDING Payment will be made under: ' Item 901-5.1 Seeding - per 1,000 square feet. ' TESTING AND MATERIAL REQUIREMENTS Test and short title Material and short title None JJJ-S-181--Seed Federal Spunirieation 1 1 1 DIV V ?age 513 (Reserve Page 514) ' Ac 150/5370-10 10/24/74 TEST 611 CO;MACTIOU CO MOL TESTS ' 611-~.1 FIELD DENSITY. Field density refers to the dry density expressed in pounds 1~cr cubic foot of a layer of compacted material in place at the ❑1te as determine!. by n sample representative of tha compacted layer. The ' field density shf,II be detennined in accordance V.th AASHO T 147, AASHO T 181, AS74 D 1556, ASTM D 2167, or other methods approved by the engineer. 611-4.1 PERCMT C0119ACTION. The percent compaction is defined as the density of the compacted ..ayer expressed as a percentage of the maximum density of the material when tested in accordance with these specifications. 1 611-4.2 COMPUTATION. The percentage of c->inpaction s computed by the formals: Percent compaction F.e:d de.s:ty g lOo e Maxim,,= density 1 ' t i Page 658 DIV V11