Loading...
HomeMy WebLinkAbout1979 'r r 1 J9^'~ t A V' i '77-77 V r CITY OF OUNTON TEXAS ' SPECIFICATIONS AND CONTRACT OOCUMEENYS FOR THE CONSTRUCTION OF DENTON MUNICIPALS AIRPORT STRENGTHEN AND MARK r NORTH - SOUTH! RUNWAY, RELATED TAMWAY1 ' AND AIRCRAFT PARKING APRON r ~ Colo P#0P'A#SO •V y SHIMEK,1ACOES i IINKLEA CONMIING LNGINLLILS pbllAS, TE i1AS r r CITY OF DENTONo TEXAS r r Specifications and Contract Documents r For The Construction of r SID NO. 8688 r DENTON MUNICIPAL AIRPORT r STRENGTHEN AND MARK NORTH,-SOUTH RUNWAY, RELATED TAXIWAYS AND r AIRCRAFT PARKING APRON I 1 Prepared by SHIME:t, JA,.%"0BS & FINKLEA Consulting Engineers Dallas, Texas August, 1979 1 r r r CITY OF DENTON# TEXAS 1 ' MAYOR Bill Nash 1 CITY COUNCIL ' Dick Stewart Dr. Roland Vela Dr. Ray Stephens Bud Hensley r CITY MANAGER ' G. Chris Hartung r AIRPORT BOARD CHAIRMAN Dr. Gene Wright f 1 r AIRPORT BOARD MEMBFRS r Dr. John Carrell Ed Moorehead Dave Thomas C. J. Taylor Ralph Slater Lee Keith ' Julie Marshall r r 77" `4`7777~ r 1} , r TABLE OF CONTENTL; ' ADDENDA NOTICE TO CONTRACTOR ' PROPOSAL AND BID SCHEDULE CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY WATE RATES WAGE# LABOR, EEO AND SAFETY REQUIREMENTS SECTION A Federal Aviation Administration Requirements ' SECTION R Secretary of Labor Requirements SECTION C Equal Employmen-. Opportunity Clause SECTION D Health and Safely Requirements ' SECTION E Air and Water Qlality Standards STANDARD FORM OF' AGREEMENT r PERFORMANCE BOND I PAYMENT BOND r SPECIAL CONDITIONS GENERAL PROVISIONS SECTION NO. SECTION DESCRIPTION 10 Definition of Terms 20 Proposal Requirements and Conditions ' 30 Award and Execution of Contract 40 Scope of Work so Control of Work 1 60 Control of Materials II ' 70 Legal Relations and Responsibility to Public 1 80 P.cosecution and Progress 40 Measurement and Payment I I I 1 r + ' TECHNICAL SPECIFICATIONS SECTION ITEM DESCRIPTION P-401 Bituminous Surface Course P-603 Bituminous Tack Ccat P-520 Runway and Taxiway Painting ' SPECIAL SPECIFICATIONS SS-1 Shoulder Grading ' SS-2 Remove and Dispose of Concrete Pavement SS-3 Runway Subgrade Preparation SS-4 Pout and Fill Concrete Pavement Joints ' SS-5 Remove Apron Pavement p SPECIAL PRO'.%SIONS Air and Water Pollution Control - 2 - NOTICE TO CONTRACTORS 1 Sealed bids addressed to the City of Denton, Denton Count, Texas ' will be rec-4.;d,:, at the office of the Purchasing Agent In the Municipal Building until 2100 p,m., Sepi.%mber 20, 1979, and then publically opened and read for strengthening and ma-:king tha north-south runway, related taxi- ways and aircraft parking apron at the Denton Munioipal Airport, FAA Project No. 5-48-0067-07. City of Denton Sid No. 8688. The City desires to receive bids on three areas of work including the followings Section I - Strengthen and Mark North South Runway Section It - Strengthen and Mark 'taxiways Sectilm III - Strengthen Aircraft Parking Apron Bids will be received on these sections as followed Section I Section 1 plus It ' Section ; plus it plus III Ais City intends to award one contract to perform the work and reserves the right to award any of the above combinations of bids. The approximate quantities of work are as followed SECTION I - STRENGTHEN AND MART NORTH-SOUTH RUNWAV Approximately 150089 tons of Bituminous 6urface Course, 16,700 gallons ' of tack coat, 102,000 square feet of runway painting earth shoulder grading, rout and fill joints and miscellaneous improvements. SECTION 11 - STRENGTHEN AND MARK TAXIWAYS Approximately 5,899 tons of Bituminous Surface Course, 61500 gallons of tack coat, 6,000 square feet of taxiway painting, earth shoulder grading ' rat and fill joints and miscellaneous improvements, SECTION I II - STRENG'i'l, EN AIRCRI,FT PARKING I%PRON Approximately 6,500 tons of BitFuninaus Surface Course, 19,000 gallons. 1 of tack coat, apron pavement repair work and miscellaneous improvements. Proposals shall be accompanied by a cashiers or certified check upon a national or state bank in an amount not less than five percent (5%) of thb - 1 - 1 r a r a total amourt bid payable without recourse to the City of Denton, Texas, or r a bid bond in the same amount from a reliable su"ety company, as a Varnntee that the bidder will enter into a contract and execute Performance Bund with- in ten (10) days after notice of award of contract to him. The successful b!.dder must furnish Performance and Payment Bonds upon the form provided in the amount of 100 percent of the contract price from an approved surety company holding a permit from 'ho State of Texas to r act as surety, or other surety or sureties acceptable to the Owner. The City reserves the right to accept or reject any and all bids and to waive any informalities in connection with such bids except those requirements related above. The successful bidder will be required to submit a Certification of Non-Segregated Fc.ilities prior to award of the contract, and to notify prospective subcontractors of th1, requirement of such a certification. Sam- ples of the Certification and '-no Notice to Subcontractors appear in the Speci- fications. Women will be afforded equal opportunity in all areas of employment. However, the employment of women shell not diminish the standards or require- ments for the employment of minorities. r A contractor having fifty or more employees and hie subcontractors having fifty orinore employees who may be awaried a subcontract will be required to maintain an affirmative action progtam within 120 days of the com- mencement of the contract. r This proposed contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause contained in the ' Proposal.' The Bidder (Propa,9er) must supply all the information required by the Bid or Proposal Form. Notice of Requirement for Affirmative Action to Ensure Equal r Employment opportunity (Executive Order 11246, as amended) 1. The Offeror'e or Bidder's attontion is called to the "Equal Op- portunity Clause" and the "Standard Federal Equal Employment Opportunity Con- struction Contract Specifications" set forth herein. ' 2, The goals and timetables for minority and femal. participation, exrressed in percentage terms for the contractor's a,gregate work force in each trade on all vonstruction work in the covered area, are as follows ' goals for female participation Timetables in each trade ' April 1, 19780 until March 31, 1979 3.1• April 1, 1979, intil March 31, 1980 5.1% April 10 19900 until March 310 1981 6.91 r , 1 -2- F } t, I i I These goals are applicable to all the contractor's construction work (whether of not it is Federal or federally assisted) performed in the covered area. The contractor's coq)liance with the executive order and the reg- O ulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required ' by the specificatio❑B set forth in 41 CFR 60-4.. (a), and its efforts to meet the goals established for the geographical area whets the contract resulting from this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of tho contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to con- tractor or from protect to project, for the sole purlose of seeting the con- tractor's goals, shall be a violation of the contract, the executive order, and the regulations in 41 CFR Part 60-4, Compliance with the goals will be measu,-ed ' against the total work hours performed. The contractor shall provide written notification to the Director, ' Ok%::.'P, within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract result- ing from this solicitation. The notification shall list the name, address, and telephone number of the subcontraetort employee identification number) estimated dollar amount of the subcontraetl estimated starting and completion dates nc the subcontraeti and the geographical area in which the contract is to Le per- formed. As used in this nitice and in the contract resulting f.vm this soli- citation, the "covered area" is nationwide. Plans, specifications an3 bidding documents may be securoi from the office of Shimek, Jacobs 6 Finklea, Consulting Engineers, 1300 Adolphus Tower, Dallas, Texas, 752020 on deposit oL $30.00 per sets, which sum so deposited will ' be rofur 4, provided the provisions of the specifications regarding the return of such %:ncuments are complied with. I 1 CITY OF DENTON; TEXAS e/Chris C. Hartu lbr,'s G. Hartun gam, City Manager r PROPOSAL TI;E CITY OF DENTON, TEXAS (OWNER) t STRENGTHEN AND MARK N-S RUPWAY, RELATED TAXIWAYS AND AIRCRAFT PARKING APRON DLNTON MUNICIPAL AIRPORT 1 ' The undersigned, as bidder declares that the only person or parties interested in this proposal as principals are those named herein; that his proposal is made without collusion with any other person, firm or corporation, triat he has carefully examined the form of contract, Notice to Contractors, specifications and the plans therein referred to, and has carefully examined the locations, conditions and clabses of materials of the proposed works and agrees that he will provide all the necessary labor, machinery, tools, appara- ' tua and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manneY prescribed herein. ' It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide 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 oaneldered ns^easary 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 set forth below except as provided for in the speci- fivations. It is further agreed that lump-sum prices may bo increased to cover ' additional work not shown on the plans or required by th6 speci.ficati3nai in accordance with the provisions of the General Provisions. Similarl;', they may lie decreased to cover deletion of work so ordered. ' It is understood and agreed that the w4rx is to be complO.•" full :'•,+ir xr;7;g, within the time designated in the Special Condl.tions of these spa.,) Accompanying this proposal is a (Cert'.fied or Cashier's C1.%,0% pAj,lile 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 a performance bond within ten (10) dayop, after its acceptance, in which case the bid security shall become the property of PiBS•1 RIB :iC!iE3?JLi: S1;C'I'IOft T - STalil:GTi:VN AND NARK 1:OSTE - SOUTE IWN-,''Ay 1 ' It-um Estimated Price in .Tfo. _~u.3nti~ _ Unit Description and Price in %lords_ _ Fii(jures _ Paaount ' V1 15,972 Ton', For Bituminous SGrfaae Course, 29.10 464,765.20 the s;um Twenty Nino [)ol.IaIki and CC- 9 per 'i Gll. 2 16,-100 Gal For Tack Coat, the+cum of_- 0.75 12,525.00 No _ n-01lara Cants per Gallon. 3 6,000 L.Y. 1' or 11011t a10 PJAI VxP3nS)0n 1.25 7 500.OU dointa, the Hurt of One rs and ~ ,75•L4ntY'~~.Y9...r..._..__._ _ Ccnts per Linear Fuot. 4 20,750 L. F. For Rout and Fill Longitnflial 0.75 150562.50 ' Canutruction Joints, the sum Dollara and+ SeventyP~-~- - Cunts par Linear Foot. 5 102,000 S.P 1'ur lttu u~tf = inLin" thu 0.25 25,l;l2r) nn<1 7Wenty-7"ivo CowA par Eiqo+tYrs 1'u:,t:. 7 7`7 Item t ctist.atc ci F'rlr;c in Unit [)escrif,tion tint t'rica in 4_afur; , F'i. jtire5 Amount ! 6 1 L. S. For Shoulder craainq+ thr. cnsm 41000.00 4,J00.00 of Four Thous&nd Y Dollard ana__ Cents nor Lwmp Sun. 7- 1 7 578 S111. For Remove Existing Concrete ~ 2.50 1,445.00 Pavement, the sura of Tno _ liollarea ' and_ Cents o-nr S,Iuiste vprd. 8 ~ 100 r C.Y. For Excavation, the rum 0! 5.00 Y 500.00 _ Five And No Cents per Cubic Yard.. 9 573 S.Y. For lira 7'realed Subgr.idc, $.he 1.50 867.00 Eum of Ono _ Dollarc and ~FiftY_ ' ' Cor.c.a per Square YAM. " I ' 10 10 Tons Fur Hydrated Lime, the Earn ut_ 75.00 750.00 _Dollar" i Cents pur Ton. 2,a. w t•or ni s ] r•,~ ~,;1 'a~~:.s}-lt?, +r~ _ ~ ~ 700.00 ~-11400.00 sum orSeven Eundred rr rt No ('cntu pur t.a~h. I t I - T'R ' Item Estimated Prica in .No-. ___Quantity Unit Descrtlik'and Price in llords Fi(jures~Arauunt 1 12 2 l,. For Painting X on Runway Lrids, 600.00 lr200.00 the sum of-» Six Hundre,i 'Dollars arLd No Conte for Each X. ' 13 60 Gal. For Asphalt Emulsion, the sum 2.00 120.00 ' of Two Dollars R:td No _ Cents per Gallon. 14 50, Gal. For Concentrated Herbicide, 15.00 750100 the sue of Fifteen Dollars 1 and No Cents per Gallon. 1 PO'1'AL DID (Section 1) 5361904 0 , l 1 1 MIS-4 (ADDENDUM M' , ; 1 Riit ..C1:1SLS'vLt: :•?J(le TAXI AYt; ' Itert Fstinated Price in l~ No._M___Quantit! ~Unit ~mscription Ind price in Stordm Figures Amount rr l 6,200 Tons For Bituminous surfaces Course# 29.10 180,420.00 ' the sung of__ _ 9tirentyYNino _ Uol.laro and T_ en Cents per Ton. 2 61500 Gal. For Tack Coat, the sum-of`-.-- 0.75 4,875.00 tiollaxs and.- Cents Cents per Gallon. - 3 - 2,x,50 L.P.J-~k'Or Rotet and t'il.l E>:pansiun ~'fW1 25 30062.50 .7uints, t~ta ;;utn One _ Dollars and _llaenty, Five _ ' Cent + per Lil;ear Foot. 4 50S011) L.P. For Rout and Fill Longitudinal 0.75 4,350.00 Constriact.i(,,n Joints, th fwr,t ttalla rs alid Cenl.s per LinDar foot. 61000 S. F. For 'iY xiway t'ain'_ "Ac.1, the som 0.25 10500.00 pf No Itc~l lar:, THenty-•t'ive ' F&i~S-!i i 1 Iten Estimated Price in No. Quantity Unit Description and Price in Weirds; Figures Amount _ 6 1 L.S. For Shoulder Grading, the aurn 2,600.00 2,600.00 of Two Thousand Six Hundred Dollars and _ No 1 Cents per Lump Sum. ' 7 4 Ea. For Painting X on Taxiway, the 315.00 1,260.00 Sum of Three Hundred Fifteen Dollars 1 and No Cents per Each. 8 25 Gal. For Concentrated P.erbicide, 15.00 375.00 the sum of Fifteen Dollars and _ No Cents per Gallon. 1 TOTAL HID (Section 11) $ 198,442.50 i 1 1 1 1 1 1 i 1,&B,;-6 (ADN,.NDUM W. I) r ' In the event of the award of a cuntrar.L Lo Lhe U Wr rsigned, the under- signed will furnish a perforsrance bond and a payraent M.rx,cl for the full avount of the contract, to secure proper corplianco with tha tarms and provisions of the contract, to insure and guarantee the work until final completion and accep- tanco and to guarantee payment of all lawful clains for labor perfon,wd and rr,iterials 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 and final. NOTES Unit and lump-sum prices must be shown in words and figures for each item listed in this proposals and in the event of dis- crepancy the oor6s shall control. 1 Receipt is her%by acknowledged of the following addenda to the contract documents: ' Addendum No. 1 Dated 914-79 Received 9-17-79 ` Addendum No. 2 Dated 9-20--79 Received- 9-20-79 Ad4indum No. 3 Dated - Received Addendum No: 4 Dated Receives ' Addendum No. 5 Dated Received, ~ 1 . i 1 1 1 rtit~~-11 . cERTIPICATION OF' BIDDER REGARDING EQUAL 174PLOYMENT OPPORTUNITY GENERAL BIDDERS NAME Marriott Bros., Inc.- ADDRESS Post Office Pox. 24671, Dallas, Texas 75223 INTCRNAL REVENUE SERVICE ENPLOYER IDENTIFICATION NUMBER 1-75-1445543 ' NONSEGREGATED FACILITIES ' NOTICE TO PROSPECTIVE FEDERALLY ASSIST£C CONSTRUCTION CONTRACTORS: (1) A Certification of Nonsegregated Facilities must be s4xAl tted j prior to the award of a federally assisted construction contract exceeding $10,000 which is not exempt from the provisions of {I tha equal opportunity clause. (2) Contractors receiving federally assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause will Le required to provide for the forwarding of the following notice to prospective subcontrac- tors for supplies and construction contracts where the subcon- tracts exceed $10,000 and are not exempt from the provisions of ' the equal opportunity clause. NOTE: The penalty for making Ktate- rients in offers is proscribed in IS U.S.C. 1001. ' NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIFYM£NT FOR CEPTI=ICATION CAI NONSEGREGATED FACILITIESi ' (1; A Certification of Nonsegregated Facilities must be submitted prior to the award of a subcontract exceeding $10,000 %Atich is not exempt from the provisions of the: equal opportunity chose. (2) Contractorn receiving subcontract awards exaeedle.d $10,000 w;'.clt are not exempt fru.u the ptuvisiuns of the cyual opl.jrtuuity clause will by required to provide for the forwarding of thin notice ' to prospective suhcontrActoru for nuppliee. and construction contracts whero the subcontracts exc~r:d $10,003 and are +,ot (jxa,:a;.t from the provisions of the equal cpport.vnity clnur.u. The, psrjul ty for nahtnU false utatomt nt.& In c)ft, rf; Jr. preen01;A in 12 U.S.C. 100). r ,4 P k, CERTIFICATION CL NONSLGMMATF:U FACILITIES: The federally assisted concLrucLion contractor curtifies that he does rot r:aintatn or provide for hie rtnployees any segregated facitities at any of his e tablishments, and that. It(, does not perr,i t his employees to perform their services at any location, under hts control, erhore.segzogated facilities are maintained. The federally ' assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments; tnd that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted con- struction contractor agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage ' or dressing areas, parking lots, drinking fountains, ree_cati.on or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex or national origin, because of habit. local custom, or any other reason. The federally assisted construction contractor agrees that (except whore he has obtained identical certifications from proposed Aubcontractors for specific time periods) he will obtain identical certifications from proposed subcontractorr prior to the award of subcontracts exce- eding $10,000 a.hich are not exempt Bern the provisions of the equal 1 opportunity clause, and that he will retain such certifications in 1 his files. NOTICE TO YF.OIPECT1VE CONTRACTORS OF REQUIREMNT FOR CERTIF'rCATIOA OF ' NONSF.GREGAUD F'A.CILIT1ESr A Cortificat:on of Nonsegregated Facilities must be submitted prior 1 ~o the award of a contract or subcontract exceeding $10,000 waich , is not exe'ipt from the provisions of the Equal Opportunity Clau,e. ' Certification - The information above is true and complete to the best of my knowledge and belief. Name and le of Signer (Please Typa) 1 _ 91gnature Date NOTE: 9rtie hc:rs-all.y far ntnkir,] fal."i1 ntaletcenin in offr.r., to pre,,•crit"Cd in 18 ' U.S.C. 1001. VIJ1.;-13 "The 11100,.~r (Proposur) shah] cu:npleto the follr,xl'~g :;Latement by chucking the .q~propri;%Lc boxon. The Bidder. (Ptopoaur) ha:' /V has 'lot f_7 participatedi in a provious contract subject to the oqurtil oppottunity clauioe prescribed by i.xccutivo Order 10925, or Executive Order 11114, or Executive Order 11246. The Bidder (Proposer) has Q has not L7 submitted all compli- ance reports in connection with any such contract due under the appli- cable filing requirements= and that representations indicating submis- sion of requ a..d compliance reports signed by proposed aubcontractorc will be obtained prior to award of subcontracts. If the Bidder (Proposer) has participated in a previous contract subject to the equal opportunity clause and has not subrlttted conpliance. reports due under applicably filing requirements, the Bidder (Proposer) ' shall submit a compliance report on Standard Form 100, 'Mnployee infor- mation Report EEO--1' prior to the award of contract." (C rector) n 87 'f tle} P.^0. Box 29671 (Address) Dallas, Texas 15229 Seal and Authorization (City and Stttt) (T£ a Corporation) 214-247-9681 (Telephone) 1 The Bidder (Propol;Q? "hal l curaplrLe the "crrt i N cat ion of 111,1r1or i'r.c,,,r~3inq Prluil 1;r, ,luf,°~,•nf r;Vj„rlurjity" un r6Ycl zo rl 1'r.r - 1'LL'5-14 { .1 ! ~ IJ i 18338 NOTKES I •R ,.r Y8R9~8~R88wSr81R«838~gQ,R8R6R7$S~,st+~St«' • i > ria'+in : :y :A 4A.; j AJ8r +4J AAA 0441„ 3447 :jri4,: w • ~ ~8::Al; 8S8RR~T~88 9~8~8R P.~BRR ~sBR ; 4 • • 1 • • . • 1 • 1 • . . 1 • • • • 1 1 • 1 1 •'s 1 1 ' • • ~ a iz n~ r3rin./:.nr n r;•~nnnrC Wna♦ 13A w r}t 8:8, i1 •~~Sa.8St81~~8T~88~fi;IFA.PB►'RSt/881«3°A ' ~ ~iM nna ~ In..:iririlrS :.::+a•+nn nn.irS:rf/tjrt an arijn ti 8PSS5t IR71CRPSRR I 1«S«.5: CM8R,8?8,8 ~8R8, , j .Sriririj lri.t.~..trRri .rinnritS wn.{~rS !j .Sriri of ri:ri w r 151 t I N.0 $rat 71 ~ lot 11110ag ~R It E :IXktE k1 ~ Y1 1 ~ I n ? •a M 1f( e 4 r tT r NOTICES 16339 44 gg~4 823 R R postx K'8 r 8 ^.R«R ~grR~Q" ~ $ Rb3 v ~ I~~ w rSrirtl" JriJJ ~ rI ri"i' •'0:iA r t ~ a R BR R 35.5 3 5 as ~ r{ ii " 1rI ri' ri~lrl' ' ' Jrt ft , If rI~i~~i _ ~s rot 33 5511515' r , r r 5 51 5 ' gv?"'' ~rlfJ1.~~r r r r r Jr t jjo r r JJ~B"'~4'. i w la14 414 J+IIr r r l r i r r r r r ~ 1581 r},r~dJJ"'5 5 ' 'Qj `Qj S 'Qj Q1 I 1 r r ~ rP~~• ~ i ^~ri' JJ.Irn'l r1 r r r r r r rr'~. r j art' 1 J w . a r ~ x pill „ `.4.fill 11111 f~ #11717 ~ 0 1 HOTICti 16343 a gg ~ ~ ~t F a } M y^ ^ Y by ER ~ M J ~4• ~ l .ti - : t ••r i t tF 3 ~s ~Y d~, Yid d,~ • ~ ~ ~ iY : 10 till ~~II~ ~ wr ple iI~~If f ~a ~d ~ "~.e.► n i ~ r r r WAGE, LA20R4 ESQ and SAFETY RDQUIRFZSENTS SECTION A (Federal Aviation Administration Requirements) A-1 Airport Development Aid program Project. The work in this ' Contract is included in Airport Development Aid Project No. 5-48-0067-07 which is being undertaken and accomplished by the City of Denton -(Sponsor) in accordance with the terms and conditions of a grant agreement between the City of Denton (Sponsor) and the United States, under the Airport and Airway Development Act of 19;0 ~4Z U.S.C. 1701) and Part 152 or ►.he Federal Aviation Regulations I CFR Fart 152), pursuant to which the United Stntes has agreed to pay a certain percentage of the costs of the project. r that are determined to be allowsbl%• project costs under that Act. The United States is not a party to this contract and no reference in this contract to the FAA or any representative thereon or to any rights granted to the FAA or any repre- sentative t;ereof, or the United States, by the contract, 1 makes the UnircR States a ;+rtv to this contract. 1 A-? Consent to assignment. The contractor shall obtain the prior titr on consent of the City of Denton (Sponsor) to any proposed assignment of any interest isi or part of this contract. A-3' Convict labor. No convict labor may be employed under this contract. r A-4 Veterans preference, In t►:.N employment of labor (except in executive, administrative;, and supervisory positions)p preference shall be g11sn to qualified Individuals who have served in the military'service of the United States (as defined in section 101(1) of the Soldiers' and Sailors' ' Civil Relief Act of 1940) and have been honorably discharged from that service, except that preference may be given only where that labor in ava.tlable locally and is qualified to perform the work to which the employment relates. r M5 NLlthholdinj;, S nsor from contractor. Whether or not p,,,yments or adrwticea to theE'M-n (Stwnaor) are r ~ r 1 1 Q 1 2 Withheld or Vjspendec~ by the FAA, the City of Denton r (Sponsor) may withhold or cause-ta tie w t e Trom`We contractor so much of the accrued pa*ments or advances as may be considered necessary to pay laborers r and mechanics employed by the contractor or any subcontractor on the work the full amount of wages requi-ed by this contract. r A-6 Nonpa),ment of wages. If the contractor or subcontractor fails 'te pay any.Iaborer or mechanic employed or working ' on the site of the work any of the wages requires by this contract the City of Denton after written notice to the contractor; tal;e(suchsactiony, as may be necessary to cause the suspension of any further ' payment or advance of funds until the violations cease. A-7 FAA ins action and review. The contractor shall allow ariy`autoriz`ed-representative of the FAA to inspect and review any work or materials used in the performance of this contract. A-6 Subcontracts. The contractor shall insert in each of KirYsubcoritracts the provisions contained in paragraphs A-l, A-3, A-40 A:-5, A-6, and A-7 requiring the subcontractors r to include these provisions in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made, A-9 Contract termination, A breach of paragraphs A-6, A-71 r an3 A-8 "may Iib 'grourids for termination of the contract. r r 1 2 r 1 4 K ;r 1 i i SECTION B (Fecretary of Labor Requirements) ' B-1 Minimum wages. (a) All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less ' often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are ; permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amounts due at time of payment computed at 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 park hereof, regard- less of any contractual relationship which may be alleged to +e exist between the contractor and such laborers and mechanics; ' and the wage determination decision(s) shall be posted by the contractor at the site of the work in a prominent place whore it (they) can be easily seen by the workers. For the purpose of this paragraph, contributions made or costs reasonably anticipated under Section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such, laborers or mechanics, subject to the provisions of subparagraph (4) below. Also for the purpose of this paragraph, 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 be constructively made or incurred during such weekly period (29 CFR 5.5(a)(1)(i)). (b) Any class of laborers or mechanics, including apprentices and trainees, which is not listed in the wage detormination(s) and which is to be employed under the contract, shall be classified or reclassified conformably to the wage determination(s), and a report of the action taken shall be sent by the (insert sponsor's name) City of Denton to the FAA for approval and transmi"--t`ar- the rotary- off" Labor. In the event that the interested partioa 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 by the recommendation of the FAA shall be reforred to the Secretary of Labor,for final determination (29 CFR 5.5(a)(l)(ii)). ' (c) Whenevor the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe banefit which is not expressed as an hourly wacre,rI and the contractor is obligated to pay a cash equivaloaot of such a ' fringe benefit, an hourly cash equivalent the.oof shall be established. In the ovent the interested partien cannot agree upon a cash equivalent of the fringe benefit, the question ' accompani.cd by the recommendation of the FAA shall br. ieforred ; to the Secretary of. Labor for klotermination (I9 CFR 5.5 (a) (1) (iii))., 3 Y.~ . 1 7 777 "T ' (d) If the contractor does not make payments to a trustee or other third person, he may consider as part of the wages of ' any laborer o. ne-chsnic the amount of any costs reasonably anticipated in provid.'ng benefits under a plarl or program of a type expressly listed in the wage determination decision of the Secretary of Labor which is a part of this contract; 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 i29 CFR 5.5 (a) (1) (iv) ) . r D-2 Withholding: FA:. from s onsor. Pursuant to the terms of the gram agreements-etc centhQ nited Stutes and (insert sponsor's name), relating Aid Project NO 5-4$-_9057-07 to Airport of the Federal Aviation AegtrT~at3ons (l~ CFIt ~152) , the FAA may withheld or cause to be withheld from the (insert sponsor's name) city of- Denton so much of the accrued payments or advances as- may 1 coris3cfered necessary to pay 1aIjor0 rs and,w4) mechanics, including apprentices and t,:ainees, omploy,~d by the"k contractor or any subcontractor on the work the full amount of 4:aVes.,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 U, cause tETie suspension of any further payment or advance of funds until such viol4tions have ceased (29 CFR 5.5 (a) (2)) . B-3 payrolls and basic records. (a) Payrolls and basic records relating thereto will be ' maintained during the course of the work and preserved for a period of 3 years thereafter for all laborers and mrnhnnics working at the site of the work. Such records will contain the nacre and address of each such employee, his corrrct classification, rates of piy (including rates of contributions or costs anticipated of the types described in :;cction 1(b)(2) of the Davis-Bacon Act), daily and weekly nurnb-tr of )tours worked, deductions made and actual wtcres paid. Whenaver the Secretary of Labor has fount], under '19 C TIN 5,5(,i) {1) (iv) (see subptiragraph (d) of paragraph V--I above), that. tho wages of any laborer or mechanic include the arnount: of any casts reasonably anticiputerl in provicltncr heuafi t;; under a plan or program described in L'cct:ion 1 (h) ;11) of tho Davis-flacon Act, ' the contractor shall maintain rccordu which show that the commitment to provide much benefits is enforconbleo that tho plan or program is -inaricially rosponaibla, 11110 that thc~ plant ~i r . r or program has been communicated in writing to the laborers or mechanics affected, and records which sh c.J the costs anticipated or the actual costs incurred in providing such benefits (29 CPR 5.5(a)(3)(1)). (b) The contractor will submit weekly a copy of all payrolls to the (insert sponsor's name) Gitvpenon for availability to the F.M. as required Vy raragraph 15275 a . The copy shall be accompanied by a statement signed by the employer or his agent indicating that the payrolls are correct and complete, that the wage rates contained therein are not less than those determined by the Secretary of Labor and that the classifications set forth for each laborer or mechanic cunform with the work he performed. A submission of a '"leekly Statement of Compliance" which is required under this contract and the Copeland regulations of the Secretary of Labor (29 CFI( Part 3) and the filing with the initial payroll or any subsequent payroll of a copy of tiny findings by the Secretary of Labor, under 29 CPR 5.5 (a)(1;(iv) (see subparagraph (d) of 1 paragraph B-1 above), shall satisfy this requirement. The prime contractor shall be responsible for submission of copies of payrolls of all subcontractors. 'iho contractor will r make the records required under the labor standards Clauses of the contract available for inspection by authorized represent- atives of the FAA and the Daphl r -_ment of Lab r, and will perm-It such represontatives to interview employees during working hours on the lob. Contractors employing apprentices or trainees under approved programs shall include a notation on the first weekly certified payrolls submitted to the (insert: sponsor's nama) r city of mentor. for availability to the FAA, tFit t tamer em~ifoyment Ts pursuant to an approved program and shall Hentify the program (29 CFR 5.5 (a) (3) (ii)) . r B-9 Ayyrentices and trainees. r (a) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed and individually regirtere.d in it bona fide apprenticeship program r registered with the V. S, hepartnent of labor, Employment avid Training Administration, Bureau rf Apprent.iceship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if A peroon is employed in his first 90 days Of probattornlry employonent, as An nppreat ico in such r an apprenticeship program, vho is not individually registered in Lhe program, but who has peen cortified by the lmreau of ApprenLice6ld p and Training or it SLAte ApprcnLtceshEp Agency (whero appropriate) to ha eligiblo for probationary enplo}Ttcrt as an Apprentice. The Allowable ratio of apprentices to journeyrn.,n in any craft ch"inlification 611All not h.r I;rcatrr Il~nn tic ratio permitted ro the cnntrnctoir AS Lo bin entire 5 1 . r r Work force under the registered ?rogram. Any employee listed on a payroll at an apprentice wage rate, who is not a trainee as defined in subparagraph (b) of this paragraph or is not registed or otherwise employed as stated above, shall, be paid the wage rate determined by the Secretary of Labor for the classification of work he actually performed. The contractor or subcontractor will be required to furnish to the (insert sponsor's name) ' City of Denton or a representative of the Wage-flour Division of the U.S. Department of Labor written evidence of the registration of his program and apprentices as well as the appropriate ratios and wage rates (expressed in percentages of the journeyman hourly rates), for the area of construction ' prior to using any apprentices on the contract work. The wage rate paid apprentices shall be not less than the appropriate percentage of the journeyman's rate contained in the applicable wage determinatinu r (29 CFR 5.5(a)(4)(i)). (b) Trainees. Except as provided in 29 CFR 5,15 trainees will not be ' permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Empicy merit and Training Administration, Bureau of Apprenticeship and Training. Tito ratio of trainees to journeymen shall not be greater than permitted tinder tho plan approved by the Bureau of Apprenticeship and Training.:,, Every trainee must be paid at not less than the rate specified in the appi':+ved program for his level of progress. Any employee listed oa the payroll at a trainee'~rato is rest registered and pArticipating in a training plan approved by the Bureau of Apprenticeship r and Training shall be paid not less than the wage rate determined by the Secretary of Labor for the classification of work he actually performed, The contractor or subcontractor will be required to furnish the (insert sponsor's name) City of Denton or a representative of the Wage-Hour r Division of the U.S. Department of Labor written evidence of the certification of his program, the registration of the trainees, and the ratios and wage rates prescribed in that program. In the event the Bureau of Apprenticeship sa 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 CFR 5.5(a)(4)(ii)). (c) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this paragraph shall be in conformity with ' the equal employment opportunity requirements of EY.CCUtive Order 11246, as amended, and 29 CFR Part 30 (29 CFR 5.5(a)(4)(iii)). r r r r I (d) Application of 29 CFR Part 5.5(a) {4), On contracts in excess of $2,000 the employment of ail apprentices and trainees as defined in 29 CFR 5.2(c) shall be subject to the provisions of 29 CFR Part 5.5(a)(4) (see paragraph B-4(a), (b) and (c) above) (e) Enforcement. (i) The FAA shall promulgate the necessary regula•- l tions or procedures, for federally assisted construction programs for which it does not contract directly, necessary to insure that contracts contain the provisions herein or such modifica- tions thereof which have been approved by the Department of I Labor. No payment, advance, grant, loan or gisarantee 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 I contractor that lie and his subcontractors have complied or that there is substantial dispute with respect re) the required provisions (29 CFR 5.6(a)(1)). (ii) Enforcement activities, including the investigation of complaints of violations, to insure compliance with the requirements of these provisions shall'be the primary duty of the 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- merit of these provisions shall be in accordance with 29 CFA 5.6. B-5 Co.Tpliance with Copeland Regulations, The contractor shall comply wf t)i -the`upe`lancC ~iegulat ions T2 S CFR Part 3) of the Secretary of Labor which are herein incorporated by reference (29 CFR 5'.5(a) (5)). B-6 overtime requirements, Na contractor or subcontractor contracting £or any part of the contract work which may r6 quire or involve the employment of laborers or mechanics shall require or perr.rit any laborer or mechanic in any workweek in which lie is employed on such work to work in excess of 8 hourn in any calendar day or in excess of 40 Hours in such workweek unless such laborer or mechanic received compensation at a rate not lefts than 1 112 times his bauic rate of pay for all hours worked in excess of 8 1.3urs in tiny calondar day or in excess of 40 hours in such e•nrkweak, as the cast, may lie (29 CFA 5.5(c) (1)). 0-7 Violations, liabil.ity.,fcrr. unpaid wac~c,l.touWaL('..d clamtt es In the event. of any violation of parr graph D-6 of this; provision, the contractor and any viibcontract.ur responsible therefor shr,ll bo liable to any affc!cted cml.loyae for h.tr. I unt,aid wayc!; In (Mition, such contractor rued nubconl:ractar 1;11"11) be lta;oa to tho united Etat.cr;; for liqujitLod dawagas. 7 I moor ' Such liquidated damages shall be computed, with respect to each individual laborer or mechanic employed in violation of said paragraph B-6 of this provision,' in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of 8 hours or in excess of the standard workweek of 40 hours without payment of the overtime wages required by said paragraph B-6 of this provision (29 CPR 5.5(c)(2)). r B-8 Withholding for unpaid wages and liauida_tcd damages. The FAA may withhold or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor, such sums as may administratively be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in paragraph B-7 of this provirion (29 CPR 5.5(c)(31). B-9 Workinit conditions. No contractor raay require any laborer or mechanic employed in the potrform once of any contract to work in surroundings or under working conditions that are unsanitary, hazardous, or dangerous to his health or safety as determined under Construction safety and health standards (29 CFR Part 1926) and other occupational and health standards (29 CPR part ' 1910) issued by the Deparhnent of Labor. B-10 4Lu-b_ront acts. The contractor will insert in each of his subcontracts the clauses contained in paragraphs B-1 through B-11 of this provision, and ' also a clause requiring the subcontractors to include these provisions in Any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made (29 CFR 5.5(x)(6), 5.5(c(4)). 8.11 Contrg~,t termination) debarment. A breach of elatse B-1, B-2, B-3, B-4o B-5, or 8-10 may be grounds for termination of the contract, and for debarment as provided ir, paragraph 5.6 of the Regulation. of the Secretary of Labor as codified in '19 CFR 5.6 (29 CPR 5.5(a)(7)). 1 8 6ECTION C (Equal Employment Opportunity Clause) - D firing the performance 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 corttrac;tor will take affirma- 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 shall include, but not be limited to she following: Employment, upgrading, demotion, or transfer; recruitment or recruitment ' adverti-sing; layoff or termination, rates of pay or other forma of compensation; and selectio.-1 for training, including apprenticeship. The contractor agrees to post in con- spicuous places, available to employees and applicants for employment, notices to be provided setting forth thtj provisions of this nondiscrimination clause. C-2 The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state' that all gaalif'ied applicants will receive consideration for employment without regard to race, color, relition, sex or national orilln. C-3 The contractor will send to each labor union or representative of workers with which he has a collective bargaining agree- ' meat or other cuntract or undori., tandtag, 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 copies of the notice in conspicuous places available to employees and applicants for employment. ' C-4 The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, as amended, and of the rules, regulations and revelant orders of the Secretary of Labor. C-5 The contractor will furnish all information and reports ,e - quired by Executive Order 11246 of September 24, 1965, a amended, and by rule A, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by thn administer - Ing agency and the Secretary of Labor for purposes of investigation to adcortain complinnco with Aur.h rulers, ' regulations, and others. t n n.Q r C-6' In the event of the contractor's noncompliance with the non- discrimination clauses of thla contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further government contracts or federally assisted construction contracts in accordance with procedures authorized In Executive Order 11246 of September 24, 1965, as amended, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, as amended, or by rule, regulation, or order,of the Secratary 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 or.ier unless exempted by rules, regulations, or ' orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, as amended, so tha-, such provisions will be bir ' ng upon each subcontractor or vendor, The contractor 4A_.1'take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of ' enforcing such provisions, Including sanctions for non- compliance: Provided, however, that in the event a contractor becomes invoivad 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 ' ' I r) SBCTION D (Health and Safety Requirements) D-1 It is a condition of this contract, and shall be made a condition of each subcontract entered into pursuant to this contract, that the contractor and any subcontractor shall not require any laborer or mechanic employed in performance. of the contract tg 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 accordance with Section 107 of the Contract Work Hours ' and Safety Standards Act, 83 STAT, 96. i i 1 ll MW r 77 SECTION (Air and Water Quality standards) ' E-l Any other provision herein to the r;ontrary not- withstanding, the contractor in czrrying out woWitt~. under this contract, shall at all times comply all applicable state and federal air and water quality standards; with all pollution control laws; and with such rules, regulations, and directives as may be lawfully issued by a local, state or federal agency having within its jurisdiction the protection of the environment in the area surrounding where work under this contract will be performed. In addition, the contractor shall comply with directives given by the Project Engineer in implementation of theilett r and intent of FAA Advisory Airport Construction -ontrols to prevent Air and Water Pollution. Copies of this Advisory Circular can be obtained free of charge from Department of Transportation, Distriboation Unit, TAD-454.3, Washington, D. C. 20590. E-2 Contractors and subcontractors agrees a. That any facility to be used in the performance. of the contract or to benefit from the contract 1 listed is not on the Agency (EPA)List of Violating Facilities.* t B. To comply with all the requirements, of Section 114 of the Clean Air Act anti Section 308 of the Federal Water Pollution Control Act and all regulations issued thereunder, c. That as a condition for award of a contract he will notify the awarding official of the receipt utilized E for indicating t ze performan any facility toobe from that a fac facility ' of or benefit from the contract is under con- sideration to be listed on the EPA List of Violating Facilities. ' d, To include or cause to be included in any contract subcontract and exceeds requirements00 the afore- riteria which mentioned c , t 'l 1 1 1 Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246, as amended) ' 1. As used in these specifications; ' as "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; ' c. "Employer identification number" means the Federal social security number used on the Fmployer's Quarterly Federal Tax Return, U.S. Treasury Department Farm 941; • d."Hitrority" includes: (1) Black (all persons having origins in any of the Black ' African racial giaups not of Hispanic origin); (2) Hispanl.% (all persons o;` Mexican, Puerto Rican, Cuban, ' Central or Sauth America, or other Sparkish culturo or origin regardless of race);* (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast, Asia, the Indian and Subcontinent:, or the Pacific Islands);' (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North Amorica.and maintaining i.dentifiablo tribal affiliations through mcnbership and participation ' or community identification). 1 71 1 2 2. Whenever the contractor, or any subcontractor at any tier, sub- contracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the notice which contains the applicable goals for minority and female participation and which is. i set forth in the solicitations from which this contract resulted, 3. If the contractor is participating (pursuant to 41 CFR 60-4.5) In a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the plan area (including goals and timetables) shall be in accordance with that plan for those trades which have unions participating in the plan. Contractors Rust be able to dertonstr-ito their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor ' participating in an approved plan is individually required to comply with its obligations under the EEO clausa and to make a good faith effort to achieve each goal under the plan in each trade in which it ' has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved plan does not excuse any covered contractor's or subcontractor's failure to to!.e good faith affortj to achieve the plan goals and timetables. 4. The contractor shall implement the specific affirriative action standards provided in paragraphs 7a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female util,izattun; the 'contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. The contractor is expected to make substantially uniform progress towards its goals in each craft during the period specified. S. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the contractor has a collective ' bargaining agreement to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive order 11246, as amended, or the regulations promulgated pursuant thereto. i 6. In order for the nonworking training hours of apprentices and trainees to be counted In meeting the goals, such apprw ices and trainees gust be enployed by the contractor during the training perlod and the contractor must have made a comraitm(-nt to enplcy the apprentices and train.~es at the completion of their training, subject to the- avnil-- ability of enployr,ent opportunities. Trnintes riuat. be trained pursuant ' to training programs approved by the U.S. Ieparttient of Labor. i 77, J 3 7. The contractor shall take specific affirmative actions to ensure EEO. The evaluation of the contractor's compliance with these spec- ifications shall be based upon itr effort to achieve maximum results from its actions. The contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superinten- dents, and other onsite supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working,at such sites or in such facilities. ' b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current'file of the names, ado-asses, and telephone numbers of each minority and female off-the-street applicant and minor- .ity or female referral from a union, a recruitment source, or community ' organization and of what action was token with respect to each such individual. if such individual was sent to the uniun hiring hall for referral and was not referred back to the contractors by the union or, if referred, not enp'oyed by the contractor, this shall be documented in the file with the reason therefor along with whatever additional actions the contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the contractor has a collective bar- gaining agreement has not referred to the contractor a minority person or woman sent by the contractor, or when the contractor has other information that the union referral process has Lnpeded the contractor's efforts to sheet its obligations. ' e. Develop on-the-job training opportunities sad/or participate in training programs -for the area which expressly Includ,z minorities and worsen, including upgrading programs and nj.prenticeshio and trainee programs relevant to the contractor's om ploympnt nceds, especially thDq o progrurss funded or approved by the Department of Lnbor. The contractor Shall provide notice of these progralin to the. sources comp Sled under 7b above. I 4 f. Disseminate the contractor's EEO policy by providing notice 1 of the policy to unions and training provrams and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collectivd'bargaining agree- went; by publicizing it in the company newspappr, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed, g. Review, at least annually, the company's EEO policy and affirm- ative action obligations under these specifications with Al employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite supervisory personnel such as superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the ' time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and dis- cussing the contractor's EEO policy with other contractors and subcontractotb with whom the contractor does or anticipAtes doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female. students; and to minority and female recruitment and training organizations serving the contractor's recruitment area and employme.ne Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations, 1 such as the above, describing the openings, screening procedures, and tests to be used in the selection process. J. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, sumer, and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce. k, Validate all tests and other selection requirements where thaie is an obligation to do no under 41 rVR Part 60-9. 1 r 1 5 1. Conduct, at lea^t annually, an it,ventory and evaluation, at least of all minority and female personnel, for promotional oppor- tunities and encourage these employees to seek or to prepare fo., through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do njt have a discriminatory effect by conr:nually monitoring all personnel and employment related tionsiunderttheseuspecificationsCarelieingncarricd outactor's obliga- n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toiiet and necessary changing facilities shall be provided to assure privacy berween the sexes. ' o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construe*ion cintractors and suppliers, including circulation of solicitations to minority and N female contractor associations and other business associations. Q. Conduct performancetundertthencontractora''slEEOppoliciessand adherence to and .p affirmative action obligations. 8. Contractors*arf 11in~lronedor~rnoretoficheiriaftirr~ative actionations which assist in ful i g obligations (7a throue p)• The efforts of a contractor assocircion, joint contractor-union, contractor-ccr=unity, or other sitntlar groups ' of which the cants neoorimoremofbitsaobligations~undera7a throughip~of th se specifi any these sgroup, makesseveryieffortatotassuretthatothecgroupyhasraip sitive in the group, impact on the emplo}nnent o: L~inorir.ies and womYamiarai~xeflected in the ensures that the concrete benefits of the prpog ? the ' contractor's minorit and female workforce. artici ation, makes a g faith effort to meet its individual goals and timetables, and can pro- vide access to documentation which demonstrates the effecti a esso f ' actions taken on behalf of the contractor. a obligati to falfill an however, is the contractor's and failure of ouch a g obligation shall not be a defense for the contractor's noncompliance. 4. A single goal for minorities and a separate single goal for women is required to p: wide have been established. The contractor, however, roues both r:Pv1 EEO and to take affirnative action for all,tninorlty g Y ~ 1 and con~tractordmaylhctni nnviola'tion~lofithe~~t- ecULIVE!~order it A prrticulur the co 000 ~j group is employed in a substantially disparate i,,inner (for example, even though the contractor has achieved its goals for women generally, the contractor may be in violation of the executive order if a to specific minority group of women is underutilizert). ILLN4 10. The contractor shall not use the goals and timetables or affi m - ative action standards to discriminate against nny person because of race, color, religion, sex, or aational origin. 11. The contractor shall not enter into any subcontract with any i person or firm debarred from Government contracts pursuant to Executive order 11246, as amended. 12. The contractor shall carry out such sanctions and penalties or violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing sub- contracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the OFCCP. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The contractor, in fulfilling its obligations under there , specifications, ahall implement specific affirmative action steps, at least as extensive as those standards prescrtbe(i :.n paragraph 7 of th4ae speciffcattons, so 'as to nchieve maximum reuults from its ' efforts to ensure equal employment opportunity. If the contractor fails to comply with the ret;uirements of the executive order, the implementing regulations, ox these specifications, the Director shall proceed in accordance with 41 CFR 60-4.6. 14. The concactor shal'i designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit 'reports relating to the provisions hereof as may be required by thf. Government, and to keep records. Records shall at least include for each ernpluyee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, ttainee, helper, or laborer), dates of chars-es.. in status, hours worked per week in the indicated trace, rate of pay, and locations at which the work was performed. Rr_cords shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not ;u requitcd to roaint.ain separate records. 7 15. Nothing; hcrcin provided shall be construed a: a limitation upon the application of other lav_, uhirli establish different standards of compliance or upon tha rpplication of rcqufr(-neutt: for the hiring of local or other area residents !^.L;• , those under the Puoiic Worl s Employment Act of 19/1' and the Co,irnunity Developiaent Block Grant Program). 1 1 1 Y i 1 1 . 1 1 K nk r. T n ,k j y ~.`atL i I CC~,1 v,y 4 a S ANE) R0 P60181 60 AOgftj H9NT As Adopted By THE TEXAS SECTION OF THE AMERICAN SOCIETY OF CIVIL ENGINEERS October 7, 1971 Itovised November 17, 1928 Revised April 15, 1932 Revised October 27, 1934 Revised October 19, 1945 Revised April 8, 1954 Revised April 210 1960 Revised October 7, 1971 App!oved as to Legal Form by Legal Counsel STATE OF TEXAS (AUNTY OF` 94r,toa J THIS AGREEMENT, made an d,entered Into this 25 day of_.__...~si9f't81 A, D. 19 79 , by and between Tbo City of Menton of the County blptbt' and State of Texts acting thrwgh,. -thereunto stuly authorized so to do, y of the First Part, hereloat`ter termed OWNER, and-- fart ttaixiott srothet:a, Ireaorporetf l 4 roa+~ f7i6e Fox 29671 of the City of t~allaa County of bal2ea i and State of.~ +'oxao Party of the Second fart, hereinafter teamed W1TNE8S~#l: That for wind in considerolion oftthe paymea►s an sj riternenta f,erslrl alter'metitloned, io be made and 'performed by the Par✓y of the F€rst fart `(OWh, R) Arko under the eonditiops wipressed in the bond bearing evrn 4te h¢reWt4h; the sold Tart of thi , im",d l art (C 1N At3i()R)~ :'hereby.:l► rega tvrlh tts agld t~lrrty of the PI t Part (O~VI~OR)' to , eolmtnence and complete' the constiuctlon of cerpsin improvementi described. sa follop stmt then anti liaTk rroxtli-south iairneeY a,`4 Related Taxiways, Denton ttunicipal Airport: and e:. extra work In connection therewith, under the terms as stated In the General Conditions I of the Agreement and at his (or their) own proper cost and expense to furnish all,the aterials, supplies, mao.ilnery, equipment, tools, superintendence, labor, insurance, and other #egssories and services necessary to complete the said construction, In accordance with the 4 11tle+ns and pit:-s stated in the Proposal attached hereto, and in accordance with the Notice to bntgtrtora, Ueneral and Special Coeditions of Agreement, Plana and rther drawings and prinked or written Explanatory trnattot `thereof, and the Speriflei,tluns and addenda therefor, as prepared kij__-_, Jacobs, i rinhlea, Consulting u0neero ..'s .Da11ns~, 4axrtlr 75202 oI erein en,tltleil the EItYlI EIM, each o!' which, hxs' brrn identified by, the COMFRACTOR mad `she ON(,,J tPFR; ttyrethilr with t1,,, f hkTRAr"~H'R written the (;.et,cral. Cunditlow; +,i the Agreement,'and the Performance W Payment l im& h\,reto attaches; all uf`,whiJh ore made l ;t Part'here&nrid cnlieerlvely evidence and voltrtitute the eaitirs'cnntract. y k1F`•1 r1 w N" 0.6.., eta wi r 2 -77 ' j fi u1~pi a rri, h.Y , w .ryFr• e' . nil "cbTACIYOR hereby;:ri~ree~ !o 660d11 ef►oe wor~C ivithi~ ►elh ,tOjrx +ar :'cGe Alit ' ;,k'6tteri notice to do'6' shall We been ilvett to film, std to eulri"f^tntl' lly ltmplete 1h0 time rpiv'a 10 caleh4ar days a-ithin 90 -_---working daYshfter the data of the written notice to comm.nce work, subject to sush extensions of time kl are provided by the General ar.l Special Conditions. , TiIE OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the contitet. IN WITNZSS WHEREOF, the parties to these presents have executed this Agreement in the year ami day first above written. C f t- !nton M 0 9 P,rothers, Inc. Pt 'ty o Fint Part WNE Par c nd Part t RA ) $y:" $y. ATTEST: AMSTI ; r .r. 41 . 1 ~r r y r i r w r~ 4 f 1' ' f i `7i 4 ;P 4 IMMUt, Z' til n ; n+f hi ,xxtt 2}~ r +n ai 1{, 9q'ytt~ 77.77 tK 1 4 a .i x , r ft ,Y , •tV Y~ .r PERFORMANCE BOND r Rr-All OF TEXAS COUNTY OF DENTON Brothers, Inc. KNOW ALL MEN BY THESE PRESENTS; That Marriott D411 as - -_of the City of____ County of wl ac , and State of._.-_ -him , as principal, and Hiahl"ld$ Inrance CompanL_ - autho:izod under the laws of the State of Taxes to act rs surety on bonds for principals, are held and firmly bound ur~$ Owner), in the penal sum of Dollars 1 for the payment w geep , e sar ' ncipa an urely bid d themselves, and their heirs, ` administrator, executors, successors and,assigns, jointly and severally, by these presents, WHEREAS t)te Prlnciplil has entered into a certain written contract with tilt, owl -el, ~.a 4aet~mtir - lg ]4 to z.., dated thaw, -,»dqooth-Uu of 1t k, StrengtMten'and iMar t h''Runway and Related Taxi rays, Detitbnl+rn cipal `c Airport 11 which 'contract is hereby referred to and made a pact hereof as fully, ar,d to tl.e name exii:nt as if copied at length herein. NOW, TH'EREF'Ol'1E. THE CONDITION ON Tll18 OBLIGATION IS SUCH. that if the said Principal shall faithfully perform said Contract and shall in all respects duly and fM0'W1y observe and JXTform all and singular the covenants, conditions and agreements in a, ' Ijy 41 cohtraci,agreEd and covenanted by the Principal to be observed and performed, and at, r,'. ng to the true Intent, and 'meaning 'ot said, Contract and the Plans add Specifications hereto er,y,xod, then tics obligat`tQn shall be void; otherwise (o r~main`in Nil force and effect': 40plk6 Irim, HOWEVER, that tht! bond is executed pursaaet to the provisions of (Ay 1,o- r 5160'tbi Publie 'Wotk) (Article 6472d'':for: Prlvhte Wosk)* o~,the 1101"d Civil Statutes of ''ex8a $A amended and all liabilities orti this, bond shall b9 determined, In accordance with the provisions ref said Article to the same extent as If it were copied at length hQreln." Sarety, for value received, stipulates and agrees that no change, extension of woe, alteration or addition to the terms of the contract, or to the work performed thereunder, of the plans, specl• fication$, or drawings accompanying the same, shall in anyway affect its obligation , on this *Not applicable for federal work. See "The Miller Act,"' 40 U S.C. W%&. 8l3• 11 u. ~ rm Gj r n.. two. ' i y t d nt~ ti' - r batad, and i wa her-4.r Waive aotiee of and e4ch`cltan8a, extenietonof tink, SIterktiori'or edcW.top to the tarmi of the contrAct, or to tho, work tb be performed thereunder. IN WJTNF88 WI1RRE0F, the said principal and Surety have eitmod and sealed this instru- tnent this .IUEh__- day of October 19 7. Marriott 3ro rs, Inc. Highlands insurance Co 9 army t/ `~1P y ' Adair W. Cox E. Mae Robinson AddresaP.O. Box 29611 600 `1effars n _ Address- Pi Dallas, Texas 75229 Houston, Texas Ilia name and arddress of the Resident Agent of Surety is:' ~ ~ _Urd~t~.v ~auB,S, Conn r v 1:, 3as 2930 7urtle Creek Pla?a. ~ tite 2118, Dallas, Texas 75219 a s~ :t ~ r rte in,. `IAd~~,'i t. -:1Y ,q y"r~M,'~,'• f '1~~`1 '.chi i7rr "4 ,l G .I~Sr Nr'l, y M wtP, .1-11717117 1, 7T, M L ! t , y 1 A Y ( ' R S y I'r ;I Y I ~ i 1 i :J n I. I ~41 rJrlt t au I " STATE OF TEXAS COUNTY OF_ DENTON. aP~ p KNOW ALL MEN BY THEM PRESENTS: That. Marriott Brothers, Inc~_ __.-Of VIC CRY of__Dailas_:__ _ County and State of. principal, and- _ AA 14_rds authorized under the laws of the State of Texas to act as surety on bonds for principals, are held Ar,d firmly bound un Irt ~~i~r Qf (~e,), Seven Furdr-iVgTrfy ve oustrnd"~fi'reua'` " In the penal sum of_ ftftdred_ -stvett- _*H 00_ Dollar* (i~) r for the payment wherec,f, the laid Principal And Surety bind themselves and them *rs, adminW trators, executors, successol's and assigns, Jointly and sevsWly~ by these preaa~ts: WHEREAS, the Principal had entered into a certain, written contract *th Uja uDsraeN dated t _ 2~ r , 'day of_, QSZ.Wur.. _ - _ to 79 to r S renothon' and Mark Nor#h•South Runway ano`,gelated Taxiways, Denton Munkipal atrport whlch contract `Is hereby'refbtred to and made a part hereof to fully and to the carne ext6t aa' it copied at length herein. A Ow,, THEREFORE," THE C•O"MON . OF, THIS O$LIOATION IS SUCH, that if the said Pdriel'pal shill 'pay all claimants opplying labor grid rriateriitl to him or 4 subeontrsctor In tht yrosecutiyn of the Pbrl providEd far In said contrast, then,.ia pbtigatiga shall be void; otherMse t6-'remain in 01 force and effect; PROVIDED, 11OWEVER, that this bond is executed pursuard to the provisions of Article 5100 of 1 the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same exu mt as if it were copied at length herein. r Surety, for value received, stipulatea and Agrees that no change, extension of time, alteration or addition to the terms of the eontract, or to the work performed thereun4y, or the puss, splPlfications or drawings ar'roniMyGe the Rams, ShAR in aaywiae wait its obilgation fAM this 1V !f J .1 1 } , r Ir y ,.41 r Cc, ,2 .,y4. sr.a , "IIr{i{~ 17 u~K 4 ' h'R'c'- I G4 s T a >i. 1 4Tr A A r , _y , {I 1 't J i y r 1r it v: t[ 4 Yi f', r(t S~~! r y Ij h C ►A ► , Alters DI r, h4raby waive ho" -w of sachl'' nab'ct t tioa'oc addition to the terms of the contract, or to tho' work to be performed thereunAir, IN W11WESS WHEREOF, the said Principal and Surety have signed and sealed this instru. meat thls.lM.__ day of- October 19.79 . _Aarrio.tt B h s,__Inc. . Highlancs.-In-s9riLnu_.-Company _ ' nelptl Surety iey_ a r oz By- V16-q E-Ma-e Kobinson 1110, Vice -President ntle_ Attq!:Ley in Fact' _ Addreee-9 vefferson Address._P.O. Box 296"1 M a DOW. a, Texas ~ x522 ' it 'u to~` Te a . ' r 11►e name and'addrees of the Resident Agent of Sutlty IS: y Ordway £Aunders Company of Dallas ' 2936 Turtle Creek Plaza, Suite 208, Da1183,,Texas 75219 t r r max{', rd. AY I 'C' a ' Jb tiCj }Xa s t . , HIGHLANDS lKiVRANCE COMPANY HOUSTON TEXAS 1 ' GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PAESENTS: That the HiPhlands Insurance Company, a corooradon, duly snccrporated under the lawt of the State of Texas, dq'th hereby cQn tityte and aQpolgt Robert H. Davis E. Mae Robirf~oh,-Jolhtl br 5etleriill' r 5: i Tw Me .71' •,r the' City of Staitror ' Tezti~' Its true And lawful a'itorney rida;i for llib' follojvin ''L ~ S°.~ ''{sc7c;tta To sign Its films: u suety' and to execute, $er al and akrtowted owledle any y and aur ~p? ~V ~itgat fF2ee 1 ' 3tipul,UrfHl,'an'de'ii~khrp of Jinythin~' in `the'nttlrti `df the " ions. td pp~~ dC rf rm q,n r IctNIZ) °t tvrfgi iet' fo?th' iK`I?IY 1~{i'tYed tatdl>3dbd' i♦;iF ~oaia 3r orfti~8t?s Sf tne'sli~ FG r~ 'lsj~r ' qr It . drat the penal sum of no sin je one of such bonds, recognizsnces, obligations, stipu a oe,'ciSUM of I 1'e ( i~: S IIV ~ ll :y li ~ tl~if tei lead {i 4 .7i' t!(4C~ r , •t,)~I tt%1X~i~ J °,I ySUnlligdted ' rr + q il.''4hi Ct3lii~tiSly lner°!by"Fiti lei ~ ~bn h t nS aid' hi't" r d ~itoi 'in'la~c°t "'hay IrAHduji'da Idthe~re tiff" bike d tl &'kikh . fit ar~revo ,i~o;" Eli o1!f0~ on. IN WITNESS WHEREOF, the said Highlands Insurance Com , Board of ' "blreElOFY:'ei'a'rtRgaNsi~'herdt{ri't 34ek 81 lu1$~ A:D„'174'"i`2~ltu~e~dIo~~b`tl~u'¢ 10'as caused these presents to be usled with Its corporate sal, duly #tinted b the sifnat4sFy qfifs Preside n1.Vice, Presdentt;: Assistant Vice Presidents and Secret, this-22nd ' I ' ' rY ~_day of February _ _Ir v 79._._.~....w_ 1 ebb HIGHLANDS INSURANCE COMPANY a fk Secretary y 1 Vice rresrdM-1 I '0 -1 f A I i t'T' r1 STATE OF TEXAS COUNTY OF HARRIS, t CITY OF WMT6N. On this day ut _-----Febtvary_ - In the pejt 11) X19 - befott me personally appeared Drrnal to me known, who, being by me duly sworn. did de J4 fn¢, spy: That hi'feildds to HouseQR as; that he Is Vice Pretddvvevt the ' - N+owl the Underwriters Insurance ComPanY!ba corporaiiin descitbeAlnind which execuxecuted d sheabove Inslrument;th own the ' Seal of said a rporation%~33 eh aaffixed to said instrument is such corporation Seal; that it was sff stru• Sirg~ meant brr a ndef uthprity co, qrre'd by the Board of Directors of sold corporation; and that he signe is reto bodf x _ ' Owl . 'A A No tary Public. Harris County. Texas r 7 -7 YlA9MaO 3; V1 WWI 2G0AJHD1H RESOLVED, that this Comptnx d , ao if he by t o~t)e t empower its President or an% one of its ' Senior Vice Presidents, Vice Preddentj,q it n1i Vii pp~4 r t ba~I Ion mth any one of its Secreatles or my one of its Assistant Secretaries. under its corporate seal, to execute and deliver or to spp}ani any person or persons as , attorney"In•fact or anomeys-in•fact, or s=ent of atena of this Company. in its name and as its act, to execute and deliver any and all contracts guaranteeing the fidelity of perwl Auldmg,posi ions, of public or private irwil, guaranieting the perforrrsance of contracts other than insuFmct policies Ind ixecusirij at guitinteeinf bonds and undertakings. required or perftited in all actions or proceedings, or by law allowed. and. In its name and as its atlofneyin•fact of attorneys In-fact. or agent or agents, to execute and guarantee the conditions of any and all bonds. rtcopitancts. obligations. stipulanom. undertabngs or anything in the nature of the same. which are or may by law, municipal or otherwise. or by any Statute of the Untied States or of any state or Territory of the United Stain, or by the rules, It'01 Jarfohs, orders.:usiums ' pr.Adcs or discretion of any board, body, organiution, office or officer, local municipal or ^rhermse., be allay roijWnd or peiinit,ted' to be executed, made, takers, given, ttndeied, accepted, fled of recorded for Ike se.unty or ' protection of, by, or for any person of peaons, corporation, body. affscc, interest. municip&fi;y ?mother association or crprtintlon wlsettoeret, in any and all apadties tvltatiodslll': conditioned for the doinj or tilt doing of Inylhtng or any ~i~ or anything conditions which may be provided for In any such bond. reso~rlitsrice, obligation, stipulation or undertaki 'ih rile nature of the unit; the nature, class or extent of the {nsrjurn ( so 44thont:ed to be spfclificd in 111 h, power of rl al.la: J attorney. • " ` _~ls"T~1:''1~$Q' Orn~r er;t~,!1~54rteo( ~nY Qt ~!f ~s~1'S,Qie~rr~4f!'~;1h4 f4,4g4tn~',(e~4tl+.lfl,l!ratrip.. l11 `r~ 1 I S t t t : ~'i!"Y POR.i XR his r4l~PF, ~ lt?!f'J1.QU9!lK►,S4p1,'~Nt lPg.t', t,he 'i!1, '1 Sft! A7. ~ t'I i I..JLV i 1 1b. 11f i r ~ G~id.b tlSgkS"J71 ,1}~q 1~'9Lt ~'J `:"'J "i t~!111 Qd ~ ~ R;=.• tS' t r ,If C. IT. Walker , Secretary of Highlands Insurance Company. hereby certrty Thai at taunting of the Bond of Directors of said Company. d* called *d held at the off ct of the Compinya~ihe Ciis [(qq~~'t,~~t~g~~~~'~r~l~ Z"~ 1ra"jlt~~!~'H3~Je ~i4R~H1!TP~MId,Ol~recturs.du~y:g4lhi+Slte~!'~ iaa0 lioLLlt 11 x t wet f~~Q4,° 1'~ ! 4'fj~~ , gRtlf+R~ r41Q E~!f~19ui4eh;lA~, ~Jd,~tM+iNMYga~l'fhlf~ttri}ftli~l4rP,,~[~c fove6ofn ue co m o t e t ttlere eo , ' is a tr d nn'~ 4 v }igrn t`) sjnitvtnl rt a Ir4i}1 bits sir a; i.t7 rifts !'r,'~""fTik ✓t In btc=.N ~ 7! t0u ?gl T 4t r~~~`41 ~Pre'1n.~~ft PIYAht lf~ ~►4~'~r rt l,yr,li. ri .t sFe s s ri I Y if~nHt'~IINf'yiife ClQ?~MY:iltkl+ J y~•y~~1i Gsir~+~rg tl Ii iiAi.lar J I 1 Jl i, r, ~J } ~I r.. i) ,tt: h,'il , S ip6ft2 2nd.)' f `Ct1 iQ~i~i I~~!YSPC'171 { A.D. 19 cifl a*o t' try- ~ift < rILi~11~ trig:t!'MtN?7+y IV ,{I!f9rr()r:t">~1.:?'tr✓t r;1✓.t l1i~111i ~ w Secretary a ! try , /.rah STATE OF TEW COUNTY OF HARRIS i 1 D. E. Walker Secretary of Highlands Insurance Cnrt prny>~ do, hw oe ,rtr!tty the above and foregoing is a true and corteci copy of a Pewct of Attorney, extcuted by laid litghI4n4tl 4r±fularlcf Company, which is still in full force and effect. ty W1TNE.S5 WHERIEOf. I have hereunto set my hand aid tfl'fred the seal }d sod Company to the ( iq Hdutlus, Texas, :MS,~2 'day of 5eptt3mbsr 1 A b''14 ` ' 1.'.F11'., tl, J {t rlSil IJt' / fl Ir ' elt } , , i III! 1 • . .'.i . rl`I`:i jig Sri r~ . , I. •,i i'',. _ ~esictan Y ~ Ti S/ Lilig i1CU !.`lilt I •t.' f`U;.f I +r..^' , CuttificOHOn of 1'n tTrance Coverage for jiisrriett fares Inc. CO. N. 0. Cjx 29671 ' Its O'illas, Texas 7r,229 . -11I l CfTY u' DL'NTON DEWf'ON , Tk;XAS LIABiurY LIMITS C0r,1vANY, DATE FOUCY W~HP jwN 4'n j tlrCOm I enses on for state whore' work is performed United ati1tns 8-28-79. 40,-1 06159 r"J's Gabihty Each Occurrence' $ 340,{100. G0 ire InS. Co. 8-28-80. I ro•,l"chensive General 1 . _ _ . 'illob(Ilty 1 Each Ocairrence $ 500,600.04 United States 6-16-79' 540-2454- !(80d11y (njury) I Aggregate `'OO,GOO.OQ Fire Iris, Co. i 6-16-E0 37-2 ' lproporty pnmage) Earh Occurrence $ 250,000.03 i Aggregate $ 250,OGa.00 ' t Conipr®hensive Automobile 20,P00. 00 Uni tea State, 6-16-79 540-24a4- Llalsl},ty foch Pcrson $ 5011,000.60 Fire Ins, Co, 6-1611180 37-2 (6(j~aily Injuryl i Each Occurrence S 1001000.01 (Pru(',tuly Damage) ! Each Accident $ l ,CC0,0f?0.00 United States - 6-1-79' fxc+,ws Umbrella fiobllity $ Fire 'n5, Co. 6-140 513-A51r'205 4 i 111,5 CFRT!FiCP%q C) INSURANCE NFITHFR A41W.4 MILY OP NEGATIVELY AMENb, EXTENDS CA r1lTEP,i THE ; COVETIAGF AFFORDED F.Y THE FOLICIES SHOWN AE:OV~. fh4 is to cvti!y fist pol~cles of in~utonco os, d,,rr;k,c,d ab,,)ve hale bemT Isi~lyd by Ordway-Saunders Compony ti th" ' ir.,ad nnnoed cik ve, nle in fora- at ,',1; tune rnr1 have. Lee,, duly auntorsigned for the in"urarnce eornpanioS lnL!ico!ed. It ('a"Oled al tltc request of e;lher Erri;y during the periods of cov,ruye cis ;toted herein, ten du s ,fiar y T written no!;ca w41 6p given Ly 0i,1:voT•5iurr,lrrs Ccmpuny to flw artY 10 •rFid ~~I;~• rcr, P , c ic•}f f.,a5 fs~up~,t~lt~c~rttri[.ats~gdicr,lad nbr.va. QFIYWA2' PUNUF Tt8 ('07%, Try ell ;e - ~ - , t, , le' •t,, 1 ~ ~71 • Certification of hmtrancr~ Cooerrge for 1.14Tiri1':1Y 5:1t'NI)1,:!l CO. City of Denton, Texas and t c: ;guns SJar-obs r, Fin&lea :tJ ill;.'lf (r.{K i"v\j!• • 1~tJ i'1 C{V S4:It n~: ~•:;}:^Y o •{Ins, lc •s 1'417 Dallas, 'Drxn,s 75202 City of Denton, 'Texas aril f t;;limek, Jacobs & Pinkloa 1300 Ad0101u3 Tower _ _.Uallas,-~'axes-.:S2g2-.-_--, k f I TYPE Gf fl+5,.;~^~cE I LIAEILIIY 0*0115 C00PWe DATE POLICY HuMS~z ! ' Vioskmen's Co.mpensotion i For slate Where vioik is parformad 1 and Emf,loyce's Liability Each Occurrence S ' (Omf),eher.sive General 1 Owne s and Contractors Protective Policy ii{tkJillty Eacr Ocairrence 35000000. 30-3-79 I80<hly lniuryI I Aggregate $ United States 540 245179 8 I Fize rsstirance Co, to ; IPlcfl",ry Damage) fac►, Ocrurrcnce $ 250,000. 10-3-80 i A2grecgotc, $ 2500000. 4 Cgmprcl,e,is've Automobile + (Ipbllity Each Person S IEsorLly Each Occurrence $ ' p'rat+^! ly Ddmoge; Each Accident $ t F'rcuss Umbrella U+ bdily i $ f>t iynation of Contractors varriott Brothers, Inc. E I,oc.ition of covered operations- Denton Municipal Airport N,ured Insured: City of Denton texas and S e Jacobs & Finklea their .rants arm rm{rployoes~- j Wi$ r EkIIFICATE OP INS"'PANCE t,UTIIER Aii 1IPMAIIVRY OR Ni,GATI'✓ELY AfaEND5, EXTENDS Gt± ALTERS THE i i r11VE1l1C,E A11011)ED BY TILE POLICIKS SHOWN A10VE, Iris is lr• r•.rrt':fy that pour rs of iosoror,ce cis d,~scribvd al,cve have been 'sslr.d by 0, lvrry-S.wr•ders Corrpony to the .•,lsurcJ tvm,c:"J ub,,ve, ore in force Ill tftii tlrne and h iva been duly IOUr,tdCsl:)',ed for lh,• Lrsura'lco ccmpa-nlas irallroted. If crrtcellrrf nt the r:que,I of .•ithcr party during the periods of covcr;,gla cis stuted he•reir, ten days pr;or vrrilten not;c•J Wrli be gisen'by Oldvtiny 5,Jwxlcrs Cornp~r.ny to thre party to Ws,Onl the cclhfirr,!i 'r:, iss„ed u' Ulr; address Ind sated above. _ UFllalt'AY mum)mts '031PANy i I 1 CITY OF DENTON/ TEXAS DENTON MUNICIPAL AIPPORT ' STRENGTHEN AND MARK NORTH-SOUTH RUNWAY, RLLATED TAXIWAYS AND AIRCRAFT PARKING APRON SPECIAL CONDITIONS SC.Oi GENERAL 1 The provisions of this section of the specifications shall govern in the event of any conflict between them and the "General Conditions of Agree- ment". ' SC.02 ENGINEER ' The word "Engineer" in these- specifications shall be understood as referring to Shimek, Jacobs & Finklea, Consulting Engineers, 1300 Adclphus Tower, Dallas, 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 PkOJECT This project is'located at the Denton Municipal Airport, Denton County, Texas. A location map ~v included in the plans. SC.04 SCOPE OF WORK The work to be performed under this contract consists of,furnishing all materials, labor, supervision, equipment, and all incidentals required, and per- forming all work necessary for strengthening and marking the north-south runway, related taxiways and airoraft parking apron at thn Denton Municipal Airport. 9C.05 FORMS, PLANS AND SPECIFICATIONS Forms of_Proposal# Contract And Bonds$ and Plans and Specifications may be obtained from the office of Shimek, Jacobs & Finklea, Consulting Enyineers, ' 1300 Adolphus Tower, Dallas, Texas, upon deposit of Thirty Dollars ($30.00) per set. ' The sum deposited will be rzfunded, provided the prospective bidder complies with one of th, following requirement as (a) If no proposal in submittedi 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 proposalsi or (b) If proposal is submitted, ' All documents except p:.'Cposal forms submitted as bid must be returned in good ord6r to the above office within fif- teen (15) days after the ,ime and date of receiving pro- p02e19. SC-1 Provided the prospective bidder complies with neither of the two above requirements, the sum deposited shall becoa.a the property of the City of Denton, Texas. SC.06 EXAMINATION OF SITE OF PROJE T Prospective bidders shall make a careful exam'-nation of the site of the project, conditions to be encountered, irprovements to be protected, and regnire- ments for keeping the airport operational during construction. SC.07 QUALIFICATION OF LOW BIDDER Before being awarded a contract, the low bidder shall submit such evi- dence as the Engineer may req»ire to establish his financial responsibility, ex- perience and posseevion of such equipment as may be needed to prosecute the work in an expeditious, safe and satisfactory manner. Should the low bidder Rail to produce evidence satisfactory to the ' Engineer on any of ";he foregoing points, he may be disqualified and the work award- ed to the next low bidder so qualifying. SC.08 AWARD OF CONTRACT r It is the intention of the Owner to award a contract on the basis of the lowest acceptable bid submitted by a q;slified bidder, as detey.mined by the Owner. The rig, -it if . 'reserved, as, the interest of the Owner may require, to reject any and all bids anu'to waive any informality in .ils receiyed. The City of Denton will notify the successful bidden to writing, within r. Thirty (30)eays after the date of receiving bids, of its acceptabte of his ;proposal. The Contractor small complete the execution of the'tequired Bonds and ContracC within ten (10) dayA of such notice. SC-09 TIME ALLOTTED FOR COMPLETION All items of, work incluhed under this contract shall he actr once hundred twe:lity (120) working.days, which time shall c he tee within UOth) day after the issuance of the Work Order. The Work order ahhalle consl3t ofhahwritten requefit by the Engineer for the Contractor to proceed with construction of tht pro- ject. SC.10 AA DtNDA Bidders desiring further information, 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. Answars to all such requests will be given In writing to all bidders in addendum form Jol al addenda will be bound with and made a pArt of th6 contract doctments. No other explanation or interpre- tation will be eoneidered official or binding. Should a biddeX find discrepancies in, or should ho be in doubt as to their meaning, he shall at on,e notify the Engi- neer in order that "a sJtitten addendum may be sent to all bidders. Any addend; issued prior to twenty-four (24) hours of the openir,g of bide 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 84deti!a is such are !.slued by the Enginpex prior to twenty-four (24) hours of the opening of.pids. r SC-2 7 77 SC.11 LIQUIDATED DAMAGES FOR DELAY BY CONTRACTOR The Contractor agrees that time is of the essence of this contract and that for each day of delay beyond the date agreed upon for the completion of all items of work herein specified and contracted for (after due allowance for such extension of time as is provided for in the General Conditions of Agreement), the owner may withhold permanently from the Contractor's total compensation the sum of One Hundred Dollars ($100.00) per day as stipulated damages for each day. SC.12 COPIES OF PLANS AND SPECIFICATIONS FURNISHED Five (5) sets of plane and specifications shall be furnished to the ' Contractor, at no charge, for construction purposes. If plans have been reduced to one-half sire, three (3) sets of those, together with two (2) sets reproduced on the original sca1L, shall constitute the five (5) sets of plans furnished to the Contractor. Additional copies may be obtained at cost of reproduction upon request. SC.13 STATE AND CITY SALES TAXES The Contractor's attention is directed to ,amendment No. 7 to Section 6a, Article 20.01,'Ci•..pter 20, Title 122A, Taxation-General of the Revised Civil Sta- tutes of Texas, This amendment provides that all items used or consumed by a contractor, whether incorporated into the project or not, can be purchased frea of State and city sales ax when the project is being performed for an exempt agency. Included I are equipment rentals slid other items which are consumed by the Contractor kut are not incorporated into the project. This contriei is issued by an agency which qualifies for exemptinn'pur- suant to the provisions of Article 20.04 (f) of the Texas Limited Sales, Excise and Use Tax Act. The (ontractor performing this contract may purchase, rent, or lease all material kk isiais, s ~Fliea, equipment used or consumed in the performance of this contract by n..' his supplier an exemption cereificate in lieu of the tax, said exemp- tion cer'tifUht.e complying with State Comptroller's ruling 095-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling 095-0.09 as amended to be ef- fective October 2, 1968. SC.14 REFERENCE SPECIFICATIn1S Where reference is made in these specifications to specifications compiled by others, such reference is made for expeliency and standardization from the material supplier's point of view, and such specifications referred V) are hereby ' made a part of these specifications. EC-15 • TRADE NJWES AND MATERIALS ' No material which has been used by the Contractor for any temporary pur- pose whatever is to be incorporated in the permanent structure without written con- Mont of the Engineer. 1 SC-3 r Where materials t4r equipment are specified by a trade or brand name, it is not the intention of the owner to discriminate against an oqusl product of ' another manufacturer, '>ut rather to set a definite standard of quality or performance, and to establish an equal basis for the evaluati•,n of bids. Yhere the words "equi- valent", "proper", or "equal to" are used, they shall be understood to mean that the ' thing referred to shall be proper, the equivalent of, or equal to -some other thing, in the opinion or judgment of the Engineer. Unless otherwise specified all materials shall bF the best of their respeetl.ve 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 j article or process, the material, article or process specifically designated shall 1 be used, unless a substitute shall be approved in writing by the Engineer, end the Engineer shall have the right to require the use of such specifically designated material, article or process. SC.11 PERMITS AND RIGHT-OP-WAY The Owner will }provide rights-of-way for the purpose of construction without 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 raving jurisdiction in the area forty-eight (48) hours prior to initiation of the work. SC.17 PROPERTY ,TJrES AND MONUMENTS The Contractor shall protect all property corner markers, and when any such markers or monuments are in danger of being disturbed they shall be properly referenced Aj,l if disturbed shall be reset at the eypense of tba Contractor, 5C,18 EXISTING STRUC2VREQ The plans show the location of all known surface and subsurface structures. However, the Owner Aasumes no responsibility for failure to show any or all of these structures on the pla;is, or to show them in their exact location. It is mutually agreed that such failure shall not be considered sufficient basis f-:~r claims for iddi- tional compensation for extra work or for increasing the pay gr..ntities in any man- ner whatsoever, unless the obstruction encountered is such as to necessitate charges in the lines or grades, or require the building of special work, provisions for which are not made in the plans and proposal, in which case the provisions in these speci- fications for extra work shall apply. SC.19 EXISTING UTILITIES AND SERVICE LINES The Contractor shall be responsible for the pro motion of all existing utilities or servico linen crossed or exposed by his construction operations. Where existing utilities or service lines are cut, broken or dairAged, the rontraetor shall ' replace the utilities or service lines with the same type 6f original construction, or batVor, at his own cost and expense. Power poles which interfere with the pro- posed imptovements shall be relocated by the power company. 1 SC-4 t, R Y y Ky~ ''i i 1 'fln < r 51.20 PUBLIC UTILITIiS AND OTHER PROPERTY TO BE CHANCE ED r In case it is necessary to change or mrve the property of any owner or of a public utility, such property shall not be :40ved or interfered with until autho- rized by the utility company and approved by the Engineer. The right is reservolt to r the owner of public utilities to enter upon the limits of the project for the pur- pose of makirg such changes or repairs of their property that may be made necessary by the performance of this contract. SC.21 FEWES, D- NnNRIEI,S AND CROP DAMAGE Boundary fences or other improvements removed to permit this construction r shall be replaced in the same location and left in a condition of grade and cross section after the work of construction is completed. SC.22 PROJECT MAINTEUANCE r The Contractor shall maintain, and keep, in good repair, the improvements covered by these plans and specifications during the life of his contract. r SC.23 CLrj%NUP r During Construction. 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 shall remove from the site all plant, materials, tools and equips ent belong$.ng to him and leave the site M with an appearance acceptable to the Engine'- and the Owner. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and pquipmant in a bright, clean, polished and new-appearing condition, SC.24 GUARANTY AGAINST DEFECTIVE WORK The Contractor shall indemnify the Owner against any repairs which may be- come necessary to any part of the work performed under the contract, arising from defective workmanship or materials used therein, for a period of ono (1) year from th9 date of final acceptance of the work. r SC.25 TESTl, INSPECTION AND CCh7TROL Observation of the Contractor's work to determine compliance with the r plars and specifications will include testing of material installed on the project. Testing of work performed and materials furnished shall be done by a co+mneroial laboratory employed by the Owner. The Contractor shall furnish, at his own expense, r all necessary specimens for testing of the materials. If the Contractor fails to meet specified conditions by the second test, further tests shall be at the expense of the Contractor. r 60.26 COORDINATION WITH OTHERS In the event other contractors are doing work in the same area simul- taneously with this projectr the Contractor shall coordinate his proposed construc- tion with that of the other contractors. r SC-5 r . F ~ . s w ~ s`t SL •5 t SC.17 BARRICADES, LIGHTS AND WATCHMEN Within the limits of the work under this contract# the Contractor shall, ' at his own cyst and expense, furnish and erect such barricades, fences, lights, ar,d danger signals, shall provide such watchmen, and shall provide such other pre- cautionary measures for the protection of persons or property and of the work as are necessary. 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 sufficics►t 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 ill damage to the work dale to failure of barricades, signs, lights and watchmen to protect it atd whenever evi- dence is found of such damage the Contractor shall iamediatell remove the damaged portion and replace it at his cost and expense. The Contractor's responsiLil;ty for the maintenance of barricades, signs, and lights, and for providing watchmen ' shall not cease until the project shall have been accepted by the owner. SC.28 DISPOSAL OF WASTE AND SURPLUS EXCAVATION ' All trees, stumps, alashings, brush or other debris removed from the site as a preliminary to the construction shall be burned or remov:,d from the property. Any required disposal permits shall be the sole resdonsibility of the Contractor. All excavated earth in excess of that required for backfilling shall be stockpiled on the airport property for use in constructing improvements to the air- port, SC.29 WATER FOR CONSTRUCTION ' The Contractor shall ma%r. she necessary arrangements for securing and transporting all water required in the construction. ' SC.30 INSPECTION The word "Inspection", or other forces 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 deta4.1 to satisfy himself that the work is proceeding in general accordance with the Contract Documente, but he will not be a guarantor of the Contractor's performance. SC.31 LIGHTS AND POWER The Contractor shall provide, at his own expense, temporary lighting and power facilities required for the proper prosecution of the work. SC.Zi INSURANCE Before the Contractor commences work in connection with this contract, or ' before he allows any subcontractor to commence any wo0., he shall purchase compre- hensive general liability insura,,,-n with bodily injury limits of r,ot less than $300#000 each occurrence and $3U .!,!)0 in the aggregate, and property damage limits of not less than $501000 1actr oC,urreT,ce and $50,0r10 in thf: aggregate, and shall in- clude as an additional insured in such policy thf' owner, the Engineer, ar9 their agents and employees as additional ins- eds. At the Contractor'r option he may furnish an SC-b Owners and Contractor's Policy with the Owner as insured and the Engineer, their agents and employees as additional insureds. The Contractor shall furnish a certificate of insurance for the above ~ 1 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 tcrm of this contract. r SC.33 CONSTRUC'PION 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. SC.34 COOPERATION OF CONTRACTGx The Contractor shall have on the project at all times, as his agent, a competent Superintendent capable of reading and thoroughly understanding the plans r 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 lnd incidentals as may be required. Suah superintendence shall be furnished irrebpective of the amount of work subcontracted. 1 The Superintendent and the Contractor shall be ree prneible for all work performed by the subcontractor at all times during construction. SC.35 CON.TRUCTION SCHEDULE Prior to starting work, the Contractor shall su.}rnit a proposed schedule i for the work included herein and shall submit any major revi.4ions to this schedule r as the project progresses. This schedule shall provide for completion of the pro- ject within the time provided in the specifications. SC.36 AVAILIBILITY 0V 14A'TERIALS AND SUSPE3iSI011 OF COMMMT THE r The City desires to complete the work under this contract as soon as possible. However, if the Contractor is unable to obtain materials for construct- ing a principal unit of work, the contract time will be suspended provided the Contractor furnishes the Engineer with letters from all reasonable suppliers stating that they are 'nable to furnish the materials. 1 1 i r { SC-7 r r r !0/l`/74 A^ 150/5370-10 r. DIVISION I GENERAL PROVISIONS SECTION 10 ' DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: r ; 10-O1 AASHTO. The American Association of State Highway and Transportation t Officials, the successor association to AASHO, ' 10-02--ACCESS ~OI,~D. The right-of-say, the roadway and all improvements constructed thereon connecting the airport to a public highway, 10.03 ADAP. sae Airport Development Aid Program, a grant-in-aid program, adolnistered by the Federal Aviation,Administratton. ' 10-JU ADVERTISEMENT. A public announcement, aR required by local law, inviting bids for work to be performed and materials to be furnished. r 10-O5 AIR OPE RaTIONS AREA For the purpose of these specifications, the term air operations area shall mean any area of the airport used or intended ' to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be coed for the unobstructed movement of aircraft in addition ' to its associated runway, taxiway, or apron. 10-Ob AIFPORT. Airport means an area of land or water which is used or intended to be used for the lending and takeoff of aircraft, and includes its buildings and facilities, if any. ' DIY Y Page l I ;V 1 r AC 150/5370-)0 10/24/7; 1 DEFINITION OF TERMS r 10-07 ASTt. The American Society for Testing and Materials. r 10-08 YARD. The acceptance, by the owner, of the successful bidder's proposal. ' 10-09 3IDDER. Any ind0idual, partnership, firm, or corporatio!., acting ' directly or through a duty authorised representative, who submits a proposal for the work contemplated. 10-10 BUILDING AREA. An area on the airport to be used, considered, or intencled tc be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon. i 10-11 CALENDAR DAY, Every day Phown on the calendar. r 10-12 CHANGEORDER. A written order to the contractor covering changes in ' the plans, specifications, or proposal quantities and establishing the basis of payment and contract tit;, aej ustment, if any, for the wa;k affected b5 such changes. The work, cov:red by a change order, shall be within the scope of the contract. r 10-13 CONTRACT. The written agreevw nt covering the work to be performeS. The awarded contract shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any'required insurance certificates; The Specifications; The Plans; and .,ry addenda issued to bidders. 10-14 CONTRACT ITEM (PAY ITEM)._. A specific unit of work for wht.ch a price is provided in the contract. 10-15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized timo extensions. If a calendar date of completion is stated in r r Pago 2 Div I r t 10/24/74 AC 150/5370-10 DEFINITION OF TERMS the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. ' 10-16 COI~TRACTOR. The individual, partnership, firm or corporation pr mari liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or throe3h lawful agents or employees to complete the contract work. ' 10-1t 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 dily ' 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 EQ(JIPMENT , All machinery, togethir with the necessary suppsiec for upkeep and maintenance, and also all to41e and apparatus necessary for tle ' proper construction and acceptable completion of the work. 10-20 EXTRA WON(. An item of work not provided for in the awarded contract as previously modified by char;e order or supplemental agreement, but which is found by the engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10-21 FAA, The Federal Aviation Administration of the U. S. Department of Transportation. When used to designate a person, FAA ithall mean the Administrator or his duly authorized representative. ' 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, and supplements, amendments, and indices theretc are prepared and issued by t the General Services Nd%JnINLration of the FederJ ,overns;vnt, They may be obtained from the Spoctfications Activity, Printed Materials Supply Division, Building 197, Naval Weapons Plant, Washington, D. C. 9nl4j. E 1 DIV I Page 3 N A: 17, Ac 150/5370-10 ' 10124/74 DEFINITION OF TERMS 10-23 INSPECTOR. An r,thorized representative of the engineer assigned to ' make all necessary insperttons and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the contractor. 19-24 INTENTION OF TERMS, Wherever, in those specifications plans, the words "directed," "'required," or on the "deaf the r~ u permitted," "ordered," 8n , prescribed," or words of the like import are used, it shall be understood th•, the direction, requirement, permission, order, designation, or prescription of the engineer is intended; end similarly, tha words "approved,0' reacceptable," "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, JJ Any reference to a specific requirement of a numbered paraq.aph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specificatir.;i item, or cited standard that may be pertinent to such specific reference. 10-25 IA09tTOV. The official testing laboratories of the owner or such other laboratocics as may be designated by the engineer. 10-26 LIGHTING. A syetem of fixtures providing or controlling the light sources used vn or near the airport or wlthin the airport buildings. The field lighting incl:dea all luminous signals, markers, floodlights, and M umineting devices used on or `near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-27 MAJOR AND MINOR CONTRACT, ITEMS, A major contract item shall be any item that is Bated in the proposal, the total cost of which is equal to or gr-,x°r than 10 percent of the total amount of the awarded contract. All otn,. ' in, shall be considered minor contract items. 10-28 VATBRIALS. Any substance specified fur use in the construction of the cor,tfact work, Page 4 DIV I x. Ac 150/5370-to 10/24/74 DEFINITION OF TERM i 10-29 _NOTICE 1'0 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 term sponsor shall hwie the same meaning as the term owner. 10-31 PAVEtENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-32 PAYMNT BOND. The appr'4ved form of security furnished by the contractor and his surety as a guaranty that he till pay in full all bills And accounts for materials and labor used in the construction of the work. 10-33 PERFORMANCE BOND. 77•e 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 contact. 10-34 PLANS. The official drawings or exact reproductions, approved by the engineer, hich show the location$ character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-35 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-36 PR_ -proposal The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. 10-37 PROPOSAL GUAP.ANTY. The security furnished with a proposil to eihat hguarante bidder will enter into a contract if his proposal is accepted by the owner. DIV I Page 5 411 .Its Q 11 t M TRIM ',,l w' n 0!' 1 !.C 15,0/5310-10 10/24/14 DEFINITION OF TERMS 10-38 RUNWAY. The area on the airpor! prepared for the landing and takeoff of -ft - SPECIVICATIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if ' included in the conttact physically. 10-40 STRUCTURES. Airport facilities such as bridges; culve selcatch ' basins; inlets; retaining walls; cribbing; s water lines; underdrains; electrical ducts, me-tholes, handholes, lighting fixtures and bases; transformers; flexible an,t 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. 10-4 1 SUBGRADE. The soil which forms the pavement foundation. 1 10-42 SUPERINTENDENT. The cofttraetorls executive rerresentative who is present on the work during progress, aut'aori:ed to retAve and fulfill instructions from the engineer, tnd Vito shall supervise and direct the construction. 10-43 VIPPLEMENTAL AGREEMENT. A wrii.ten agreement between the contractor and tie owner covering: 1) work that would increase or decrease the total amount of the awarded contract, or arsy major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awatJed contract, or 2) vork that is not within the scope of the originally awarded contract. The corporation„ partnership, or indi,4 dual, other than the 10-4_ N _ SURETY. con tractor, executing payment or performance bonds which are furnished tot the owner by the contractor. DIV I Pegs 6 10/24/74 AC 15015370-10 ' JEFINITION OF TERMS 10-45 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air uperations area of an airport that has been designated by competent airport authority for movement of aircraft. to and from the airpo is runways or aircraft parking areas. 10-46 WORK. 'rite furnishing of all labor, materials, tools, equipment, and incidentals oecessary oL convenient to the contractor's performance of all ' duLles and obligations imposed by the cosirract, plans, and specifications. ' 10-47 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the contractor may proceed wica regular work ,'.or at least 6 hours toward completion of the contract. Unless work is suspended for causes beyond the contractor's control, Saturdays, Sundays and holidays on which the J contractor's forces engage in regular work, requiring the presence of an J1 inspector, will be considered as working days. i 1 1 DIV I Page 7 (PP.serve Pige 8) 1 .LO/24/74 AC 150/5370-10 1 ' SECTICN 20 PROPOSAL REQUIREWNTS AND CONDI7'IUNS 20-01 ADVERTISEMENT (Notice to Bidders . An official notice to contractors stating the time and place for tho submission of sealed propossis on designated projects or proposed work. This nutice shall contain a description of the proposed work, iastructions to the bidder regarding proposal forme, proposal guaranty, plane, specifications, and the reservation of the. right of the owner to reject any or all bids. 20-02 RESERVED. ■ ~y MY I fags '9 t 'ec iso/s3rd-lo 10124/74 !'(20POgAL RflQ0IR8tdENTS AND cONDTTI.ONS 20-03 COHo S o~iRpflae bound.witheorwattacheditou he proposalaforms are proposal r neceseary parts and must not be d9tached. Via puns, specifications, and other documents desipated in the proposal form shall be considered a part of the proposal whather attached or not. 20.01 , gSQUANCE_____l PROPOSAL 5. The owner reserves the right to refuse !c fisue a proposal form tc a prospective bidder should such bidder be in 1 of the following resr:,nst 44qfault for any la) Failure to comply with any prequalification r!Igulations of the owner, if such regulationsngrrive cited, or othErwise included, in the proposal as a requiremert for (b) Failure to pay, .fr satisfactorily settle, all bills due for labor sad mater.tals on former contracts in force (with the own at the time the ow*r issucs the proposal to a prospective bidder. (c) contractor default under previous contracts with the owner. D1V I Page 10 i . 10/24/74 AC 150/5370-10 i PROPOSAL REQUIREMENTS AND CONDITIONS (d) Unsatisfactory work on previous contracts with the owner. 2t0-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES- An estimate of quan t s of woro to be done and ,materials to be furnished under these specific eations Is given in the proposal. It is the result of careful calculations and is believed to be correct. IS is given only as a basis for comparison of proposals and the award of the contract. The owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of Stich estimates of quantities, or of the character, ' location, or other conditions pertaining to the work. Payment to the contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidaring the unit bid prices. O 20.06 EXAMINATION OF PLANS, SPECIFICATIONS AND 31 expected to carefully examine the site^ P cht, proposed work, btheeproposal, plane, specifications, and contract forms. Ede shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in parfprming the work and as to the requirements of the proposed contract, plans, and specification. Boring loan and other records of subsurface investigations and teats are available for inapection of bidders. It ID understood and agreed that such ' subsurface information, whether included to the plane, specifications, or otherwise made available to the bidder, was obtained and is intended for the owners design and estimating purposes only, Such Information has been made available for the convenianhi of all bidders. It is further understood and agread that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may 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 PM A~TION OF PROppSAL~ The k: dder shall submit hie Pr on forms urnished by the owner. AAll ble,nk spaces in the proposaloforms mu.rt~te be correctly filln_d in where indicated for each and every item for which a ' DIV I Page 11 AG 150/5370 -10 10/24"/14 1 ` PROPOSAL KrrQUIRLIeN[S AND CONDITIONS The bidder shall state the price (written in ink or quantity is given. ' typed) both in words and numerals foc which he proposes to do each pay item furnished in the proposal. In conflict words and numerals, the words, unless obviously incorroct, 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 of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the State under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an ' agent shall file evidence of his authority to do so and that the signature is binding upon the firm nr corporation. 20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the fol)owing reasons: (a; If the proposal 4s on a form other than that furnished by the f, owaT,' or if the owner's form is altered, or if any part of the proposal 1 farm to detached. (b) If there are unanhorized additions, conditional or alternate pay items, or irregularities of any kind which make the proposal incomplete, indefinite, or otherwise ambiguous. (c) If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price, (d) If the proposal contains unit prices that are obviously unbalancad. (e) If the proposal is not accompanied by the proposal guaranty specified by the owner. Irregular for any of t For ADAP contracts, o 'shall be withhe reasons stated and, i raspect to the requirements as specified in the proposal form. ~a DI'I I Page 17. his . LIM 71- 10/24/74 AC 150/5370-10 r PROPOSAL REQUIREMENTS AND CONDITIONS r The owner reserves the right to reject any irregular proposal and the right to waive technicalities if su0 waiver is in the beat intcreat of the owner and conforms to local laws a.,4 -*tdinances pertaining to the lotting of construction contracts. 20-09 PROPOSAL GUARANTY. Each separate proposal shall be accompanied by a r certified cheek, or ocher specified acceptable collateral, In the amount specified in the proposal form. Such check, or collateral, shall be made payable to the owner. r r r 20-,11. DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in e sealed envelope plainly marked with thc, project number, lccation of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will he considered unless received at the place specified in the sdvertisetient r before the time specified for opening all bids. Proposals received after the, bid opening time shall be returned to the bidder unopened, 20-11 WITHDRAWAL OR RLViSION OF PROPOSALS. A bidder may withdraw or revise by withdrawal of ono proposal and submission of another} a proposal provided thrt the bidder's request for withdrawal is received by the owner ' in writing or by telegram before the time specifies for opening bids. Revised proposals snust be received at the place specified in the advertisement before the time specified for opening aril bids. 20-12 PUBLIC OPPNI?N0 OF PROPOSALS. Froposals shall be opened, and read, publicly at. the time and place specified in the advertisement. Oidders, r their authorized agents, and other interested persons sire invited to attend. r F Y r Div I i'sge 'a 3 • j r -01 W w do 1 ~r 4 , w~f41 •a _ ,77777777 77V 777 7- r AC 150/5370-10 10/24/74 1 ' PROPOSAL REQUIREMENTS ANA CONDTTIONS Proposals thrit have been withdrawn (by written or telegraphic request) or received after the time specified for opening bidn shall be retunied to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be conolderel disqualified fer any of the following reasons: (a) Submitting more than one proposal from the same partnership, firm, or corporation under tlid vame or different name. (b) Evidence of collusion anong bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the owner until any such participating bidder has peen reinetaeed by the owner as a qualified bidder. (c) If the bidder is considered to be in "default" for any ressor specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section, 1 r 1 r r Page 14 DIV I ,;r r r T . r ! + r 10/24/14 AC 150/5370-10 r SECTION 30 AWARD AND EXE CU:ION OF CONTRACT ?0-01 CONSIDERATION OF PROPOSALS. After tfte proposals are publicly opened and rend, they will be compared on the basis of the summation of the products obtained by multiplying the eatimate,i quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a r discrepancy batween unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the al+ard of a conttact is :Dade, the owner reserves the right to reject a bidder's proposal for any of the following teasonst (a) If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 70. M If the bidder is disqualified for any of the mesons specified in the subsection titled MSQJ,ALTFICAVON OF BIDDERS of Section 20, In addition, until the award of a contract is Made tht+ j o►+ner reserves the right to reject any or all proposals; waive technicalities, if such waiver , Is in the beat interest of tho owner and is in conformancs with applicable J State and local laws or regulations pertaining to the letting of construction contracts; advurtiee for new proposals; or proceed with the work othetwise. All such actions shall promote the owner's best interests. 30-02 AWOO OF CONTRACT. The award of a contract, if it to to be awarded, Wall 1 be made within 30 calendar days of the date specified for publicly opening proposal's, unless otherwise specified herein. Award of the contract shall be made by the owner to the lowest, qualified bidder whose proposal conforms to the cited requirecsents of the owner. r r r r ' DO I Page 15 Now& r N . 10/24/74 AC 150/537010 AWARD AND ExXXV'ION OF CONTRACT The ovaer reserves the right to cancel the 30.03__,__C_ANCELLATIO OF AWARD' oral guaranty, award without l.is ility to the bidder, excePtreturn of uted by pall parties and is at any time before a contract has been fully exec approved by the owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section. TY, All proposal guaranties, except those u4g M 30. itETURN OF pRQPOSAI G_ ' of the two lowest bidders, will be retur,ted immediately after the owner has mad+t a comparison of bids as hereinbefore etpecified in the subsection titled Proposal guaranties of the two CONSIDERATION OF PROPOSALS of this section. lower bidders will be retained by the owner until such time as an award is ' -Aade, at which time, the unsuccessful bidder's proposal guaranty will be returned. The suc.-essful bidder's proposal guaranty will be returned as CONTRACT BONDScofbthis sectiorrificd in the subsection titled REQUIR6''P.NTS eeceives the r At tho rime of the execution of the 30-05 ti k^ &'PJ HENTS OF CONTRACT BONDS. contract, the successful bidder shall furnish the owner a surety bond or bonds which have been fully,exe(suted by the bilMor and his surety guaranteeing the performance of the work and tho payment of all.1egal debts ' that may he incurred by reason of the contractor's performance of the work. The surety and the form of the bond or bonds shAl), be acceptable to the onds,shallebe inharaumsequalitoethenfullsamount..cfothetlcontract, bond or The successful bidder shall oign (exoycute) return Aach the necessary agreements for entering into the contrecuted surety bend or signed contract zo the owner, alk+ng with the fully ex 'ponds specifie~it~in 11 1~ a cienda~n iltilF4he Rlaerm~+OlledOnrRcthrrrt+lsn of this section, ye from delivered to the suctusaful hidden. If the contract is milled, opeci.'+l handling is recommended. e I DIY 1 Page 16 r" 10/24/74 AC 150/5370-10 AWARD AND EXECUTION OF CONTRACT 30-07 APPROQAL OF CONTRACT. Upon recaipt of the contract and contract bond oe-onds that a-ve een executed by the successful bidder, th!s owner shall complete the extcution of the contract in accordance with local laws or ordinances, and return the f,s21y 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 propov!+l and the terms of the contract. 30-08 FAILURE TO EXECUTE €:ONIRACT. Failure of the successful bidder to execute the contract and furnish in acceptable surety bond or bonds within ' the 15 citlendar day pnriod specified is the subsection titled REQUIREMENTS 01' 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. e i ' DIV i rt$;e 17 (Reserve page 18) r 10/24/74 AC 150/5310-10 1 SECTION 40 r SCOPE OF WORK ' 40-01 INTENT OF CONTRACT. The intent of the contract is to ptbvide for construction and completion, in every detail, of the work described. It is ' further intended that the contractor shall furnish All labor, materials,work equipment, tools, transportation, and supplies in accordance wit~i the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK K1R QUANTITIdS. The owner reserves and shall have the right to snake such alterations in the work as may be necessary or 0 desirable to complete the work originally intended in an acceptable manner. Unleos otberwise specified herein, the engineer shall be and is hereby authorised to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of e.uch alterations does not change the total contract cost or the total cost of any mayor contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). r Alterations which do not exceed the 25 percent limitation shall not invalidate the contract not release the surety, and the contractor agrees to accept payment for such alterations as if the altered work had bean a pert of the original contract. Theso alterations which ere for work within the general scope of the contract shall be covered by "Change Orders" issued by the engineer. Change orders for altered work shall include extensions of works.sions are amount ongineeria contract commensuratea with whole, the in the Should the aggregate amount of altered work exceed the 25 percent limitation r herelnbeforo specified, such exceos altered work shall be covered by supplewntal agreement. If the owner and thf, contractor are unablo to agre!,, on a unit adjustment for any contract item that requires a supplemental agreement, the i~tm andsvA%kes otthe right to her arrangements forAitsecompletion. respect to the Page 19 lily I ' 101'24/74 AC 15015370-10 SCOPE OF WORK , t The engineer may, in the owner's best interest, omit 40-03 OMITTED ITEMS. except major contraict items. Major from the work an contract item, mitted by a supplemental aRr~:ement. Such omission o ontract items may be o c contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted alor otherwise l work performedrtoward c mpleticnTofd! the contractor shall be paid such item prior to the date of the order to omit such item. Payment or 1 work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. the 1 40-04 EXT WORK. Should acceptable completion of the contracterequir been contras ~o perform an item e)f wort: for which no basip of paY Extra work greamentei the same iedssExtraued orders ' prop emental the that ract shall be cove that dared the general norders far suchhextratwork shall containragreed united change e or. Sprices for performing the change order work in accordance with the requirements specified ithe n the order, er'saopinioni is contain neceseary adjustment completion the t contract time that, of such extra s,ork. ts he When detP:mined by the engineer to be in the owner's estaintere as provided ' order the contractor to proceed with extra work by force t in tte subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section, 90 projects but Extra Work within then 6eneralascpe ofc the t is not wi work covere.diby the t original contract rei shall be covered by a Supplemintal °ft5ection 10.8fore defined in the ' subsection titled SUPPLEMENTAL Any claim for ors upplementalaagwork that is reement) sh lltbeorejected byithenownerement (change order DIV I Page 20 77, rt AC 150/5310-10 ld/14/74 SCOPE OF WORK 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the contractor's equipment and It is understood and agreed personnel, is the most important consideration. that the contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his own operations and the operations of all his contractors as specified in the e subsection titled LIMITATION OF OP£RATIO►;:, of Section 80. It is further understood and agreed that the contractor shall provido for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, titled and upon the airport as Uspecified RESPONSIBILITY Y FOR FOR i With respect to his own operations and the operations of all his ' subcontractors, the contractor shall provide marking, lighting, and other acceptable mesas of identifying: personnel; equipment; vehicles; storage aircraft, fire-rescue equ pmentioortmaintenance hazardous vehicles at the airport. ' of areas-, When the contract requires the maintenance of vehicular traffic on 6r, - 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 C to all traffic and shall provide sub, maintenance as may be required to accommodate traffic. The contractor shall furnish, erect, and maintain barricades, darning signs, flagmen, ar:d other traffic control devices in t reasonable conformity with tltie 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 veW- ular traffic as specified in this subsection. Try ost of maintnining the aircraft and vehicular traffic specified in this subsection shall not be measured or pail for directly, but shall be included in the various contract items, Page 21 D1V 1 AC 150/5310-10 10/24/74 „ SCOPE OF WORK 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered t within the established lines, grades, or gracing 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 structu~as shall not be measured or paid for directly, but shall be included in the various contract items. ' Should the contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the engineer in azcordancu with the provisions of the contract. ' Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIAS FOUND IN THE WORK of this section, it is intended that all existing materials or structured that may be encountered (within the lines, grades, or grading sections established for completion nf the work) shell be utilized in the work as otherwise provided for in the contract and shall remain the property of the owner when ao utilized in the work. 40-07 RIGHTS I D LSF~7F MATERIALS FOUND IN THE WORK. Should the ' contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, o; concrete slabs within the established lines, grades-, or grading sections, the rise of which is intended by the terms of the contract to be either embankment or waste, he may at his option eitheri (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 uue; or, (b) Remove such material from the site, upon written approval of the &ngineer; or, ' Page 22 DTV I - - .~.z~~sasr p P ~ x ~ ~ ~ i N.P~ ~ ~ r R r . i. . f o AC 15013310-10 10/24/74 SCOPE (IF WORK (c) Use such material for his own temporary construction t,n site; or, (d) Use such material as intended by the terms of the contract. Should the contractor wish to exercise option (a~, (b), or (c), he shall request the engineer's approval in advance of such use. Should the engineer approve the contractorfotrequestto excavatexercise option of), (b), or (c), the contractor shelr be paid he ion or removal The contractor shall such material at the applicable contract price. replace, at his own expense, such removed or excavated material with an for use agreed equal volume of matothe~iaettoste3cextentethat suchireplace tinting embankment, need backfillso or ed to caterial omplete charis is usecofsuch material rso t u3t.,kin he work rortremoved lfrom not l+e charged for the site. Saou'_d the engineer approve the contractor',] exercise of option (a)r, thing contractor shall be paid, at the applicable. contract price, and installing such material in accordance with requirements of the contract ' it6A in which the material is used. 1.t is understood and o exercise theocontratto Sonoma a no claim for delays by reason of his The contractor shall not excavate, remove, or otherwise disturb any extt:re the material, at or re, or grading asectionsaestablishediforitheowork, excopt de wheher lines, gradeses, such excavation or removal is provided fot in the contract, plans, or ' specifications. 40.09 FItJJAI. CLLANINC l~,1P. Upon completion of the work and before acceptance tractor re frot) tbi liiscardedsmaterial~s,erubbiah,e site and final payment lilt be madep the all machinery, ur p and stumps or portions of trees. He shall. cut all in a ave temporary structtures, sha site brush and coeds within the limits ~r~~lalecleaaad flromlthe site bee been nest and presentable conditions will nct be considered as having deposited on adjacent Property disposed of satisfactorily, unless h u cont~.ctor has obtained the written permission of such property owner. Page 23 (Reser%le Page 24) DIV I f '771 e AC 15015370-10 10,24,14 tkTION 50 CONTROL OF WORK 1 50-01 AUTHORITY OF THg ENIGINEER. The engineer shall decide any and all y of materials questions which may arise as to the quality and scceptabili[ may e and rate furnished, work performed, and as ci the ma,iestoflopns which performance to ' progress of the work. He shall decde all qaea the interpretation of the specificatiionsc`rtplans relatorL to g andtthe ri.ghtshof fulfillment of the contract on the part engineer shall proJect. rmed andematerials different contractors amount and quality o furnished which are to be paid foraunder the contract. All work and all materials 50-02 CONFORMITY WITH PLANS AND SPECIFI____CAT_ IONS, with the lines, grades, 1 furnished shall be In reasonably close conformi~ CeYial requirements, and grading sections, cross sections, dimensions , testing requirements that are specific. (including specified tolerances) in the contract, pUn, 01 urnishe the if the a productfnotswithinareasonably cl sedc nformityf withdtherplans and fiished specific p portion of the work affected will, '_n iris opinion, resul but that the economy, opinion, result in kma0hip finished acc ptable~toithe owner, he will advise the durability, and wor owner of his d eventsthe engineer willcdocument hisadetermination aanndn in that the place, in this s -k will p recommend to the owner contra tapricefforctheaaffectet portion ofithefwork~. The enginees determination end~re~~eh~adsuchttestaporcreteat~t efnthe will be engineer's de based on good engineering 3 6 the affected work as are* in his opinion, ct molificationsp(ch genordernor supplemental rice shall be covered by contra agreement) as epPlicnhle. If the engineer finds the materiels furnished, work performed, or the with the plans and finished product are not in re^aonably clause conformity be removedcane,replacedsordotherwise the specifications affected work or resulted in an a affected work corrected by and nc the expense of the contractor in accordance with the 1 engineer's written orders, Page 25 ' I'tY 1 lr ~ t ' AO 150/5370-10 10/24/7y COPTROL 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 arcordar+ce 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'a prosecution of the work, ' when, in the engineer's opinior, such compliance 13 essential, to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "-,Ysonably close conformity" Is also intended to provide the engineer with authority to use good engineering judgement in his determinations as acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. i i 50-03 COORAINATION OF CONTRACT, PlAtBS, AND SPECIFICATIONS. The contract, plant, specifications, and all referenced btandards cited are essential parts of the contract requirements, A requirement occurring in one is as binding as though occurring in all. 7hey are intended to be complementary ; and to describe and provide for a complete work, In rase of discrepancy, calculated dimensions will govern over sealed dioensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited FAA advisory circularat 1 contract, general provisions shall govern over plans, cited standards for materials oi• testi+.g, ane cited FAA advisory circulars, plans shall govern over cited gtandarda for materials or testing and cited FAA advisory circulars. i The contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the contractor discovers any apparent error or discrepancy, he shall immediately call upon the engineer ' for his interpretation and decision, and suc, decision rhall be final. Paga 26 DIV I M ' 1111 iW ~ .W Itl'1 ! 1o/~a/rs , AC 150/l910-101 i CONTROL OF, WORK ' 50-04 COOPERATION OF CONTRACTOR. The contractor will be supplied with two topics each of the }Mans and specifications. lie 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 const}t attention to the work to facilitate the progress thereof, and he +ihall cooperate with the engineer and his inspectors and with other contractors in ever y way possible. The engineer 1 shall allocate the work and designate the sequence of construction in case of controversy between contractors. The contractor shal.l. have a competent superintendent on the work a- all times 0rho 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. 50-05COOPERATION BETWEEN CONTRACTORS. The owner reserves the right to contract for and perxorm other or additional work on or near the work covered by this contract. When separate contraetp are let.vithin thl .Umtts of any one project, each contractor shall conduct his work so as tint to interfere with or hinder the progress of conpleiiort of the work being performed by other contractors. Contractors working on the same lwroject shall cooperate with each ether as directed. Each contractor involved Miall assume all liability, financial or otherwise, in connection with his contract and shall. protect and save harmless the owner from sny and all damages or claims that may arise becauso of inconvenience, delays; or los:3 experienced by him because of the presence and operations of other contractors working within the limits of the same project* The contractor shall are'ange his work and shall piece and dispose of the materials being used so as not to inLk..-tere with the operations of the other contractors within the limits of the same project. He shal'e' ',)in his work with that of the others in an acceptable manner and shall {,,-Fjrm it in proper sequence to that of the othera. DIV I rase 27 ~r~~ err 777 e S?.CTION 50-CONMOL OF WORK Ali paragraphs shall apply with the following exception; ' 50-06 CONSTRUCTION LAYOUT AND STAPES. Delete the paragraph and substitute the. followiny+ The Contractor will perform the stakinr during construction of the ~;ork. ' it shall be the responsibility of the Contractor to construct the work to the position and elevations as But out on the plans and approved changes. The Engineer will furnish the Contractor control points and! bench marks and from the vontrol points and bench marks established by t.ho Engineer, tho Contractor shall establish and be responsible for the correctness of alignment, elevation and position of all construction required by the contract. I The Engineer, may, at his option, make shot or complete checks on all ~ construction alignment and grades to determine the accuracy of the Con- tractor's survey work. These checks, however, will not relieve the Con- tractor of his responsibility of constructing the work to the po:3itions and elevations as shown on the plans or approved changes. i "a Contractor shall furnish free of charge all stakes and other materials necessary to preserve control points for aligm-vent and grade. The Contractor will, be held responsible for the preservation of all. con- trol points established by the Engineer. 140 direct. payment will be made for this work, bul'the cost of all labor, equipment and supplies necessary to perform the ixirk shall be included in the contract unit prices bid for the various contract items.' 1 AC 15015370-11 10/24/74 CONTROL OF WORK 1 50-06 CONSTRUCTI(AY LAYOUT AND STAKES. Unless otheivise provided for in this subsection, the engineer shall furnish the contractor with all linen, grades, and measurements necessav/ to the proper prosecution and control of the work contracted for under these specifications. The contractor shall satisfy himself as to the accuracy of all measurements before constructing any permanent sttucturt. and shall not taka advantage of any errors which may have been made in laying out the work. Sach stakes and markings as the engineer may set for eitber his own or tl+e contractor's guidance shall be scrupulously preserved by the contractor. In case of negligence on the part of the contractor, or his o ployees, res-thing in the destruction of such stakes or markin£a, an amount equal :o the cost of replacing the same may be deducted from subaiequeut estl.mAtee due the contractor at the discretion of the engineer. r 50-07 AbTOMA'f1CA1I,Y CONTR, OLTX}ko CQI.IIPM, NT. Whenever hatching or mixing plant equipment Iviequia,+d to be operated automaticall;r under the contract and a breakoown or malfunction of the automntic Control st occurs, the N equiprw nt may be operated manually or h.v other hetbods or a period of 48 hours following the breakdown or galfunctl.on, provided this method of operations will produce results which conform to all other requirements of the `contract. 50-08 AUTHORITY AND DUM S OF INSPECTORS. Inspectors employed by the owner ahall~e authorized to inspect a1I work done and al.X material furnisheO. Such inspection may extend to all. or any part of the voik and to the preparation,, fabrication, or manufccture of the materials to be used. Inspectors are not authorized to revoke, alter, ar wat.te any provision of the contract. Inspectors are not authorized to issue :instructions contrary to the plnns and eperificatlons or to act as foreman for the contractor. Inspectors euployed by the owner are authorized to notify the contractor or his representative of any failure of the work or sreatarials to conform to the requirements of the contract, plans, or specifications rend to reject such nonconforming, materials iu question until such is;atkeo car, be referred to the engineer for his decision. 1 Pago 28 DiV I 77 tr c ~t 1 lA/z417-0 -c` AC IM, /N370'-10 I CONTROL OF WORK 50-09 INSPECTION OF 'NE WORK. All materials and each part or detail of the i work shall be subject to Inspection by the emgineer. 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 Lt, the contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work ::a may be directed. After examination, t'te contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts j 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 pacts removed will be at the contractor's expense. Any work done or materialn used without supervision or inspection by an authorized representative of the owner may be ordered removed and replaced at the contractor's expense unless the owner's representative failed to inspect after having been given reasoiable notice in writing that the work was to be' performed. Shoµild the contract wot.k include relocation, adjustment, or any other modification to existing factlitiesn not the property of the (c0Atisrt) owner, authorised representatives of the owners of such facilities shall have the right to inspect such work. Such Nnspection shall In 'q0 rsunse make any facility owner a party to the contract, and shall in na way interfere with the rights of the parties-to this contract. 50-10 1 V14 OF UNACCEPTABLE_ AND IN AUTF10ft M WORK. All work which Obes not conform to tha requirements of the contract, plans, and specifications will bu considered unacceptable, unle44s othervise determined acceptable by the engineer is provided in the subsection tiil•%d CONFOP'fITY WITH PLANS AND p SPEMICATIONS of this section. n Unacceptable work, whether the result of poor workrar.ship, use of defective mate:tiala, damage through carelessness, or any other caruse found to exist prior to the final acceptance of the stork, shall he, remc,ved immediately and replaced in an acceptable :naaner in accordance with the provisions of the ' subsection titled CGmtractor'a Responsibility fo,,.Work of Section 70, DIY 1 Page 29 1 .Yd I,A J AC 150/5370:10 10/24/74 CONTROL OF WORK No work shall be done without lines and grades having 1:een given by the engineer. Work done cont•-ry to the instructions of the engineer, work done beyond the lines shown on 1..e plans or as given, oxc.pt 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 one contract. Work so done may be ordered removed or replaced at the contract,or's expense. Upon failure on the part of the contractor to comity forthwith with any order of the engineer made under the provisions of this subsection, the engineer will have authority to cause unacceptehIc wort to he remedied or ® removed and replaced and unauthorized work to be rorooveo and to deduct the T/ costs (incurred by the owner) from any monie,a due or to become due the contractor. 50-11 LOAD M STRICTiONS. The contractor shall comply with all legal load restricti,onT in .the hauling of materials on pulsltc 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 Lo structured or to any other type of construction will not be permitted. Hauling 4f materials over the base course or surface course under t constructing shall be limited as directed. No toads will be permitted on a concrete pivement, base, or structure before tha expiration of the curing period. The contractor shall be responsible for all damage done by his hauling equipment and siiAll correct such damage at hits own expanse. 50-12 HAINTFSANCE_ DURING CONSTRUCTION. The contractor shall maintAin the Turk during oc nstraction and until the work 1s accepted., This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintaikied in satisfactory condition at all times. In the case of a contract for the placing of a course % on a course or subgrade previausly constructed, the contractor shall raintain the previous course or subgrade during all construction operations. All costsof maintenance work during construction and before the project is accepted shall he included in the unit prices bid an the various contract items, and the contractor will not be paid an additional amount for such work. e DIV I koge 30 +Y 10/24174 AC 10/5370-10 1 CONTROL OF WORK 50-13 FAILURE TO MAINTAIN 'niE WORK. Should the contractor at any time fail to .waintain 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 contractcr 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 Trecessary for the owner to o,)rrect such unsatisfactory maintenance condition, depending on the exigency that exists. t Any maintenance cost incurred by the owner, shall be deducted from monies due or to become due the contractor. 50-14_ PARTIAL ACC! PTANCE. If at any time during the prose,:ution of the j project the contractor subttentially completes a usable unit or portion of the work, the occupancy of which will benefit the owner, he city request the engineer to make final irvipection of that unit. If 0e engineer finds upon inspection that the unit hake been satisfactorily completed in compliance with the contract, he may arcept it As being completed,, and the contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the owner shall not Vold or alter any proNIsion of the contrnct. 50-15 FINAL ACr.EPTMCE. Upon due notice from the contractor of presumptive completion of the ent,1re project, the engi-•..,c and owner will make an inspection. ' if all construction provided fcr, and conterQlated by the contract is found to be completed in acrlordanca with the contract, plans, and specifications, such inspection shall constitute the final inspection, The .ngineer 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 necetTsary instructions for correction of aame, and the contractor shall immediately comply with and eye.cute 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. Ia such event, the engineer will make the final acceptances and notify the contractor In writing of this acceptance. as of X110 date of final inspection. DIV I page 31 ee~kekswrr til~■IItIr a' 1-177 7 77 r AC 150/5370-10 I~ lb/2;/14 t CONTROL OF WORK 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the contractor deems that additional compensation is dues him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the engineer in writing of his intention to claim such additional compensation before tie begins the work on which he bases the claim. If aitch notification is not given or the engineer Is not afforded proper opportunity by the contractor for keeping strict account of actual c-)st as required, then the contractor hereby agrees to waive any claim for such additional compensation. Such notice by the contractor and the fact that the engineer has kept account of the cost of the work shell not in any way be construed as proving or substantiating the validity of the claim. Whan the work or which the claim for additional compensation is based hay been completed, the contractor shall, w.lthin 10 calendar days, submit his written claim to the engineer who will pxesent it to the owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the contractor's right to dispute final payment based on differences in veasurements or computations, r r 1 r r a~ r Page 32 DIV I ti 1 AC 150/5370-10 !0/24/74 SECTION 60 CONTROL OF MATERIALS 60-01. SOURCF OF SUPPLY AND QUALITY VXQUIREMENTS. The materials wed on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). ' In order to expedite the inspection and testing of materials, the contractor shall furnish complete statements to the engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such ' statements shall be furnished promptly after executlon of the contract but, in all cases, prior to delivery of such mates '.als. At the engineer's option, materials may be approved at the source of supply before; delivery is started. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the ccntractor shall furnish aaterials from other sources. The contractor shall furnish -irp ort lighting equipment that confoxms to the requirements of cited materials specifications. In addition, where an FAA t specification for atrjwrt lighting equipment is cited in the plans or specifications, the contractor 6hall furnish such equipment that is: (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. ■ DIV I Page 33 77 7-7 1 7~ -T AC 150/5370-10 10/24/74 ' CONTROL OF HATERTALS i 1 1 e 1 60-02 SA. LES, TESTS, AND CITED SPECIFICATIONS. All materials used in the work shall be inspected, tented, 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. Hatertils 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, testa 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 represt•ntative of the owner. All materials being used sre subject to inspection, test, or rejection at 1 any time prior to or during incorporation into the work. Copies of all tests will be furnished to the contractor's representative at his request. 60-03 CERTIFICATION OF COHPLIANCB. The engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or ' assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of 1 compliance in which the lot is clearly identified. r Page 34 DIV T 7' - 7 10/24/74 AC 150/5370-10 ' CONTROL OF MATERIALS e Materials cr assemblies used on the basis of certificatea of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whetter in place or not. The form and distribution of certificates of compliance shall be as approved ' by the engineer. when a material or assembly is specified by "brand name or equal" and the ccntractor elects to furnish the specified "brand name," the contractor s'iall 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 shaf.l certify at tot (a) Confotmance to the specified performance, t?sting, quality or dimensional requirements; aud, (b) Suitability of the material or assembly fos the use intended in the contract work. Should the contractor propose to furnish an "or equal" material or assembly, he shell furnish the manufacturer's certificates of compliance as ' hereinbefore described for the specified brand name maturial or assembly. However, the engineer shall be the sole judge ac to whether the proposed "or equal" is suitable for use in the work. ~ The engineer reserves the right to refuse permission for use of ,materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECT11N. The engineer or his authorized representative may inspect, at its sources 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 aned iii the work and to obtain samples required for his acceptance of the mathrisl or assembly. DAN I Page 35 AC 150/5370-10 10/24/74 CONTROL OF MATER 'NU SilOuld the engineer conduct plant inspections, the following conditions shall exists ' (a) The engineer shall have the cooperatior. and assistance of the contractor and the producer with whom he has contracted for materials. ' (b) The engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. (c) If required by the engineer, the contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be 1 conveniently located with respect to the plant, I 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 1 after it has been delivered to the site. The engineer shall haW, the right to reject only material which, when retested, does not meet the requirements of the contract, planso or specifications, ' 60-05 <NCIVE€t'S FIELD OFFICE ACID LABOP.ATORY. Whon specified and provided for as a contract item, the contractor shall furnish a building for the exclusive unt of the engineer as a field office and field testing; laboratory. The building shall be furnished and maintained by the contractor as opecified herein and shall become property tf the contractor when the contract work is completed. t 6046 CTORACK OF MATERIALS. Materials shall be so stored as to as:lure the preaervatiun of their quality and fitness for the work. Stored materials, evext though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The contractor shall coordinate the storage of all materials with the engineer. Materials to be stored on airport property sh*41 not create nn obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown Page 36 DIV I 10/24/74 AC 150/3370-10 COM'P.OL OF MATERIALS on the plans, the storage of materials and the location of the contractor's plant and parked equipment or vehicles shall be ns directed by the engineer. r Private property shall not be used for storage purposes without written permission of the owner or lessee of ouch property. The contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the contractor shall furnish the engineer a copy of the property owner's permission. All storage rittes on private or airport property shall be restored to their original corwdition 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 rejai:ted material or assembly from the site of the work, unless otherwise instnicted by the engineer. No rejected material or assembly, the defects of which have been corrected by the contractors 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 OWNE R- FUPJ41 SHED MATERIALS. The contraotnt shall furnish all materials required to complete the work, except those specified herein (if any) to be furnished by the owner. Owner-furnished materials shall be made available to the contractor at the location specified heroin. All costs of handling, transportation from the specified location to the site of work, storage, and installing owner-furnished materials shall he included in the unit price bid for the contract item in which such owner- f urnial ied material is used. ' After any owner-furnished material has been delivered to the location specified,the contractor shall be responsible for any demurrage, damab,+, lose, or other deficiencies which may occur during the contractor's ' handling, storage, or use of such owner-furnished material. The owner will deduct from any monies due or to become due the contractor any cost incurred by the owner in making good such loss due to the contractor's handling, storages or use of owner-furnished materials. DIV 1 page 37 (Reserve rne 35) u 10/24/74 AC 15015370-10 SECTION 70 LECIIL RELATIONS AND RESPONSIBILITY TO PUBLIC 70-01 1.&S TO BE OB3_P.PMED. The contractor shall keep fully informed of all Federal and State laws, ail local. laws, ordin vicea, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in &%y manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, ordati, and decrees; and shall protect and indemnify the owner and all his officers, agento, or servants against any claim or liability arising from or based on e the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his employees. r 70-02 P_ ERMITSi, LICENSE5-,i,AND TAXES. The contractor shall procure all permits and licensee, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lwoful prosecution of the work. 70-0- X!~D DEYICEB,y,M7VRjALs D PROCESSES, 1i the contractor fs required oC' deb tea to use arty design, device, mater.lal, or process covered by letters of patent or co pyright► he rhall provfda for such use by suitable legal agreeisent with the y+atentee 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 Infringemnt by reason of the use of any such pstunted design, device, material or provessoor any traetvark or copyright, and shrill indemnify the owner for any cps'ta, exFense9, and damages which it may he obliged to pay by reason of an Infringement, at any tirA during the prosecution or after the cA mpletion of the work. 70-04 _TIESTORATION OF S_URFAC4S DISTURBED AY OTHERS. The owner reserves the Might 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 aervlce of another government agency at any time during the progress of the work. To the extent that wuch constru,•tlon, reconstruction, or maintenance has been coordinated with the ow.ier, such authorized work (by others) is indicated as followal Pago 39 DkV I AC 15015370-10 10124174 LEGAL RELATIONS AND RESP3NSISILl1Y TO PUBLIC Perron to Contact Owner Location (Name, Title, Address tltili~L.or other_FaciliW. See Plan Sheet No, ,_tsnd Phone 1 Except as listed above, the contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or f ttilities located within t.ha limits of the work without the written permission of the engineer. Should the owner of public or private utility service, FAA, or NOAA f'acill.0, or a utility aeuvige of, another government nAency be aauthoritze4 to conafria,t ` recone tt'uc,t, or %iintain ouch Unity' servic4 or facility during the progi,eas of tho work, the contractor shall-cooperates with Otich owners by , arr4,ngin8 and pertorsiiog ttte work, in this contract so as to facilitate such constrUktion, reconstruction or matnt.enance by others whether or not such work by others is listed above. 4lhisn ordered as extra work by the engineer, the con tractor, shall' make all necossoty repairs to the work which are due to such authorized stork, by others, unlens otherwise provided for in the t contract, plans', or spee ficttlonsIt is understood and ae,reed that the contractor shall not be untitled to make raiy claim for damsiro due to such authorized work by others or for any delay to the work resulting from such authorized work. Page 40 DIV I 1 10/24/74 AC 150/5370-10 LEGAL REIATIONS AND RESPONSIBILITY 'to PUBLIC 70-05 MDEPAL A:D PARTICIPATION. For ADAM contritcts, the United States Government has agreed to reimburse the owner for uumc Iinrtion of the contract coats. Such reimburaement iy made from time to time upon the owner's (sponsor's) requeat to the FAA. tit consideration of the United ;states Government's (FAA'a) agreement with the owner, the owner has included t provisions in this contract pursuant to the reyulrLmuntA of the Airport and Airway Development Act of 1170 (84 stat. 219), as nmr,advA, and the Rules and Regulations of the Federal Aviation Adminiatratiou Oat pertain to the work. As required by the Act, the contract work is suh;jet;e to tote inspection .4nd approval of duly authorized represet+tatiyes of the Adrninifi~.rator, Fedt,rta1 Avia'citrl ltdrinistrat:ion, and its further subject to +.1toee ptovisions of th' rules and regulations that are cued it tite contract," plans, of sprciCications. No raq~jireiwnt of tite Act, the rules and regulations impleventing the 11ct, or this contract sha11 be construed as making tits Federal Government n party to the Contract nor will any such requirement intorfere,'in'any- way, 'with the tights of Other party to the eontraet. 70°06 SANITARY III;,V,1Ii AQ S,1FI;fY fROViSIM~ t, 'Ibe cuittracr.or shall provide and maintain iin a neat, sanitary conJLtian such acca,7mdations for the use of his emI-luyurrt as may 60 necessary tO C011110y Nltio the regaimmenta of the State and local Board of Health, or of either bodies or tribunals having jurisdictiun. 1• Attention is directed to Federal, State, and local laws, ruiei and regulations concerning construction safety and Health standards. The contractor shali not r.qulrc any worker to work in surroundings or tinder conditions which aro unwartAtnry, hazardous, or d.tngerous to h.e health or safety. DIV 1 Page 41 1 7~ AC 11*0/3370-10 10/24/74 . LLCAL RELATIONS AND RESPONSIBILITY TO PUBLIC a 70-01 PUBLIC CON WNIEN(E AND SAM'JY, The contractor shall control his operations and those of his subcontractors and all suppliers, to attisure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The contractor shall maintain toe free and unobstructed movement of aircraft and vehicular traffic with respect to his own operations and those of his subcontractors and all suppliers in accordance with the lubsection titled MAINTENANCE OF TRAFFIC. of Section 40 hareinbefore specified and shall limit such operations for the convenience and safety of ►he traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. 70-08 BARRICADES. WARN.INO,SIGNS* AND HAZARD MARKINGS. Via contractor shall furnish, erect. and maintain all barricades, warning signs, and markings for hazards neceseery to protect the public and the work. When used during periods of dayknaes, such barricades, warning signs and haiard markings N shall be auitatrly illuelnated. Ill f`pr vehiculat end pedestrian traffic, the contractor shall furnish, area, and maintain barricades, warning signal lights and other traffic control devices in remonable conformity with the Manual of Uniform Traffic Control Devices for,Streets and Highways (published by the United States Covcnjment Printing Offito). Whch the work requires clmsiag an air operations' area of the airport or portion of such area, the contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of FAA Advisory Circular 150/5340-1, Marking of Vived krean on Airports. The contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock plies, and his parked comstruction equipment [list may be hazardous to the operation of emergency fire-rescue or maintenance vehicles on the airport in reasonable conformance to F&A Advisory Circular. 150/5370-'1, Safety on Airports During I Construction Activity. The contractor shall identify each motorized vehicle or piece of constr.--tion equipment in reasonable conformance to FAA Advisory Circular 150/5370-•2. Page 42 DIV 1 t M. 117 AC 150/5370-10 10/14/74 r LEGAL RELATIONS .%4D RESPONSIBILITY TO PUBLIC The contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work %Lich requires such erectioc and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the. engineer. open-flame type lights shall not be permitted within the air operations areas of the airport. 70-09 USE OF EXPLOSIVES. When the use of eyplosives is necessary for the }prosecution of the Work, the contractor shall exercise the utmoo t care not to end4ngar;'life or property, including new work. The 'contractor shall be n sponsible for all damage resulting from the Lmo of explosives, All explosives shall' be stored in a secure manner iii compliance with all laws and ordinances, and all such storage places shall be clearly marked. ' Where no local laws or ordinances apply, storage shall be provided satisfactory to the engineer and, in general, not closer than 1,000 feet from the work or from any building, road, or other place of human occupancy. r The contractor shall notify each property owner and public utility` company having structures or facilities in proximity to the site of the work of hie intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 10000 feet of the airport p r')perty. 70-10 _ RQTECTION AND RESTOMTICN OF pROPEkTi~AND LANDSCAPE. The contractor shall be respons a for tha preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property marks until the engineer has witnessed or otherwise referenced their location and shall not move them until directed. 1 r D1V I Page 43 r ' T . ~ t AC-150/5370-10 10/24/74 LEGAL RELATION'S AND RESPONSIBILITY TO PUBLIC The contractor shall to 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 wor't or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect d~kmage or injury is done to public or private property by or on account of any act, omission, neglect, or ' misconduct in the execution of the work, or in consequence of the nonexecution thereof by the contractor, he shall restore, at his 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 as may be directed, or he shall make good such damage or injury in an acceptable manner. n 76-11 RESPONSIBILITY FOR DA?tAGE CLAIM. The contractor shall indemnify and save a~rmlesss't7tie unginee e i the owner and their officers, and c.dploypeo 1 from all suits, actiozls, or claims of any character brought because of &'Ay injuries or damage received or sustained by any person, persons, or propirty on account of 'the operations of the contractor; or on account of or in consequence of airy neglect in safeguarding the work; or throvah use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said coittractur; or because of any claims or amounts recovered from any infringements of yatent, trademark, or copyright; or from any claims or aon unto arising or recovered Lrider the "Workmen's Ompensation Act," or any other law, ordinance, order, or decree, Honey due the contractor uoder and by virtue of his contract as my be ' considered necessary by the miner for such purpofje may be retained for the use of the owner,,or, in case no money is due, his surety may be held until such suit or suits, action or actions, claim or claims for injuries or damages as aforesaid shall have been settled and suitable evid m ce to that effect furnished to the owner, except that money due the contractor will not be withheld when the contractor produces satisfartory evidence that he is adequately protected by public liability and property d,amag4: insurance. 70-12 V IRDD PARTY BENEFICIARY CLAUSE.. It is specil'ically agreed between the parties executing the contract that it is not intended ty any of the provisions of any part of the contract to create the public or any member therr.if a third party beoe°iciary or to authorize anyone nut. o party to the eont•a%t to maintain a suit for personal Injvrlej or pi,opurty damage pursuant to the terns or provisions of the , cu.itract. t rage 44 DIY I NEW lO/24/74 AC 150/5370-10 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be nectsaary for 1 the contractor to complete portions of the contract work for the beneficial occupancy of the owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the contractor shall complete such portions of the work ' on or before the date specified or as otherwise specified. The contractor shall make his 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 Occupatic en Plan 5heL~t tpon cnmpletion of any pertioa of the work listeJ above, such portion shall' be accepted by tho owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the contractor for public uqe until ordered by the enKineer in writing. Should it become necessary to open a portion of the work to public traffic on a teoiporary or intermittent basis, such openings shall be made wi,en, in the opinion of the eagineer, such portion of the work ir, in an acreptahle condition to support the intended traffic.. Temporary or, intermittent openings are considered to be inherent in tho work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any pnivision of the contract, Any damage to the portion of the work so opened that in not attributahle to traffic which ie peredttrd by the owner shsil be repnired by the contractor At hie expense, a II 17IV I Page 45 77`; ~I AC*150/5370-10 10/24/74 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC ~I The contractor snail make his own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or Increased cost n due to opening a portion of the contract work. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the engineer's final written acceptance of tae entire, comoleted work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the nonexecution of the work. The contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except dama,,e to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the: contractor, including but not restricted to acts of Cod such as earthquake, tidal wave, tornado, hurricano or other cataclysmic phenomenon of nature, or acts of the public enemy or of governmental authorltins. if the work is suspended for any cause whatever, the contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The contractor shall provide for normal drainage and shall erxct. neci!ssary temporary structures, signs, or other facilities at his expense. (Airing such period of sugncnsion of work, the contractor shall properly and continuously maintain in an acc(:ptable growing condition all living matrsrial in newly established plantings, seedtngs, and soddings furnished under his contract, and shall lake adayuate precautions to protect new tree., growth and ath,,r important vegetative growth against injury. 70-15 CONTRACTO'R'S RESPONSIBILITY FOR UI1LI1Y SERVICE. .L'!D I'ACILITIES OF OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this se,:tlon, the contractor shalt cooperate with the owner of say public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAH), or a utility service of another goverment agency that mny be authorized by the owner to construct, Tetonstfuct or maintain such utility services or facilities during the progress of the work. In addition, the contractor shall control his operations to prevent the unscheduled interruption of such utility services and facilities. I Page 46 DIV I 'I 1 1 10/24/74 AC 150/5370-10 r~ LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another guvernrrk ntal agency are known to 1 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 Contact Owner's Emergency' or Facility (Name, Title, Address, Phone Contact (Phone i 1 1 1 1 1 1 It is understood and agreed that the owner does not guarantee the accuracy or the coopleteness of the lucat:on inform%tion relating to existing utility services, facilities, or structures that may be shown on the plans or 1 encountered in the work. Any inaccuracy or omission in such information shall not relieve. the contractor of his responsibility to protect such existing features from dambge or unscheduled twrruption of service. I It is further understood and agreed that the contractor shall, upon execution of the tontract., notify the owners of all utility services or other facilities of his plan of operations. Such notification shall be in c 1 1 1 DIV I Page 47 4 7p" s" AC 150/5370-10 10/24/74 ' 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 S RFACES DISTURBED the OTHERS of this sectio•,i. A copy o a ' erv,ineer. In addition to the general written notification hereinbefore provided, it shall'be ofeoperationsrthatkwoulduaffectisuchaowners. ' "rrior to commencing the work in the general vicinity of an existing utility service or facility, the contraccor shall again notify each such owner of life plan of operation.' in the contractor's opinion, the owner's assistance is needed to locate the utility service or t4cility or the presence of a representative of the owner is desirable to observe the work, G such advice should be included in the notification. Such sotification shall be gives: by the moat expeditious meanq to reach, the utility mmer's PERSON TO CONTACT no later than two normal business days prior to the contractor's commencement of operations in such general viciatty. The contractor shall furnish a written summary of the notification to the engineer. The contractor's failoure to give the two day's notice hereinsba-va'provided shell be cause for the engtnear to suspend the contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located ■ and staked on the ground, the contractor shalt 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 c.ontrdctor damage or interrupt the operation of a utility series or facility by accide,it or otherwise, lie shall irunediately notify the proper authority and the engineer and shall take all reagonablo measureq to prevent further dam.,tge or interruption of service. The contrartor, in such events, ' shall cooperate with tUe utility service ar facility owner and the engineer continuously wail such damage has h.en repaired and service restored to the satisfaction of the utility or facility owner. The contractor shall hoar all costA of damnga and restoration of service to any utility service or facility due to his operations whether or not due to negligence or accident. 1ite contract owner recoervus thu riµht to deduct such costa from any mantes due or which may become due the contractors or his surety. DIV I PaEu 48 1 10/24/74 AC 150/5370-10 1 ,.ECAL RKLAT'IONS AND RKSKINSIBILII't TO PUBLIC 70-16 FURNISHING RIGHTS-OF-WAY. The owner wall be responsible for furnishing all right,-af-way upon which the work. is to be constructed in I advance of the contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or In exercising any paver or authority granted to him by this contract, there shall be no liability upon the engineer, his authorized representatives, or any official of the owner either personally or as an official of the owner. It is i+nderstood that. in such matters they act solely as agents and representatives of the owner. r 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the owner will expeditiously make final inspection and notify the contractor of final acceptance. Such final, acceptance, however, shall not preclude or estop the owner from correcLing any measurement, estimate, or certificate made before or after completion of the work, nor shall the owner be precluded or estoppel from recovering from tLe contractor or his surety, or both, such overpayment as may be sustained, or by failure on the part of the contractor to fulfill his obligations under the contract. A waiver on the part of the owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The contractor, without prejudice to the terms of the contract, shall be liable to the owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the owner's rights under any warranty or guaranty. R 70-19 ENVIRONM NTAL PROTECTION. The contractor shall comply with all Federal, State,and local laws and regulations controlling pollution of the environment. Hs shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful. materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 1 r DIV I Page 49 r AC 450/5370-10 10/24/74 1' t LECAL RELATIONS AND RESPONSIBILITY TO YU3f,IC r 70-20 ARCHAEOLOGICAL AND HISTORICAL, FINDINGS, Unless otherwise specified in this subsection, the contractor is ad 'ed that the site of not within any property, districr, the work is building, structure, or object listed intthe acurtent National sin any of Historic Places published by the United Staten Departaent Of Interior. Should the ontractor encounter, during his operation:, any buildintt, part of a building, structure, or object which iti incongruous with its surrounlings, hta shall immediately cease operations in that location and notify the engineer. The engineer will immediately investigate the contractor's 1 finding, and will direct the contractor to either resume hie operations or to suspend operations as directed. Should the engineer order suspension of the contractor's operations in order to protect un archaeological or historical finding, o to perform extra work, such shall be covered b an r order the contractor rlate ' :edification (change order or su 1~ t e an tF as provided contract subsection titled EXTRA WORK of Sect-ton 40 andthesubse titled the FOR EXTRA WORK AND FORCE ACCOUNT ;ORK of Section 90If app titled PAYMENT contract modification shall include an extension of contrartrtimeain' the accordance with the subsection titled DETERMINATION AND 6XTF.NSION OF CONTRACT TIME of Section 80. 1 Page 50 DIV 1 71 ' ••■~~■■~■w■ i i 10/24/74 AC 150/5370-10 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC i I 1 i 1 i • i . i 1 i i i DIV I i Page 51 (Reserve Page 52) '10/24/74 AC 15t)/5370-1U S1.Cf101 d0 1'90S1Clrl lu'i ANII !'lurr;RP:S,: 80-01 SUBLETTING OF CONTRRACT. The owner will not rv4,c subcontractor on the work. The contractor shall nt alagtimea~when work is r~ in progress "I represented either in rr or by other designated person, by a q~trllf r;'W n work is qualified representative whn 1.9 dAly authorized ~o receive and execute orders of the engineer. ' Should the contractor elect to assign his contract, 3ald assIgnment shall be concurred in by the surety, shall be presented for the consideration and approval of the owner, and shall be consunnated only on the written approval of the owner. In case of approval, the contractor shrill file copies of all subcontracts with the engineer, 80-02 NOTICE TO PROCEED. The notice to proceed si,311 state tlir: elate on which it is expected the contractor will begin the e'nhstructfun and from watch date contract time will be charged. The contractor shall begin the work to be performed under the contract within 1.0 days of the date set by the engineer in the written notice to p rocc,d, out In any event, the contractor shall notify the engineer at least. 24 hourse in advance of the time actual construction operations will begin, 80-03 PROSECUTION AND PRocpLSS, 151Icss othorwise r;,t, shall submit hie progress schedule o ,ir.ified, the contractor en ineer s approval within 10 days after the effective date of a the for notice to progress schedule, when approved b proceed. The contractor's the construction operations and tochec•kf~onethe progresssof theewo k. The contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project It. accordance with the plans and ~f specifications within the time set forth to the proposal. If the contractor falls significantly behind the submitted schedulr~, the contractor shall, upon the engineer's request, submit a revised sche:dule for completion of the work within the contract time and modify his operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the contractor shall notify the engineer at least 24 hours in advance of resuming operations, Pace S1 AC •150/5370-10 10/2A/74 i ' P~n'KIrrION AND PROGRESS Lx For ADAP contracts, the contractor shall n'rt commence ariy actual constructio,i prior to the date ort which the notice to htucaed is issued by the owner. i1 80-04 LIMITATION OF OPERATIM S, The contractor shall control his operations and the operations of his subcontractors and all suppliers so as to provide for the free and un0structed 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 AIWA of the airport, the work shall be coordinated with airport management (through the engineer) at least 48 hoary prior to cooanencement of such work. The contractor shall not close an AIR OPERATIONS AREA until so authorized by the engineer and until tho necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARMING 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 &i intermittent basis (in"ermittent opening and closing of the AIR OPERATIONS AREA), Che contractor shell 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 ~e cause for suspension of the contractor's operations in the d,IR OPERATIONS ARM until the satisfactory conditions are provided. The following AIR OPERATIONS AREA (AOA) cannot be closed to operating, aircraft to permit the contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: Page 54 DIY I 1 r 10/24/74 AC 150/5370-10 1 PROSECUTION AND PROGRESS r' r I!HE PERIODS ADA TYPE OF COMMLNICATIONS AOA _ CAN BE CLOSED UIRED WHEN WORKING IN AOA AU1'HORIOTY 'r - r 1 1 1 r The contractor shall not commence new work that would be prejudicial to work already started. 80-05 CHARACTER OF WORXERSL HETHOLSLAND EQ_ UIFW NT, The contractor at ali shall, times, employ sufficient labor and equipment for prosecuting the work r 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 assi;ned to them. Workers engaged in special work or skilled work shall have aufficient 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 thall, at the written request of the engineer, be removed forthwith by the contractor or subcontractor employing such person, and shall not he 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 pm. ecution of the 1 DIV I Page 55 r' AC 150/5370-10 10/24/74 PRPSFC UTION AND PROGRESS work, the engineer may suspend the work by written notice Until compliance with such orders. All equipment which is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on r any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilitica will result from its ube. When the methods and equipment to be used ty the contractor in accomplishing the work are not prescribed in the contrset, the contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the engineer. If the contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the contractor will be fully responsible for producing wor!, in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the engineer determines that the work produced does not meet contract requirements, the contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The contractor shall remove any deficient work and replace it with work of opecified ' quality, or take Bauch other corrective action as the engineer may direct. No change will be nade in basis of payment for the contract items involved nor in contract tiw as s result of authorizing a change in methods or equipment under this subsection. r 80-06 TEYYORARY SUSPENSION OF THE 11ORK. 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. r r Page 56 DIV I 10/24/74 AC 150/5370-10 PROSEMION AND PROGRESS In the event that the contractor is ordered by the engineer, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the contractor has no control, the contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the engineer's order to suspend work to the effective date of the engineer's order to resume the work. Claims for such compensation shall be filed wits the engineer within the time period stated in the engineer's order to resume work. The contractor shall submit with his claim information substai.tiating the amount shown on the claim. The engineer will forward the contrack.or'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 compenaation for delays due to inclement weather, for suspensions made at the vuquest 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 thv 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 TIt(E., The number of calendar or working days allowe.I for completion of the work r.lrll be stated in the proposal and contract and shall be known as the COk`tp1,.CT TIME. Should the contract time require extension for reasons beyond the contractor's control, it shall be adjusted as follows: (a) CONTRACT TIME based on WORKING DAYS shall be calculated weekly by -the engineer. The engineer will furnish the contractor a copy of his weekly statement of the number of working days charged Egainst the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANCE ORDERS or SUPPLErIENTAL AGREEMENTS covering EXTRA WORK). The engineer shall base his weekly statement of contract time charged on the following considerations: DIV I Page 57 AC 150%5370-10 10/24/14 PROSH UTION AND PROGRESS (1) No time shall be charged for day: on which the contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the normal work force employed on such principal item. Should the normal work force be on a double-shift, 12 hours shall be used. Should the normal work force be on a triple-shift, 18 hours shall apply. Conditions beyond c:.e contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the 1 tntire work which have been ordered by the engineer for reasons not the fault of the contractor, shall not be charged against the contract time. (2) The engineer will not make charges against the contract time prior to the effective date of the notice to proceed. (3) The engineer will begin charges against the contract time on ' the first wotking 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 bawd 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 req,;ire performance of work in greater quantities than those eatim-nted in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the'extenston of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. (b) CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed anu including all Saturdays. Sundays, holidays, and non=work days. All calendar days elapsing between the effective dates of the engineer's orders to suspend and resume all work, due to causes not the fault of the e contractor, shall be excluded. ' Page 58 DIV I 10/24/74 AC 150/5370-10 PROSECUTION AND PROGRESS 1 At the time of final payment, the contract time shall be increased in the i sa-ae proportion as the cost of the actually completed quantities bears to the cost of the originally eSLL.iated quantities in the proposal. Such increase in the contract time shall not consider either the cost of wort: or the extension of contract time that has been covered by a change order or supplemental agreement. Charles against the contract time will cease as of the date of Mial acceptance. (c) When the contract time is ,i specified completion date, it shall be the date on which all contract work shall be substantially completed. If the contractor finds It Impossible for reasons beyoM his control to comolete the work within the contract time as specified, or as extended in accbrdanca with the provisions of this subsection, he may, at any time prior to the expirt.tion 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 is not a valid reason for extension uL 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 1 the time for completion in such amount as the cond ftiona justify. The extended time for completion shall then be in full force and effect,the some as though it were the original time for completion. 80-08 FAILURE TO COMPLETE ON T1W., For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXfENSiON OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will, be deducted from any money due or to become due the contractor or his surety. Such deducted sums shall not be dec.'ucted as a penalty but shall be considered as liquidation of a reasonable dortion of damages that ' will be incurred by the owner s'iould the contractor fail to complete the work in the time provided in his contract. I Permitting the contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a waiver on the par: nf thr own-r of any of its rights under the contract. DIV I Page 59 a AC 150/5370-10 10/24/74 PROSECUTION x44) PROCKESS I 1 . i 1 80-04 -FA! IT AND M`P11IX?ATI0N OF LONTMCT. The contractor 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 raasons if the contractor: i (a) Failti to begin the work under the contract within the time specified in the "Notice to Proceed," or (b) s to equipmentporlmaterialsoto assurer completion of work in accordance withethe i terms of the contract, or i (c) Performs the work unsuitably or neglects or rrfuses to reprove ma'erials or to perform anew such work as may be rejected as undeceptable and unsuitable, or 1 Page 60 DTV I ~r 1G/24/74 AC 150/5370-10 PROSecvrloN nran I Roc,rr, i;; t (d) Discontinues the prosecution of the work, of ' (e) Fails to resume work which has been di~;cuntircvd within a reasonable time after notice to do so, or 1 (f) Becomes insolvent or is declared bankrupt, or rorwiits any act of bankruptcy or insolvency, or (g) Allows any final judgement to stand against Mr. unsatisfied for a period of 10 days, or (h) Makes an assignment for 013 benefit of creditors, or. (1) For any other cause whatsoever, fnils to carry wi the work in an acceptable manner. Should the engineer consider the contractor In default of the tract for any reason hereinbefore, he shall immediately give wrli:trn no : to the contractor and the contractor's surety as to tbo rcauonk for considering the contractor in default and the owner'e intensionx to terminrtte the contract. If the contracto: or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then tire- owner will, upon written notification from the engineer of the facts of each delay, neglect, or default and the contractor's failure to comply 11th such notice, ]rave full power and authority without violating the contract, to take the prosecution: of the work out of the hands of the contractor. Vic owner may approptiate oe use any or all materials and equipment thnt irtvo idea mobilized for use in the work and are acceptable and may enter lulu -iii aytro, ;,out for tlio~ completion of said contract according to the terns and proviolonc thereof, or uae such other methods as in the opinion of the cugincer will he required for the completion of said contract an an accepiahic manner. All costs and charges incurred by the owner, togrtlner vita: the cost of completing the work under contract, wiJ1 bo deducted from any cronies due or which may become due the contractor. If such expense exceeds the sum whi0i would have been payabl. under the contract, tines the contractor and the burety shall be liable and shall pay to the owner the aziount of such excess. 1 DIV I Page 61 y• G AC 150/5370-•10 10/24/74 PROSECUTION A.Nf) Pk0GRi Ss 80-'QTEM1"TION FOP NATI0%'AL EMERGENCIES. The owner sha contract or ~,ortio~r; ;hereof by written notice when the ontractormisate the pre•;ented from proceeding with the construction contract of an Executive Order of the President with respect as a direct result to the a direct prosecution of war or in the interest of national defense, When the contract,ar any portion thereof, ie terminated before completion of all items of work in the contract, payment will be wide for the actual number of units ')r items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or 1088 of anticipated profits shall be Conn Idered. Reimbursement for organization of the work, ,:nd other overhead e (when not otherwise included in the contract) .:.id mnvin equipment andenses, materials to and from tike job will be consid-,red, the intent being that an equitable settlement will be made with the coutracto;-. Accep;al,le materials, obtained or ordered by the contractor that are not incorporated tn the work shall, at theoptionrofothei~e work and contractor, be purchased from the contractor at actual cost as shown by receipted bills and actual cost records at 8u,:h points of delivery as may be designated by the engineer, Termination of the contract or a portion thereuf shall neither relieve the contractor of his responsibilities for toe completed work nor shall it relieve his surety of its obligation for and concerning any just claim ' arising out of the work performed. w Page 62 i DIV I v y. t 10/24174 AC 15015370-10 SECTION 90 t MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANrITIESe All work completed under the contract will be measured by the engineer, or his authorized representatives, using United States Customary Units of Measurement. The methoe of measurement and computations to be used in determmination of quantities of material furnished and of work performed under the contract will be those methods generally recognited 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 indiv.lual fixtures (or leave-outs) having an ecea of 9 square feet or less. Unl.,se ' otherwise pecified, transverse nwasuremints for area computations, will be the neat dimensions shown on the plans Or ordered in writing by 1.ne engineer. Strdctures will be measured according to neat lines shown on the plan or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, coeduita, pipe culverts, uaderdrains, and similar items shall be measured parallel. to the base or foundation upon yhieh such items are placed. In computing volumes of excavation the average erd area method or other acceptablo methods will be used. Tha thickness oa plates and galvanised sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. T!ia tens "ton" will wean the short ton consisting of 2,000 pounds avoirdupois. All materials which are measured or propostiored 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 witight may be accepted provided that only the actual weight of material be paid for. However, car weights will not be acceptable for materisl to be passed through mixing plants. Trucks used to haul material being paid for by wutght shall be weighed empty daily at such times as the engiacer di'.00ts, end each truck shall bear a plainly legifilb identification marl/ . DIV 1 Page 63 711 r . AC 150/5370-10 10/24/74 MEASUREMENT AND PAYMENT r Material) to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity and all loads shall be leveled when the vehicles r arrive at the point of delivery. When requested by the contractor and approved by the engineer in writing, r material specified to be measured by the cubic yard may be weighed and such weights will be converted to cubic yards for payment purposes, :actors for conversion from weight measurement ,:o volume measurement will be determined r by the engineat and shall be agreed to by the contractor before such method of measurement Oi pay quantities is used. Bituminous materials will be measured by the gallon or ton, When measured by volume, such voll:,aes will be measured at 60'p. or will be corrected to tie volume at 60'F. l:aing ASTM D 1250 for asphalts or ASTM D 633 for tars. Net certified sct,le weights or weights based on certified volumes in the case of rail.. shipments will be used as a basis of reasurement, bubject to correction when bituminous mster;,:1 has been lost ►'rom the car or the ' distributor, wasted, or otherwise not incorporated In the work. When bituminous materials ate shipped by truck or transport, net certified weights by volume,subject to correction for loss or foaroing, may be used for computing quantities. Cement will be measured by the ton or hundredweight. Tuber will be measured by the thousand feet board measure (M.F.B.N.) ac"uall.y incorporated in the structure, Measurement will be based on nominal sridths and thicknesses and the extrems length of each piece, r The ",arm "l. v aum" when used as an item of payment will mean complete payment for the work described in the contract. r When a complete structure or structural unit (1n effect:, "lump sum" work) !.I specifiel as the unit of measurement, the unit will be construed to Include all necessary fittings and accessories. r Page 64 DIV I r 10/'24/74 AC 153/3370-10 MEASUREKNT 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 authorising such force account work as provided in the subsection titled PAYttENf FOR EXTRA ANY) 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, N unit weight, section dimensions, etc,, such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited opecifications, manufacturing tolerances established by the in0ustries involved will be accepted. Scales for weighing mite riels which bre required to be proportioned or measured and paid for by weight shall be furnished, erected, and rAintained by the contractor, or be certified parmenently installed commercial scales. ' Scales shall be accurate tlithin 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. Tha intervals shall be uniform in a;atcing throughout the graduated or marked length of the beam or dial,avd shell not exceed ona-tench of one per cent of the nominal rated capacity og the scale, but not less than one pound. The use of spring balances wIll'not be permitted. Beams, dials, platforms, and other acala equipment shall be so arranged that the operator •nd inspector can safely add conveniently view them. Scale installations shall have available, ten standard fifty-pound weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and ma.lntained with the platform level and rigid bulkheads at each end. Scales "overvoighing" (indicating more than correct weight) will not be permitted to operate and all materials received subsequent to the last previous correct weighing-accuracy-teat uIll be reduced by the percentage of error in excess of one-half of one per cent. i i Div I Page 0 1 J 1 i1 AC 150/5370-10 10/24/74 ' !r;AS UF8lENT AND PAYMENT In the event inspection reveals the scales have been "underweighing" (indicating less than correct weight) they shall be adjusted and no additional payment tb thu contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale hoiue;and for all, other items specified in this subsection, for the weighing of materials ' fot 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 Q designated as the pay gwintittes in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the enginear. 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 authorised changes in the dimensions. 1 90-0:t, SCOPE OF PAMTo The contractor shall receive and accept compai\sation provided 'Tor in the contract as full payment for furnishing all materials, for performing all. work under the contract in a complete and acceptable manner, and for all risk, lose, damage, or erpsnse of whatever character arising out of tits 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 "buis of payment" subsection of a technical 9yecif cation requiras that the contrrst price (price bid) include compensation for certain work or material eesent:ial to the item, this some work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications, 90-03COMPENSATION FOR ALTERED QUOTITIFS. When the accepter quantities of work vary from the quantities in the proposal, the contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract pricy for the accepted quantities of work actually comp;,ted and accepted. No allowance, except as provided for in the subsection titled ALTERATION OP WORK AND QUANTITIM of Section 40 will be ' Page 1156 DIV I 77-r-, v e.-.. t ' 10/24174 AC 150/5370-10 MEASUREMENT AND PAIMENr trade for any increased expenses loss of expected reirebursetx nt, or loss of anticipated profits suffered or cla€med by the contractor which results directly from such alterations or indirectly from his unbalanced allocation of overbead 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 thAi right to omit from the work (order nonperformance) any nor.-:act item, except mayor contract ' items, in the beat interest of the owner. Should the engineer omit or order nonperformance of a contract item or portion of such item from the work, the contractor shall accept payment in full. at the contract prices for any work actuary completed and acceptable prior to thA engineer's order to omit or nonper,form such contract item. Azeeptable materials ordered by the contractor or delivered o:t the work prior to the date of the engineer's order will be paid for at the actual tort to the contractor and shall thereupon become the proparey of the owner. ' in addition to the reimbursement hereir,before provided, the contractor shall be reimbursed for all actual caste incurred for the purpose of performing the omitted contract itent prior to the date cf the engineer's order. Such additional costa incurred by `he contractor must be directly rcilsteti to the deleted contract !tern and shall be Supported by certified statements by the contractor as to the nature and amount of st;4. costs. 90-05 PAYW NT FOR EXTRA AND rORCC ACCOUNT WPX. Extra work, porforn.ed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order of supplemental agreement authorizing such extra work. When the change orda,r or supplemental ,Freemen[ authorizing the extra work requires that it be t done by force account, such force account shall be measared and paid for as follows: (a) Labor. For all labor (skilled Ard unskilled) and foremen in direct cherge of a specific force account iter., the contractor shall recetvE the rate of wage for scale) for every hour th+tt such labor ur foreman is actually engaged in the specified force account work. Such wage (or scale) shall be agreed upon in writing before beginning the wurk; Page 67 • DIV I AC 150/5370-10 10/24/74 MASUREW NT AND PAYMENT The contractor shall recelve the actual costs paid to, or in behalf of, workers by reason of subsistence and travel allowance:, health and welfare benefits, pension fund benefits or other benefits, when such amounts are required by collective bargaining agreement or other esnAloyment contract genera?.ly applicable to the classes of labor employed on the work. An amount equal to 15 percent of the sun of the above Ito-, will also be l paid the contractor. 1 (b) insurance and Taxes. for property damage, liability, and workmen's compensation insurance premiums, unemployment insurance contributions, and cocial aecurity taxes on the force account work the contractor shall receive th^ actual cost, to which coat (duns) 5 percent will be added. The j contractor shall furniAh satisfactory evidence of the rate or rater paid for such insurance and taxes. (c) Materials. For materials accepted by the en-sneer and used, the contractor shall recei-te the actual coat of such matortalr deliverer; on the work, including transportation charges paid by him (exclusive of machinery rentals da hereinafter set forth), to which cost (sum) 15 percent will be added. (d) Esu12ment. rot any machinery or special equipment (other than small tools) including fuel rn4 lubricants, plus transportation costs, the use of which hts been auO orized by the engfneer,.the contractor shall recef.,e the ! rental rates agreed upon in writing before such work is begun for the actual time that such equipment is committed to the work, to which rental sum 15 percent will be added. (e) Miscellaneous. No additional allowance will he made for general ouperintepdence, the use of small toolA, or oti:er coste for which no specific allowance is herein provided. (f) gMarlson of Records. The contractor and the engineer shall compare rrcoxds of the cost of force account work at the end of eacli day. Agreement shall be indicated by signature of the contractor and engineer or their duly authorized representatives. (g) Statements. No payment will be aide for work performed cn a force ac•cnunt basli until the contractor has furnished the engineer with duplicate itemized statemente of the cost of such force account work detailed as folaowsl page 68 Div 1 10/24/74 AC 150/5370-10 ' MEASUREMENT AND PAYMENT (1) Name, classification, date, daily hours, tots: hours, rate and eytennsion for each laborer and foreman. (2) Designation, dates, daily houra, total hours, rental rate, and extension for each unit of machinery and equipment. (3) Quantities of materials, prices, and extensions. (4) Transportation of materials. (5) Coat of property damage, liability and workmen's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accompanied and supported by receipted invoice for all materials used and transportation charges. However, if macerials used on t 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 .Gootractor shall furnish an affidavit certifying thrt such materials were taken from his stock, that the quantity claimed, was actually used, and that the 1 rice and transportation claimed represent the actual cost to the contractor. Tt:e additional payment, based on the percentageo 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. 40-06 PARTIAL PAYMENTS. Partial payr*nte 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 valsie of the work performed and materials ' complete in place in accordance with the contract, planp,and specifications. E+,ch partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due the contractor since the last estimate amounts to less than five hundred dollars, 1hIV 1 Page 69 ' AC 150/4370-10 10/74/74 MEASUREMENT AND PAYMENT ' From ct<e total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be deducted and retained by the owner unti't the final payment is made except, as may be provided (at the contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (90 percent) of the amount payable, less all previous payments, shall be certified for payment. Should the contractor exercise his option; as provided in the subsection titled PAYMENT OF WITIDIELD FUNDS of thin . x:tion, no such 10 percent retainage shall be deducted. When not less than 95% t!„% work has been completed the engineer may, at hie, discretion and with the consent of the aurety, prepare an estimate from a ' which will be retained in amount not less than twice the contract value or estimated coat, whichevir is greater, of the Kork regaining to be dome. The remainder, less all pra,:.3s Payments sr;d deductions, will then be certified for payment to the contractor. It is understood am agreed that the contractor shall not be entitled to rAaand or receive pgrtfl`i payment based on quantities of work in exctAs of those provided ip the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the, engineer to be a part of the final quantity for the stew of work in question. No partial payment shall bind the owner to the acceptance of any materials or work in p v c- as to quality or quantity. All partial payments are ' subject tr, cGCr&.;'.on at the time of final payment as provided in the subsection titan(, F.CCEPTANCE AND FINAL PAYMENT of this section. 90-07 PAYMENT. FOR Ya1TERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided tnt such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the owner. Such delivered cCgtri of stored or stockpiled materials may be included in ' the next partial pe;+ment after the following conditions are mots (a) The naterial has been stored or stockpiled in a manner acceptable 9 to the er-gir.+er at or on an approved site. 1 Page 70 DIV I 10/24/74 AC 150/5170-10 MEASbP1iENT AND PAYMENT 1 (b) The contractor has furnished the engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. (c) The contractor has furnished the engineer with satisfactory evidence that the material and transpoitatioc 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 evidence that the material so stored or stockpiled is insured against loss by damage to or disappeArance of such materials at anytime prior to use in the work, ' It is under%tood and agreed that tame transfer of title and the owner's payment for such stored or stockpiled, materials shall in no way relieve the cottractor of his responsibility for furnishing and placing such :materials in accordance with the requirsmmc,,ss of the contract, plans, and specifications. In no case' will the amount of partial payments for materials on hand &%coed , the contract price for such materials or the contract price for the contract item in which the material is intended to be used. ' No partial payment will be made for stored or stockpif..d living or perishable plent materials. ' The contractor shall bear rill costs associat-.d with the partial payment of stored or stockpiled mnaterials in accordance with the provisions of this subsection. 90-08 PAYMENT OF WITHHELD FUNDS, At ►~e contractor's option, he nay request that the owner accept in lieu of the 10 percent retainaga on partial payments described in the subsection titled PARTIAL PAYMNTS of this section) the contractor's deposits in escrow under the following conditions: 1 (a) The contractor shall bear all expenses of establishing and maintaining an escrow account and eocrov agreement acceptable to the owner. DIV I Page 71 ` 7- 1 AC 150/)370-10 10/24/74 MEASUREMENT AND PAYMENT (b) the contractor shall deposit to and maintain in such escrow only those 5erurities or bank certificates of deposit as are acceptable to the owner and having a value not less than the 10 percent retainage that would t othervise be withheld from partial payment, (c) The contractor shall enter into an escrow agreement satisfactory to ' the owner. (d) The contractor shall obtain the written consent of the surety to ouch agreement. 90-09 ACCEPTANCE AND FINAL P&Y„?£NT. When the contract work has been accepted in accordance with the requirements of the subsection titled FI.4AL ACCEPTANCE of Section 50, the engineer will prepare the final estimate of the items of work actually performed. The contractor shah approve the ' engineer's final estimate or advise t`.a engineer of his objeccicns to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The contractor and engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the contractor's receipt of thw engineer's final estimate. If, after such 30-day perioJ, a etepute 4tili exists, the contractor may approve the engineer's estimate under protest of the quantities in dispute and such disputed quantities shall be considered by the owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section S0% After the contractor has approved, or approved under protest, the engineor's t final estimate, final payment will be processed based on the entice sup, or th, the undisputed sum in case of approval under protest, determined to be due the contractor less all previous payments and all amounts to be deducted under the provisione of the cont:act, All prior partial estimates and payments shall ba subject to correction in the final estimate and payment, if the contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR AW USTMENIS AND DISPUTES of £ection 50 or under the provisions of this subsection, such claims will be considered by the owner in accordance with local laws or ordinances, Upon final adjudication of such claims, any additional payment daterminotd to be ' due the contractor will be paid pursuant to a supplemental, final, estimate, i Page 72 DIY I i A7 -7 0/4-11 4 AC l5P/5370-',,) ITU-1 P-155 Lll` TRRATED SL3j4AD% DeserJntion This item shall consiat of ,,~nstr :cti:: on,, or more course3 of a r mixture of so±1, limo, and water is accordarce with this specification, and in conformity with the lines, graded, thickn,,^3rs, and typical cross sections chooni on he plans or established ty the, er,gi.aeer. Ma,,erials 1,x,5.2.1 HYDPATED 1,11,1E. Hydrated lime shall conkm to the requirements of ASTM C-207, Type 11. 155-2.2 C03.,5MC7N LIME SLUR1(Y. Comr.,,erc`_al lime slurry shall be a pompable suspension of solids in v,ater. The water .)r ligvid portion of tte sAirry shall not conta:!n disscive:i water.UC). In sufficient quantity ' naturally injurious or objectioiahtc for t:ri pcrpcse intended, 17.11r sol:.ds portion of the mixture, when considered of tljo batis of "solids content," shall con3st prinaifally 0' hydratcjd line of a 4ual:ty and fi.nene3,) sufficient to mcut the fol',o-f;ing rcquirenilzntn is to c'ierricall composition and residue. (a) Che<mical_ com r~sit::,.n. The "so21d3 cone, rnt" of the litre slurry shall consist of a minimum of 70%, by weight, of caieium and magnesilnn oxides. (b) Rcn:rtuf. The percent by weight cf residue retained in tie "eolids. content" of lime slurry shall conform to the '_'ollowing requiremental Residue retained on a i1o. 6 (3)60-micron) a ieve-------------•••--•Max. 0.0% Residue retained on a► No. 10 (2000-micron) Sieve- Max. 1.0',8 Re:idr.e retained on a No. 30 (590-micron) 1 sieve VIAX. 2.5% DIV 11 ?arc' i.. Ili 6. h (VT AC ;50/5370-10 10/24/74- ITF:4 P-155 LIPM-TEtFATED SUBGRAPE (c) Grade. Corinorcial lime slurry shall conforr, to one of the following two grades. Grade 1. The "dry solids content" stall be at loabt 31% by wefgnt, of the slurry. Grade 2. The "dry solids content" shall be at least 35;x, by weight, of the slurry. ' 1;- 2: WATER. Water usel for mixing or curing shall be reasom,%bly clean ani fees of oil, salt, aa:d, alkali, sugar, v;jga tublo, or ether substances injurious to the finished yroduct. Water shaU', be tested in accordance with and shall meet the sugrtes; d requirements of AASHO T 26. Water kAoim to be of potable, qualify may be used without tent.. SOIL. 7'he soJl for this work shall con.sisl. of materials on the site or 9e?pct:, mate^ials fros other sources and shall bo tnifo:m 'n quality and 1 F:adati~n, and shall be approved by the enginee7. Thu soil shall be free of mote, sod, imeds, and 's zones larger than 2 1/2 inches. Composition 152,~i LIME, Lime stall 'te applicd at the rate specified on the plans for th:a depth of bubg;,ade treatment shown. 1r,4:kj.2 TOLFUNCE3. At final compaction, the lime and water content for etch course of subEr&de tr2.Inent 3hall conform to the following tolerancesr 1,11aterie1 Tolerance Lime 0.5% f Water--------------------------------------------------- 2%0-0,$ Pate M; DIV II s. : y . r i AC 150/5370-10 ITF14 P-1.55 LIME-TREATED SUMHATig Weather (limitations 115-4.1 WRATHEF MMITATIONS. The lime-troated subgrade shall not be mixed while the atmosphcrio temperature is bolow 406F. or when conditions indicate that temperat2res may fall. below 404F. within 24 bourn, when it is foggy or rainy, or wher. soil or subgrade is frozen. Equipment . 1 .1 UIPI~fi1T. ilia equipment required shall include all equipment necessary to complete this item such ass grading and scarifying equipment, a spreader for the lime or lime slurry, mixing or pulverizing equipment, sheepsfoot and pnekunatie or vibrating rollcre, sprinkling equipment, trucks, and truck scales. All machinery, tools, and equipmett shall be on the site and approveu by the engineer prior to the begirning'of cons±raction operations and shall be maintreined in a satisfaetofy working condition ' throughout the construction period, t Construction Mothods n 1 6.1 GlIM AL. It is the primary requirement of this speeafication to sbcure a completed subgrade containing; a unifo to limo mixture, free from loose or segregated areas, of uniform density and mnistwe content, well bound for its full depth, and with a smooth surface suitable for placing subsequent courses. It uhall be the responsibility of the cc.,ntractor to regulate th4 sequence of hin work, to use the proper amount of lime, maintain the work, and re,grork the courses as neeeasary to meet the above requirements, Prior to beginning any lime treatment the subgrade shall be constructed and brought to grade as specified in Item P-152 "Exermation and Embankment" and shah'4 be shaped to conform to the typical seotions, lines, and grades AS shown on the plane or as estatlisred bi the engineer. The material to ue treat id shall thou be excavated to the secondary grade (Proposed bottom of lima treatrient) and removed or windreued to expose the scerndary grade. Any wit fr unstable' materials below the secondary grade shall ba oorrected, as directed by the engineer, r, scarifying, adlIng lime, and t Compacting until it is of tmifortn ntabili,ty. The oxcavated rratorial shall j then be spread to Vie desired cross section. I i 1)IV II )O1 rd 1 t A.C l50/'1;)70-10 10,'21/7'+ ITM P-155 LINE-TRFATF•D SUHORADP; If the contractor elects to use a cutting and pulverizing machine that will remove the subgrade material accurately to the secondary grade and pulverize the material at the same time, he will not be required to expose the secondary grade nor windrow the material. However, the contractor shall be required to roll the eubgrade, as directed by the engineer, and correct any soft areas that this rolling may reveal 1.oforo using the pulvarizir;; machine. This method will be permitted only where a machine le provided which will insure that the material is out uniformly to the proper depth and which has cutters that will plane the secondary grade to a smooth surface over the entire width of the out. The mac%ino must give visible indication at all tames bhgt it is cutting to the proper depth, 1 6.2 APPLICATIM. Lime shall be spread only on that area where the first mixing operatiors can be completed Mang the same working day. The application and mixing of lime with the soil shall bu accomplished by the mithoda horoi,:after described as "Pry placing" or "Slurry Placing.'' Uien hydrated Itne is specified, the contractor may use eitc.or method. (a) Dry+ ?ac!n . Tho lime shall be spread ►uA formly over the top of the subggrade by an approved screw-typo spreader Ox or other approved spreading equiyz:tnto, Sne amount of lime spread shall bs the amount ' required for inixing to the specified depth which will rwilt, in the percentago determined in the job mix furmmla. The limo shall be dimtributed in such manor.that scatter:+.ng by wind will t)e minimal. Lime ahal1 not be applied when wind conditionoo in the opinion of the bnZ.:neer, are detrimWal to a proper application. A motor grader shall not be used to spread the lirrie, no material shall be sprinkled, as directed by thb engineer, until the proper moietw a content has boon reached. (b) Slurry piaoing. The lime shall be mixed with water in trucks with approved distributors and applied as a thin water suspension or slurry. Commercial. lime slurry shall be applied with a lime percentage not loos than that applicable for thn grade used. The distribution of lime e•hall bo attained by succes©ivo paamos over a measured section of aubgrado until the proper amount of lime has been spread. The amount of lime spread shall be the amount required for mixing to the specified depth which will result in the percentage determined in the job mix formula, The distributor truck shall continually agitate tho slurry to keep the nixturo unifor:. Pnge lop D1V 11 mow 606~ 7 IF lAC 15015376-30 ITEM P-155 LM-TRMATED S!JrYj.VU,'. 1,55,6.3 MIXING. VII mixing pror,edure ohall be v'..1 :s..%0 for "Dry Placi,'%" or "Slurry Placing" an hereinafter describodr (a) First mixing. Tho full dc-Nth of the tres-;e. eut,rade shall be mixed with an approved mixing machine, 1Amo shall r;ot co loft exposed for more than six hours. The mixing machine shall rein two coverages. Wcter shall be added to the c,ubgrado during mixing to r.'rovide a moisture content above the optinnun moisture content of the na:orial and to insure chemical action of the lime and subgrade. After mixing, the subgrade shall be lightly rolled to seal the surface and help prevent evaporation of moisture, The water content of tho oubenede mixture shall be mintained at a moisture content above the optimum moisture content for a minirmun of 48 hours or until the mirtterial becomes friable. During the curing period, the material ehaa.t be sprinkled as directed. Dur'_ng the interval of time between spplicata.on and mixing, limo that +aa baen exposed to tho open air for 6 hours or more, or to excessive lop-,: d-a± .o crashing or blowing will not be accepted for payment. (b) Binnl mlxin After the required curing V:,,o, the material shall Lz uniformly mixed by approved methods. If the mirt-L:,e contains clods, they 0e11 be reduuod in size by blydinp„ diacing, harrotr:ng, scarifyine, or the use of oth,jr approved pulver Cation methods eo that the romaindcr of ' the oloas Mall meot the, following roctuiroments ul.cn .eet(ri dry by laboratory nievest --Percent Minirnuu of clods pausing 1 112 inch'siuve---------- 100 Minimum of clods passing No. sieve--------- 60 155.6.4 CI)MPACTION. Completion of the mixture s:.a1: be~1n immediately after finul mixing. The material shall be aerated or sprinkled as necessary to provide optirmam moisture, Compaction eho%ild begir. at the bottom and shall continue until the entire depth of rd.xture is uniforl y compacted, The entire thickness of the treated subgrade shall be compacted to a density of at least 93% of maximun dens'-ty at optimum moisturs, as dotennzned by the rompaction control teets in item T-611, r The material shall be sprinkled and rolled as directed by the engineer. All irregularities, depressions, or weak spots O,ia% develop shall be corrected immediately by scarifying -;he areas affeiA. , adding or removing material as required, and reshaping ttnd re(~ompaet'.np b;5, sprinkling and rolling, The surface of the course ohall be maintst-5d in a smooth condition, free from undulations and rate, until o;?,Fr w)rk is placed thereon or th© work in Accepted. alV IT Pagd 103 r r ' Ac 1.50/5570-10 1U/A/'j4 r IT04 P-155 1,11'.-TREATED SUW RADF ' In addition to tnf_ requirements specified for density, the full depth of the material shoom on the plans shall. be. completed to the extent necessary ' to remain fir:1 and stable under construction oquiproent. After each section is completed, tests frill be made by tho cr.j;ineer. It tho material fails to meet the density roquiroments, it shall be reworked to moot those require- ' mentse T'nrou&hout this entire operation, the ohapo of the eourso shall be mriintaincd by bladingp ark. the surface upon cvmplotion shall be smooth and shall con form :pith tie typical aeotion ahoiai on the plans and to the r ostablialied lines and grades. Should the material, due to any reason or cause, lose the required stability, donsity, and finish before tho noxt course io placed or the work is accepted; it shall be reoompaated and refinished at the sole expense of the oontrator. 1 155-6.5 FINIS1iI1la efl) CURING. After the final layer or course of ' lime-treated subgrade hhas been compacted, it shall. be brought to the required lined and grades in accordance with the typical aectiono. Tlie ounpleVA section shall then be finished by rolling, as directed, with a ' pnoumcitto or other suitable roller suffioiently light to provent hair cracking. Tha fin:shod nurfaee shall not vary pore thm, 318 inch when test.od with a 16-foot straightedge applied parallel with and at.rifht anglers to the pavement conterline. Any vsriationa in exuons of this ' tolersaiee shall be corroeted tri the contractor, at his own expense, in a manner natlefaotory to the engineer. lib a completed section shalt be moiot-cured for a minima of 7 days before further orAm or are added or any traffic in porraitted, unless otherwise directed by the engineer, Subsoquent courses shall be applied withl.n lµ days after the lime-treatod subgrade is cured. 1 .6,6 THICKNESS. The thiekncss of the lime-treated subgrade shall be determined by depth tests or cores taken at intervals so that each test shall represent no more that 3U0 sgriare yards. When the base deficiency in more than 112 inch, the contractor shall correct such areas in a manner satiefaotory to the oneineor. Tho contractor nhall roplaco, at his expense, the base material wtiera boringa are taken for Lost purposes. r . r r llsg,.ci 104 DIV 11 q sI ' 10/1,54/74 AC 150/ 374-10 ITFM P-155 ix-C-TREATED SUHaRADF, 1A1NT13,WWCE. The contractor shall maintain, at iiiis cwn expenno, the entiro lime-treated aubgrado in Good condition f:oro :he start of work until all the work has been cempletc.i, cured, afA e,,Zep:ed by the t engineer. Method of Measurement 155-7 .1 rho yardage of lime-treated subgrade to be paid for shall be tho number of square yards comploted and accepted. ' 1 .2 The amount of lime to be paid for shall be the number of pounds of hydrated lime (or the calculated dry-limo content of rho lime slurry) used as authorized. Basic of Payment ' 155-8.1 Payment shall be made at the contraot unit price pdr square yard for the lime-treated subgrade of tho thickn4ss opeci:ied, Thoi price shall ' be full compensation for furnishing all material, except the) lime, and for N11 preparation, delivering, placing and mixing ;hesn trateriala, and all labor, equipment, tools and incidentals nucoeaary to coz,piote this item, 1 , 1 .2 Payment shall be mido at the cor.Lract vnit price per pound of lime. This prico shall bo full rompennation for furnishing this matoriall for all delivery, placing and incorporation of this r-atoriall and for all labor, equipment, tools, and innidentals necessary to eor.plete this itein. Payment will be made undors Item P-155-8,1 Lime-treated subgrade--per square yard, Item P-155-8.2 Lime-,per ton. DIV 11 Ps CO 135 F 7 P uv~ r 1.~~' AC 191/5370-10 10/24/74 ' I MN P-155 LIME-TFMTED SU30WE TMING AND MATEMAL RERUIRE2+ IT3 Test and short the Material anu short title r AASHO T26-=dater AS714 C 207--Lime FAA T-611--Donsity 1 1 1 1 1 r r r r r r Pl r;0 106 DIV .r =7 r7 `1`7777`77 t 1 i ITEM r-401-BITUMINOUS SURBAC3 COURNIE ' All paragraphs under item F-401-Bituminous Surface Omrso shall apply with the following modifications 401-1.1 BITUMINOUS WfERIAL. Delete the two paragraphs and substitute ' the followings This item shall consist of a surface course composTsd Of mineral aggregate t and bituminous material; mixed in a central mixing pl,nnt and placed on a prepax(d course in accordance with-the specifications end shall conform t'3 the dimension, typical cross-secticns and lines and gzades shown on the ' plans. ' 401-?. AGGREGATE, Delete the fourth paragraph relating to pavements which will serve aircraft weighing less than 30,000 pounds. 401-2.3 BITUMINOUS MATERIAL. The t;pn and gradv of asphaltic cement shall be THD AC-10. The material shall be free from water, shall not foam when heated tr 347oF and shall meet the following requirwoentst AC-20 TEST Min. Max. ' viscosity, 140 F stokes..... 2000 + 400 viscosity, 275 F stokes..... 2.5 Panatretion, 10090 5 sec...... 5S Flash Point, ' C.O.C.F.......... 450 Solubility in trichloroethylenes percent.......... 9900 Tests en residues from thin film oven tests viscosity, 140 F etokes..... 6000 ' Ductility# 77 F ! CMA per min, ans. 50 t 401-3.1 COMPOSITION OF, MIXTURES. The composition limits for airport pavement designated for gross aircraft weights of m.nrt, t°tan 300000 pounds shall govern. In tho tables titled ASTM D-1559 and ASTM b-1560 use the appropriate column for gross aircraft weights of more than 30,000 pounds. 401-3.2 JOB MIX FORMULA. Tho bituminous surface courna shall be Texas highway Department Type "C" (Coarse Graded Surface Course). Delete Table 1 - Aggregate Bituminous Surface Course shorn on Page 269 of the Specification and add the following Tablet TABLE l THO TYPE "C" (,COARSE GRADED SOU _PL_COURSE Passing 7/8" sieve 100 Passing 5/8" aieve ......................................95 to 100 Passing 5/8" sieve, retained on 3/8'° sieve ..............15 to 40 Passing 3/8" sieve, rutained on No. 4 s1eve..'...,.,.....10 to 35 Passing No. 4 stAve, retained on No. 10 eieve...........10 to 30 Total retained on No. 10 ,sieve ..........................50 to 70 Passing No. 10 sieve, retained on No. 40 siove..,....... 0 to 30 Passing No. 40 sieve, retained on No. 80 sieve.......... 4 to 25 Passing go. 80 sieve, retained on No. 200 sieve......... 3,to 25 Passing No. 200 sieve 0 to 6 The asphaltic material shall form from 3.5 to 7 percent of the mix- ture by weight unless specified otherwise on the plans. Tolerrices. The Engineer will designate the exact grading of the aggregate rind asphalt content, within the above limits, to be uved in the , mixture. The paving mixture produced should not vary from the designated grading and asphalt content by more than the tolerances allowed hareinl t however, the mixture pro%N ced shall confona to the limitations for matter grading specified above. Percent by Weight Passing 7/8" sieve, retained on 3/8" sieve..........Plus or Minus 5 Passing 5/8" sieve, retained on 's/A" sisva.,........Plus or Minus 5 ' Passing 3/811 sieve, retained on No. 4 sitva.........P1us or Mihu- 5 Passing No. 4 sieve, retained on No. 10 sieve.......Pluu or Kinup 5 it Total retair^1 on No. 10 sieve ......................Piue or Minus 5 Passing go. 10 sieve, retained on No, 40 sieva.,....Pius or Minus 3 Passing No, 40 sieve, retained on No. 80 sieve.....,,Pius or Minus 3 Passing No, 80 sieve, retained on No. 200 sieve...,.Plus or Minus 3 t Passing No. ZOO slew ...............................Plus or Minus 3 Asphalt MateYiai ....................................Plus or Minus 0,5 i . 1 1 1 401-4-2 ADD THE FOLI"ING AFTER (c) (d) Requirements for Drum Mixers. Exclusions, Paragraphs 401-4.2(x)(4) through 401-4.2(a)(9) do not apply to drum mixers. 1 (2) Aggregate delivery system. An automatic plant shutoff shall be provided to operate when any aggregate bin becomes empty. Provisions shall be provided for conveniently sampling the full flow of materials from each cold feed and the total cold feed. Total cold feed shall be weighed continuously. T(ie weighing system shall have &n accuracy of 0.5 percent when tested for accuracy. The plant shall provide positive weight control of the cold aggregate feed by use of a belt scale, or other appropriate device, which will automat- ically regulate the feed gate and permit instant correction of variations in load. The cold feed flow shall be automatically coupled with the asphalt flow to maintain the roquired proportions of each material. Provisions shall be made for introducing the wjistura content of the cold feed aggregates into the belt weighing signal and correcting wet aggregate weight to dry aggregate weight. Screens or other suitable devices which will reject oversize particles or lumps of aggregate that have been cemented together shall be installed in ' the feeder mechanism betwoon the bine and the dryer d nLA. Dry weight of the'a, teg,ite flow shall be displayed digitally in appropriate units of weight and tim,'i And totalized. (3) Bituminous material and additive delivery systems. Satis- factory means of metering shall be provided to introduce the proper amount of bituminous material and additives into the mix. Delivery systems shall prove accurate to plus or minus 1 percent when tested for accuracy. The bituminous material am additive delivery shall be interlocked with the aggregate weight. ' The bituminous material and additive flow shall be displayed digitally in ap- propriate units of volume (or weight) and time shall be totalized. ' (4) Thermometric equipment. A recording thermometer of adequate range shall be located to indicate the temperature of the bituminous material in storage. The plant shall also be equipped with approved recording thermo- metric instruments at the discharge chute of the drum mixer. (5) Drum mixer. A drum mixer of satisfactory design shall be provided. it shall be capable of drying and heating the aggregate to the ' moisture and temperature requirements set forth in the paving mixture require- ments and capable of producing a uniform mixture. if the quality requirements of Section 401-3.2 cannot be met, the Contractor will be required to utilize ' either batch or continuous mix plants. (b) Temporary storage of bituminoye m xturs, use of surge bins or storage Sine for temporary storage of hot bituminous mixtures will be per- mittod as followst (a) The bituminous mixtura may be stored in surge bins for a period of time not to exceed 3 hours. wwr~ r r (b) The bituminous mixture may be stored in insulated and heated storage bins for a period of time not to exceed 12 hours, provided an inert gas atmosphere is maintained iin the bin during the storage period. 1 If the Engineer determines that there is an excessive amount of heat loss, segregation and/or oxidation of the mixture due to tempo- rary storage, use of surge bins or storage bins will be discontinued. (e) Inspection of Plant. The Engineer or his authorized representa- tive shall have access, at all tines, to all parts of the paving plant for checking adequacy of equionentl inspecting operation of the plants verifying weighto, proportions, and character of materialet and checking the temperatures maintained in the preparation of the mixtures. 401-4.4 ADD THE FOLLCWINas If an automatic grade control device is used, the paver shall be equipped ' with a control system capable of automatically maintaining the screed elevation as speoified herein. Tht, control system shall be automatically actuated from either a reference line or surface through a system of mechanical sensors or sensor-directed mechanisms or devices which will maintain the paver screed at a predetermined transverue slope and nt the proper elevation to obtain the re- quired isurface. The controls shall be capable of working in conjunction with any of the following attachmentst (a) Ski-type device of not less than 30 feet (9.14 m) in length or as directed by the Engineer. (b) Taut stringline (wire) set to grade, (o) Short ski or shoe. ' 401-5.1, 5.2, 5.3 and 5,4 - Delete 401-6.1 - Delete ' 401-7,1 HEASUMMENT AND PAYMENT. DS.uminous surface course will be measured by the ton of 2,000 p1junds of complete and accepted work in accordance with the plans and speoifibations. M* material shall be weighed after mixing and ' payment shall be full compensation for furnishing all material, heating, mixing, hauling, cleaning the existing pavement surface, placitoll rolling and furnish- ing and for all manipulations, labor, tc-31s, equipment and incidentals neces- sary to complete the work, 'Seating and material requirements required on Page 293 of Item P-401 - Bituminous Surface course will apply. Payment will be made to the Contractor for aggregate stock-piled as materials on hand pro- vidtd the aggregate is designated for this protect. r r Ar r ' r 10/24/74 AC 150/5374-10 r FLFXIBLE SURFACE CAURSc.S 1 ITEM P-401 BI'IMINOUS SURFACE. COURSE t (Central Plant Not Mix) Description ' 401-1.1 This item shall consist of a surface course composed of mineral aggregate and bituminous material, nixed in a central mixing plant and ' placed on a prepared course in accordance with these spo!:ifications and shall confo m to the dimensions and typical cross section shown on the plans and with lines and grades established by the engineer. When specified on the plans, the surface course shall ba constructed in No or more courses. Each course shall be constructed to the depth, typical section, or elevation required by the plans and choll be rolled, finished, r and approved before the placement of the next course. niterials 401-2.1 AGGREGATE. The aggregate shall consist of crushed stone, crushed gravel, or crushed slag with or without send or other inert finely divided mineral aggregate, T'he Aggregate shall be composed of sound, tough, durable particles, free from clay balls, organic matter, rind other doleterio us substances. The aggregate shall not contain more than 8X0 by weight, of flat or elangated pieces. The coarse aggregate (retained on the No. 8 sieve) shall show no more then 40% wear when tested in accordance with AASHO T 96, It shall show no signs of disintegration nor ehall the sodium sulfate soundness loss exceed 9%, or the magnesium soundness loss exceed 12X, when tested in accordance with ' AASHO T 104. For pavements which will serve aircraft wel&Ning 30,000 pounds or more, the ' crushing of the aggregate shall result in a product to which the coarse aggregate (retained on the No. A sieve) shall have at least 75% by weight of particles with at least two fractured faces and at least 90% by weight of particles with one or more fractured faces, r DIV It r-16e 26° W7 -4.)g .AC 150/5370-10 10/24/74 ITEM P-401 BITUMINOUS SURFACE COURSE. For pave.ents which will verve aircraft weighing less r'•an 30,000 pounds, the crushing of the. aggregate shall result in a produc,. in which the coarse aggregate (retained on the No. 8 sieve) shall have at least 60% by weight of particles with one or mere fractured faces. (The pl,~ns or the special provisions of the specifications will specify the weight of the aircraft the pavement will aerve.) Slag shall be air-cooled, blast furnace slag, and shall have c compacted weight of not less than 70 pounds per cubic foot when tested in accordance with AASHO T 19. The fine aggregate, including any blended filler, shall have a plasticity index of not mono than 6 when tested in accordance with AASHU T 9b1 and a r liquid liri,t of not more than 25 when tested in accordance with AASHO T 89. The bituminous mix shall have a swell of not more than 1,5% when test4td in ' accordance with AASHO T 101. The bituminous mix shall nOL show evidence of stripping when tested in accordance with AASHO T 182. Antistrip agents shall be used if necessary. 401.2.2 FILUR. If filler, in addition to that naturally present in the ' aggregate, s necessary, it shall consist of stone dust, loess, poetland cement, or other approved mineral matter. The fillor material shall meet the Tequiremants of AASHG H 174 ' 401-2.3 SIUNINOUS HAV RIAL, The types, grades, controlling specifications, and mixing temperatures for the bituminous materials a m given below. The engineer shall designate the specific material to be Used. Type and grade Specification r Mixing temperature Asphalt cement AASHO M 20 2 6 326° F. ' v$6--1000 120-160 Tar A AASHO M 62 176•--260° F. '1'-10, HT-1 It RT-12 Page 266 UIV It • I 10/24/74 AC 150/5370-•10 ITCH P-401 BITUMINOUS SURFACE COURSE ' Composition 401-•3.1 COMPOSITION OF MT.KIURES. The bituminous plant mix shall be composed of it mixture of aggregate, filler if required, and bituminous material. The aoveral aggregate fractions shall bo sized, uniformly graded, avd. combined in such proportions that the resulting mixture meets the grading requirements of the job nix formula. ' The composition limits tabulated shall govern, but a closer control appropriate to the job materials will be required for the specific project in accordance with the job mix formula. The final designates gradations shall produce a relatively smooth curve when plotted on a so-A logs rithaic gradation chart.' The mixture shall meet the requirements of one of the following ASTM teats, plus the ,stated limitations on voids, voids (3111d, and quell. ' ASTM D-1559 For airport pavement For alrpot pavement ' designated for gross designated for gross aircraft weiithts of aircraft weights of more than 30,000 lb3, less than 30,400 lbs. Number of blows each end of specimen , 76 75 Stability (Minimurn) 1800 1000 Flow (Maximum) hun• dredths of an inch....... 16 16 Flow (Mlaimum) hun- dredths of an inch----... 8 8 i ' Percent voids 3 to 6 3 to 6 Percent voids filled with bitumen 70 to 80 76 to 86 ASTM D-1560 Stabilometor (Min) 40 37 Cohesiometer (Min) 60 so Swell, inches (Max) 0.030 0.030 Percent voids (Alin) 4 4 r ' Dlv it Page 267 ill 1 AC 150/5370-10 10/241'74 ! i s:TEM 401 BITUMINOUS SURFACE COURSP 401-3,2 JOB MLI FORNP.rt.A. Work shall not begin nor shall any mixture be accepted unt'.1 the cuntr.tctor has submitted samples of the materials intended for use and the engineer hag establishes a satisfactory job mix formula for each mixtura to be used. The fob mix formula for each mixture shall be in affect until modified in writing by the engineer. The Job mix formula for III each mixture shall establish a single percentage of aggregate passing each required sieve also, a single percentage of bituminoua cwterial to be added to the aggregate, and a single temperature at which the mixture is to be delivered at the point of discharge. The gradations in fable 1. represent the limits which shall determine suitability of aggrtgato for use from the sources of supply. The final 1 gradations decided on within the limits designated in the table shall be well gradad from coarse to fitsa and shall not vary from the low limit on one sieve to the high limit on the adjacent aieves, or vice versa. 7 The saleetiun of any of the g&adationa shown in Table 1 shall be such that ~ the maxtc+m-ai:o aggregate uacd shell be not more than one hall the { thitknebs of the layer of the surface course Laing constructed. The bituminous content of the mixture shall be calculated oti the percentage basis by weight of the total mix, The 1/2-inch maximum gradation shall not be used in preparing ni;;tures for pavements which will serve airetaft weighing 30,000 'pounds or more. In the table the percentages of asphalt cement sfsd tar are given for stone, r gravel, and slag aggregates. It the total aggregate is composed of slag, the percentages of bituminous material shown shall be used. Where only a part of the aggregates is slag, incroamas in bituminous material shall be made in a corresponding proportion. A ample of the coarse and fine aggregates shall be washed to determine the percentage of the total material pad.A ng the No. 200 mesh sieve. Of the amount of the material passing &,a No. 200 mesh sieve, at least one half shall pass the No. 200 mesh oiave by dry sieving. ! i i Pala 266 DIY 11 r 10/24/74 A; 150/5370-10 ITEM P-401 BlTMINOUS SURFACE COURSE Table L---Aggregnte-bituminous surface course Slave designation Percentage by weight passing sieves {square openings) C A I3 1 maxirnutn " maximum r.2 maximum 1inch loo -----y 44' inch 82--100 -loo inch 70-- 90 82-100 - No. inch 60--- 82 68-- 90 100 % 42-- 70 60- 79 56--188 No. 10-------------------- 30-- 60 36- 67 40--- No. 40 ---15 40 17--- 44 19 476 8 ' No. 80 8--- 26 No. 200 - 3- 8 3- 28 10- 2 4-- 0 Bituminum Percent: Stone or gravel 4.5--7.0 6.0--7.6 6.5- 8.0 Slag --------------6.0---9.0 ( 6.5--9,6 7.0---10.0 r After the job mix formula is established, all mixtures furnished for the ' project shall conform thereto within the follewinft tolerances Passing No. 4 and larger sieves +7X Passing No, 8 to No. 100 sieves (inclusive) T4% Passing No. 200 slaws---•---- +2X Bitumen _.--_.--_-+0;4% Temperature of mix-------___.__..~_~_---------- t20°1P. r Should a ebango in sources of materials be made, a new job mix formula shall be established before the new mcterial it used. When unsatisfactory results or other conditions make it necessary, the engineer mRy establish a new job mix formulas The combined mineral aggregate for the surface course shall be of such size that the percentage composition by weight, as determined by laboratory sieves, W!1)_ coufora to one of the gradations of Table 1, when tested in accordance with AASHO T 11 and AASHO T 27. The percent by weight f4n: t!,j bituminous material shall be within the limits specified, DIV IL Page 26^ I AC 1.90/5970-10 10/24/74 ITEM P-401 BITUMINOUS SURFACE COURSO ' Construction Methods 401-4.1 UT ATHER AND SEAS W AL LIMITATIONS. The surface course shall be constructed only upon a dry surface, wher, L'tc atmospheric temperature is above 40 F., and wher the weather is not foggy or rainy. The temperature requirements may be waived, but only when so directed by thu engineer. ' 401-4,2 BITL INOUS MIXING PLANT. Sufficient storage space shall be provided for each size of aggregate. The different aggregate sizes shall be kept separated until they have been delivered to the cold elevator feeding the drier. The storage yard shall be neat, orderly, and the separate stockpiles readily accessible for sampling. Plants used for the preparation of bituminous mixtures :hall conform to all requirements under (a)., except that scale requirer.,nta shall apply only where weight proportioning is used. In additlpr, batch mixing plants shall conform to the requirements under (b), and ce.itinuous (nixing plants shell ' conform to the requirements under (c). (a) Ra uirements for All Plants. Mixing plants shall be of sufficient capacity an coordinated to adequately handle the proposed bituminous construction. (1) Plant scales. Scales shall be accurate to 0.5% of the required load. Poises shall be designed to be locked in any position to prevent unauthorized change of position. In lieu of plant and truck scales, the contractor may previde an approved automatic printer system to print the weights of the material delivered, provided the system is used in conjunction with an approved automatic hatching and nixing control system, Such weights shall be evidenced by a weigh ticket for each load. Scales shall be inspected for accuracy and sealed as often as the engineer may deem necessary. The contractor shed: have on hand not less then ten 50-pound weights for testing the scales, (2) Equipment for preparation of bit inous material. Tanks for the storage of bituminous material shall be equ Peed to host and hold the material at the required temperatures. Heating shall be accomplished by approved means so that flames will not contact the tank. ,she circulating system for the bituminous material shall be designed to assure proper aiiC continuous circulation during the operating period, Provision shall be aada for measuring quantities and for sampling the material in thu storage tanks. Page 270 tYV ti n` • . 10124174 AC 150/5370-10 LTEt1 P-401 RI'1'U*IISOUS SURFACE COURSE ' (3) Feeder for drier. The pimit shall be provided with accurate mechanical means for unifarmily feeding, the aggregate into the drier to obtain uniturm production and temperature, (4) Drier. The plant shall include a drier(s) which continuously agitate the aggregate during the heating and drying process. (5) Screens. Plant screens, capable of screening all aggregates to the specified sizes and proportions, and having normal capacities in excess of the full ^.apacity of the mixer, shall be provided. ' (6) Bins. The plant shall include storage bins of sufficient capacity to supply a mixer operating at full capacity, Bins shall be arranged to assure separate and adequate storage of appropriate fractions of the miner•_1 aggregates. When used, separate dry storage shall be provided for filler or hydrated lime, and the plant shall be equipped to feed such material into the mi:cer. Each bin shall be provided with overflow pipes of sac'.. size and at such location to prevent backup of material into other compartments or bins. Each compartment shall be provided with its ~ individual outlet gate to prevent leakage. Tlie gates shall `cut off quickly { and completely. Bins shall be constructed so that,eamples may be obtained readily. Bins shall be equipped with adequate tell-tale devices which indicate the position of the aggregates in the bind at the lower quarter points. (7) Bituminous control unit. Satisfactory means, either by ' weighing or metering; shall be provided to obtain the specified amount of bituminous material in the mix, Means shall be provided for checking the quantity or rate of flow of bituminous material into the mixer. (8) 't'hermometric equipment. An armored thermometer of adequate range shall be placed in the bituminous feed line at a suitable location near the charging valve of the mixer unit. The plait shall also be equipped e with an approved thermomettic instrument placed at the discharge chute of the drier to indicate the temperature of the heated aggregates. The engineer may require replacercent of any thermometer by an approved temperature-recording apparatus for better regulation of the temperature of aggregates. (9) Dust eolle.tor. The plant shall be equipped with a duet collector to waste or return uniformly to the hot elevator all or any part at the material collected, as directed. t U1V it }•„ge 771 ~p, 1 r AC 150/5370-10 10/24/74 ITHDt P-4U1 BImmous SURFACE COURSE (10) Truk scales. The bituminous mixture shall be weighed on approved scales furnished by the contractor or on public scales at the contractors expense. Scales shall be inspected for accuracy and sealed as often as the engineer deems necessary. (11) Safety requirements. Adequate and safe stairways, to the rlixer platform and sampling points shall be provided, and guarded ladders to other plant units shall be placed at all points where accessibility to plant opetttions is required. Accessibility tr the top of truck bodies shall be ' provided by a suitable device to enable the engineer to obtain sampling and mixture temperature data. Means shall be provided to raise w d lower scale calibration equipment, sampling equipment, and other similar rigaipment ' between the ground and the mixer platform. All gears, pulleys, chains, sprockets, and other dangerous moving parts shall be thoroughly guarded. Ample and unobstructed passage shall be maintained at all times in and around the truck loading area. This area shall be kept free of drippings from the nixing,platform. (b) Requ;enta for BAtchin plaits. (1) VeI box opar. The equipment shall include a means for accurately weighing each size of aggregate in a weigh box or hopper of ample ' sh site all4clossetightly sot thatinoomaterialrIslallowedutoileak over. the mixer %M le a batch is being weighed. ' (2) Bituminous control.. The equipment used to measure the bituminous material shall a accurate to within +0.52. The bituminous material bucket shall be of a nontilting type with a loose sheet metal. cover. The length of the discharge opening or spray bar shall be not leas than three-fourths the length of the mixer and it shall discharge directly into the mixer. The bituminous material bucket, its discharge valve(s), and ' spray bat shall be adequately heated. Steam jacketa, if used, shall be efficiently drained and all connections shall be so constructed that they gill not interfere _-Atf. the efficient operation of the bituminous scales. The capacity of the bituminous material bucket shall be at least 15% in excess of the weight of bituminous material required in any batch. The plant shall have an adequately heated quick-acting, non-drip, charging valve located directly over the bituminous material bucket. Page 171 nIV TI 10/24/74 A' 1501'5370-10 ITEM P-401 HITLIHNOUS SURFACE COURSE.' The indicator dial shall have a capacity of at least 15% in excess of the quantity of bituminous material used per batch. Thu controls shall be constructed to lock at any dial setting and automatically react to that reading after each additional batch of bituminous material. The dial shall be in full view of the mixer operator. The flow of bituminous material shall be automatically controlled to begin when the dry mixing period is over. All of the bituminous material required for one batch shall be discharged in not more than 15 seconds after the flow has begun. The size and spacing of the spray-bar openings shall provide a uniform application of ' bituminous material the full length of the mixer. The section of the bituminous line between the charging valve and the spray bar shall ha-,e valve and outlet for checking the meter when a metering device is substituted for a bituminous material bucket. (3) Mixer. The batch mixer shall be sr, approved type capable of producing a uniform mixtrire within the job adx tolerances. If n,,)t enclosedo the mixer box shall be equipped with a dust hood to prevent loss of dust. The clearance of• bl't'des If. tom all fixed and moving parts shall not exceed. 1 inch. (4) Control of mI x.in` time. The mixer shall be equipped with an accurato time lock to cop,Crol the operations of i( complete mixing cycle. It shall lock the woigh-box gate after the charging of the mixer and keep it locked until the closing of the nixet- gate at the, completion of the cycle. It shall lock the bituminous material bucket throughout the dry mixing period and shall lock the mixer gate throughout the dry and wet mixing periods. The dry mixing period is defined as the interval of time between the opening of the weigh-bux gate and the introduction of bituminous material. The wet mixing period is the interval of time between the introduction of bituminous material and the opening of the mixer gate, ' The Oning control shall be flexible and shall be capable of hattinga of 5-second intervals or less throughout a 3-m1nute cycle. A mechanical batch counter shall be installed as a part of thi timing device and shall be designed to register only completely mixed batches. The setting of time intervals shall be at the direction of the engineer who shall then lock the case coverifig the timing device until a change is Trade in the timing periods. DIV Ir Page 27) r Y 4 ' AC 150/5370-10 10/24/74 ITEN P-401 BITUMIt10US SURFACE COURSE (c) P,eguirements for Continuous KIx Plnnts. (1) Aggregate proportioning. The plant shall include means for 1 Accurately proportioning each site of aggregate. The plant shall have a feeder mounted under each compartment bin. Each ecwrartment bin shall have an accurately controlled individual. gate to form an orifice for the volumetric measuring of material drawn fron each compartment. The feeding orifice shall be rectangular with one dimension adjustable by positive mechanical saeans &A provided with a lock. Indicators shall be provided for each gate to show the respective gate opening in inches. (2) Weight calibration of ajUregate feed. The plant shall include a means for calibration of gate openings by weighing test samples. Provision shall be made so that materials fed out of individual urlficts may be bypassed to individual test boxes. The plant shall be equipped to conveniently handle individual test samples of not less than 200 pounds. Accurate scalps shall be provided by the contractor to weigh such test saoplea. ~ (3) Synchronization of a re ate feed and bituminous material feed. ' Satisfactory means shall bn provided i:o afford positive interlocking control between the flow of aggregate from thii HAS and the flow of bituminous material from the meter or other ptoportioning device. This control shall t be by interlocking mechanical reans or by any other positive method satisfacroty to the engine+ar. (4) !fixer, The plant shall include an approved continuous mixer ' adequately heated and capable oil producing a uniform mixture within the job mix tolerances. It shall be equipped with a discharge hopper vith dump gat=s to permit rapid and complete discharge of the mixture. The paddles shall be adjustable for angular position on the shafts and shall be reversible to retard the flow of the mix. The mixer shall have a manufacturer's plate giving the net volumetric contents of the mixer at the ' several heights inscribed on a permanent gauge. Charts shall be provided showing the rate of feed per minute for each aggregate used. Page 274 DIV 11 ' 10/24/74 AC 150/5370-10 t IlE1l N-401 3ITLI-1INOUS SURFACE COURSR 1 401-4.3 HAULING El U1P`4:N1', Trucks used for haulin.4 hi tnntnous mixtures shall have tight, clean, srooth metal beds. To prevent the mixture from e adhering to them, the beds shall be lightly coated Frith a minimum amount of paraffin oil, lime solution, or other approved material. Each truck shall have a suitable cover to protect the mixture from adverse weather and an ' insulated bed to maictain the mixture at the specified temperature. 401-4.4 BITUMINOUS PAVERS. Bituminous pavers shall be self-contained, power-propelled units with an activated screed or strike-off assembly, heated if necessary. It shall be capable of spreading and finishing courses of bituminous plant mix material which will meet the specified thickness, smoothness, and grade. Pavers used for shoulders and similar construction shall be capable of spreading and finishing courses of bituminous plant mix material in widths shown on the pl*ns. The paver shall have a receiving hopper of sufficient capacity to permit a tnliform spreading operation. The hopper shall be equipped with a distribution system to place the mixture uniformly in front of the screed. The screed or strike-off assembly shall effectively produce a finished surface of the required :vennesa, and texture without tearing, shoving, or gouging the mixture. ' The paver shall b,3 capable of operating at forward speeds consistent with satisfactory laying of the mixture. 40J-4.5 ROLIE RS. Rollers shrill be in good condition, capable of reversing without backlash, and operating at slow speeds to avoid displacement of the bituminous mixture. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density while the mixture In still in a workable condition. The use of equipment which results in ' excessive crushing of the aggregate will not be permitted. ' 401-4.6 PREPARATION Of' MINERAL AGGREGATE. The aggregate for the mixture shall be dried and heated at the paving plant before entering the mixer. When introduced into the mixer, the combined aggregate shall contain not more than 0.5% moisture if asphalt, or more than 1% if tar mixtures, V ter ' in the aggregate shall be removed by heating to the extent that there is no subsequent foaming in the nixture prior to the placing of the material. The aggregate shall be heated to the temperature designated by the job formula 1 DIV II t,ge 2'i5 71' 7,77777"T" 10/24/74 AC 150/5370-10 ITEM P-401 BITIrMINOUS SURFACE COURSE. ' within the job tolerance specified. The maxinum temperature and rate of heating shall be such that no permanent damage occurs to the aggregates. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The aggregate shall be screened to specified sizes and conveyed into separate bins ready for mixing with bituminous material. 401-4.7 PREPARATION OF BITUMINOUS MIXTURE. Before delivery, the aggregate jail be mixed with the bituminous material at a central mixing plant. The mixture shall be prepared at a temperature shown in 401-2.3. The dry aggregates, prepared as prescribed in 401-4.6, shall be combined in the plant in the proportionate auoun`:s of each fraction of aggregate required to meet the specified gradation. The quantity of aggregate for each batch shall be determined, measured, and conveyed info the mixer. In case of volumetric proportioning, .he size of the gate openings shall be ' determined, and the gates licked in position. The quantity of bituminous material for each batch or calibrated amount for ' continuous mixer shall be determined by the engineer. It shall be measured by weight and introduced into the mixer at the specified temperature, using For batch the lowest range possible for adequate mixitlg and apreoding. 1 mixe>:b, all mineral aggregates shall be in the mixer before the bituminous material is added. The exact temperature within the specified range shall be fixed by the engineer. In no case shall aggregate be introduced into the mixture at a temperature more than 25' F. above the temperature of the r bituminous material. As determined by the engineer, the mixing shall continue for the time necessary to coat all particles uniformly. This time is dependent upon the mix design and the type of mixing equipment used. To ' compute the >nixing time in a continuous mixer, the weight of its contents at operating level is divided by the weight of the mixture delivered per second by the mixers ' Mixing time in seconds Pupmill dead capacity in sounds Output in pounds per second 1 401-4.8 7Rl1l,SPORTATION AND RY OF THE MIXTURE. The mixture shall be transported fron the mixin0 plant to the point of use in vehicles described 1 in 401-4.3; At 116 UfV i1. { 1'0/24/14 AC 150/5370-10 ITEM P-401 BITUMINOUS SLWAf .E COURSE The mixture shall be placed at a tervarature between 150° and 225° F, when tar is used, and between 250° and 300° F. when asphalt cement is used, Mien the mixture is being, placed during warm weather and the engineer has determined that satisfactory results can be obtained at lower temperatures, he may direct that the mixture be mixed and delivered at the lower ' temperatures, Loads shall not be sent out as to interfere with spreading and compacting ' the mixture during daylight unless artificial light, satisfactory to the engineer, is provided, The mixture shall be delivered at a temperature within the tolerance allowed in the approved job ft.-tula. 401-4.9 SPREADING AND LAYS 1C. (a) Preparation for Placing. Immediately before placing the bituminous mixture, the existing underlying course shall be cleaned of loose or deleterious material, A power sweeper equipped with a blower shall be used, supplemented with hand brooms if necessary, or the material shall be removed by other means as directed by the engineer. The mixture shall be laid only upon an approved underlying course which is ' dry and in suitable condf.tion, and when weather conditions are favorable. No mixture shall be placed when the air temperature in the shade and away from artificial heat is 40'F, or lower, unless zo directed by the engineer. The engineer may permit work to continue when oveMiken by sudden rains only to provide for laying that: material which is in tranrit from the plant, provided the mixture is within the tetVersture limits specified. Grade control between the edges of the pavement shall be accomplished by grade stakes or steel pins placed in lanes parallel to the centerline of the pavement and at intervals nufficiently close that w ring lines may be stretched between stakes or pins, Placing shall commence at the point(s) farthest from the mixing plant and progress continuously toward the plant, unless otherwise ordered by the engineer. Hauling over material already placed shall not be permitted until the materiel has been thoroughly compacted as specified, and allowed to cool t to atax:epheric temperature. t DIV 11 Page 277 A: 15415370-10 10/24/14 1 I'iTF,4 p-401 BITUMINOUS SURFACE COURSE (b} mchine Spreading, upon arrival, the mixture shall be dumped into an approved b' A noes paver and immediately spread to the full width requited. It :.all be struck off in a uniform layer of such depth that, when the work is completed, it will have the required thickness and will of The the bitumini paver ousmat. conform to the shall be regulataddto s eliminate surface pulling contour and required. The mixture shall be placed in strips of a minimum width of 10 feet. To insure proper drainage, the spreading shall begin along the centerline of the pavement on a crowned section or on the high side of the pavement with a one-way slope. After the first strip or width has been compacted, the second width shall be placed, finished, and compacted in the same manner as the first width. After the second strip has been placed and rolled, a ' lb-foot straightedge shall be placed across the longitudinal joint to determine if the surface conforms to grade and contour requirements. Exposed vertical edgeo'of paved strips shall be free of all accumulations of dirt or other foreign material before any mixture is spread in an adjacent lane. If joint faces become dry or dusty, the contact surfaces should be given a brubh coat of asphalt. In lieu of painting the contact surface, the ' contractor may use a joint heater approved by the engineer. If the spreading machine should drift from an adjacent lane during construction, the unfilled space shall be carefully filled with fresh hotinixture obtained from the ttruck or the these areasashall.n Stealping fill from that already spread to In areas where, because of irregularities or unavoidable obstacles, the use of mechanical spreading and finishing equipment is impractical, the mixture wv be hand spread. When hand spreading is permitted, the mixture shall be dumped on approved dump sheets outside of the area upon which it is to be spread, and then distributed into place immediately with hot shovels. It shall be spread with hot rakes in a uniformly loose layer to the full width required and of such depth that, when the work is completed, it will have the required thickness and will oinform to the grade and surface contour shown on the ' plans. VA .s~snafg _ _ 10/24/74 AC 150/5370-10 1 ITEM P-401 BITUMINOUS SURFACE COURSE 401-4.10 COMPACTION OF MIXCURE. After spreading, the mixture shall be thoroughly and uniformly compacted with power rollers, as directed by the engineer. Rolling of the mixture shall begin as soon after spreading as it will bear the roller without undue displacement or hair checkiug. On the first strip spread, rolling shall start in the center and continue toward either edge. On subsequent strips laid, rolling shall start on the edge adjacent to previously laid material and continue toward the opposip.-a edge. Initial rolling shall be done longitudinally. The rollers sball overlap on successive trips. Alternate trips of the taller shall be of slightly different lengths. Tho mixture shall be subjected to diagonal rolling,' crossing the lines of the first after three or more lanes are constructed, but cross rolling shall not exceed more than one half the width of the pavement on crowned sections. t The speed of the roller shall, at all times, be slow to avoid displacement of the hot mixture. Any displacement occurring as a result of reverting the direction of the roller, or from any other reuse, shall be corrected at once by rakes, and fresh mixture. Sufficient rollers shall be furnished to handle the outl7ut of the plant. Rolling shall continuo until all roller marks are eliminated, the surface is of uniform texture and true to grade and cross section, and a density of at least 98% of the laboratori density specified in 401-3.I, is obtained. Field ' density hats shall be made at least twice daily. To prevent adhesion of the mixture to the roller, the wheels shall be kept properly moistened, but excessive water will' not be permitted. In areas not accessible to the roller, the mixture shall be thoroughly compacted with hot hand tampers. ' Any mixture which becomes loose and broken, mixed with dirt, or in any way defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to the surrounding area. This work will be done at the contractor's expense. Skin patching shall not be Allowed. r. JOINTS. (a) General. The mixture a'-, the joints shall comply with the surface ' r0 quixsmon a na present the send uniformity of texture, density, hiaaothntes, etc., as other sections of the course. In the formation of all ' DIV 11 Par. 2'r4 1 AC 150/5370-10 10/24/74 ITEM P-401 BITUMINOUS SURFACE COURSE ' Joints, provision shall be made for proper bond with the adjacent course for the specified depth of the coarbe. Joints shall be forced by cutting back on the previous day's run to expose the full depth of the course; the ' exposed edge shall be given a light coat of asphalt or tar as specifieJ by the engineer. The fresh mixture shall be raked against the joint and thoroughly tamped and rolled. ' (b) Transverar*,. The placing of tte course shall be as continuous as possible. The roller shall pas& over :ha unprotected end cf th'- freshly laid mixture only when discontinuing the laying of the course. (c) Longitudinal. The placing of the course shall be as specified in such a manner that the joint is exposed for the tihortcot period possible. ' The joint shall be placed so that it will not coincide with that in the base, binder, or existing surface course by at least 1 foot. 401-4.12 SHAPING EDGES. While the surfaco is being compacted and finished 1 he contractor shall carefully trim the outside edges of the'pavement to the proper alignment. Edges en formed shall be beveled while still hot with the ' back of a rake or a smoothing iron and thoroughly compacted by tampers or b; other satisfactory methods. ® 401-4.1x3 SURFACE TESTS. 'tests for conformity with the specified crown and ■ grade shall be made by the contractor immediately after initial compression. Any variation shall be corrected by the removal or addition of materials and ' by continuous rolling. The finished surface shall not vary more than 1/4 incL for the surface 1 course when tested with a lb-fuoc straightedge applied parallel with, or at right angles tot the centerline. t After the completion of final rolling, the sroothness of the course shall again be tested; humps or depressions exceeding the specified tolerances or that retain water on the surface shall be immediately corrected by removing the defective work and replacing with new material, as directed by the engineer. This shall be done at the contractor's expense. 1 Page 280 P1V V.. y 1 10/24/74 AC 150/5170-10 t ITEM P-401 SITU41;4)US SURFACE COURSE t 401-4.14 SAMPLING PAVEMENT. Th- contractor shall remove suitable size samples of the completed pavement from locations designates, by the engineer so he may determine the composition, compaction, and dainsity of the pavement. Samples for each day or fraction thereof shall be taken. The contractor shall replace the pavement free of charge. If the pavetma t is 0 deficient in composition, compaction, or thickness, satisfactory correction shall be made. 401-4.15 BITU111NOUS AND AG~IEOATE MATERIAI CONTRACTOR'S RESPOVSIBILITY. Samples of the bituminous and aggregate materials that the contractor ' proposes to use, together with a statement of their source and character, must be submitted and approval must be obtained before use of such matarial begins. The contractor shall require the manufacturer or producer of the bituminouc and aggregate materials to furnish material subject to this and all other pertinent requirements of thn contract. Only thosh materials which have been tested and approved for the intended use shall be acceptable. The engineer or his authorized representative shall have access, at all times, to all parts of tho paving plant for the purpose of inspecting the ' equipment, the conditions and operations of the plant, for the verificati'3n of weights or proportions and character of materials, and to determine the temperatures maintained in the preparation of tha,mixtures. The contractor shall furnish vendor's certified tests for each carlgad or equivalent of bitumen shipped to the project. The report shall be delivered to the engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. All such test reports shall be subject to verification by testing sample materials received for use on the project. Method of Measurement 401-5.1_ The tonnage of surface course containing at least 60% crushsd j aggregate to be paid for shall be the number of tons of bituminous mixture of the gradation specified in the bid scheduwo and used in the accepted work Tha bituminous-treated material shall be weighed after nixing, ind or deduction shall be mado for the weight of bituminoun material in the mixture. r: VIV II Pa z 281 7e AC 150/5370-10 10/24/74 t ITEM P-401 BITUMINOUS SURFACE COURSF 401-5.2 The tonnage of surface course containing at least 90% crushed aggregate to be paid for shall be the number of tons of bitumilleas mixtur ' of the gradation specified in the bid schedula and used ist the accepted work. The bituminous-treated material shall be weighed after mixing, and no deduction shall be made for the weight of bituminous material in the ' mixture. 401-5.3 The quantities as measured in 401-5.1 and 401-5.2 are applicable oar aggregates having bulk specific gravities between 2.55 and 2.75, es determined by AASHO T 84 and T 85. Proportionate corrections shall be made when the aggregates are outside these limits. 4?here the specific gravity :s below 2.55, the corrected quantity for payment shall be the product of the number of tons used multiplied by the ratio of 2.55 to the bulk specific gravity of the job aggregate. Where the specific gravity is above 2.75, the corrected quantity for payment shall be the product of the number of tons used multiplied by the ratio of 2.75 to the bulk specific gravity of Cho job aggregate. 401-5.4 The unit oS measurement for the bituminous material shall be the ga on or the ton, whichever is specified in the bid schedule. The gallonage or tonnage to be paid shall be the number of gallons or tone of bituminous material used as ordered in the accepted work. CAllonage shall be determined by measuring the material sit a temperature of 60• F., or by converting the gallonage measured at other teoperatures to gallonage at 60' F., In accordance with the temperature-volume correction tables for asphalt and tar materials contained in ASTM D-1250 for asphalts and AST1 D-633 for tarn. Basis of Pay~aent ' 401-6.1 Paycwnt shall be made at the respective contract, prices per ton for ituminovi surface course and per gallon or per ton for bituminous material. These pries shall be full compensation for furnishing all materials, and for all preparation, mixing and placing of these materials, and for all laboir, equipmento touls, and incidentals necessary to complete the item. t Page 262 n1v it 10/24/74 AC 150/5370-10 r , ITEM P-401 BITUIINOUS SURFi%,r'E COURSE r Payment will be made under: Item P-401-6.1 Aggregate Bituminous Surface Course - per ton (60% crushed aggregate) Item P-401-6.1 Aggregate Bituminous Surface Course - per ton (90% crushed aggregate) ' Iten . 401-6.1 Bituminous Material - per gallon or tin TESTING AND MATERIAL REQUIREMENTS Test and short title Material and short title AASHO T 96- -Abrasion AASHO H 17--Filler AASHO T 104--Sow dodss AASHO H 20--Asphalt Cement r AASHO T 19--Slag AASHO M 52-Tar AASHO T 69--Liquid Limit AASHO T 90--Plastic Limit r and Plasticity Index AASHO T 101--Swell r AASHO T 182--Stripping ASTH D-1539••-Mirahull ASTH D-633••-Vol. Correction for Tare r ASTH D-1250--Vol. Correction for Asphalts ASTH D-1560--Hve:%m Apparatus ' AASHO T 11 b 27--Crao:,!^n AASHO T 8/i 6 85--Specific Gravity r i ' DIV 71 Page 283 (Fercrve pages 2844 t~irough 302) i 1 :TEM P-603-BITUMINOUS TACK COAT 1 All paragraphs under Item P-603, Bituminous Tack Coat shall apply with the following modificat!onst 1 603-1.2 QUANTITY OF MATERIAL. The tack coat shall be applied at a rate of not more than 0.10 gallons per square yard. i 603-2.1 BITUMINOUS MATERIAL. The bituminous material for tack coat shall be emulsified asphalt SS-1, SS-lH, SS-K or SS-KH. 1 603-4.1 61EASOREM14T. The bituminous tack coat shall be the number of gallons used. 1 603-5.1 PAYMENT. Payment for tack coat shall be per gallon. 1 1 r i 1 r r r ' AC 150/5370-10 10/24/74 ' ITEM P-603 BITUMINOUS TACY COAT Construction Methods 1 603-3.1 WEATHER LIMITATIONS. The tack coat shall be applied only when the existing surface is dry, when the atmospheric temperature is above 60' F., and when the weather is not foggy or rainy. The temperature requirements may be waived, but only when so directed by the engineer. 603-3.2 EQUIPMENT. The equipment used by the contractor shall include a self-powered pressure bituminous material distributor and equipment for heating Lituminous material. ' The distributor shell have pneumatic tires of such width and number that the load produced on the surface shall not exceed 650 pounds per inch of tire width, and it shall be designed, equipped, and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at readily controlled rates from 0.05 to 2.0 gallons per square yard. The.material shall be applied within a pressure range of 25 to 75 pounds per square inch and with an allowable variation from any ' specified rate not to exceed M Distributor equipment *hall include s tachometer, pressure gaugeo, volume-measuring devices, and a thermometer for reading temperatures of tank contents. 603-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying ~a tae coat i e u I.wi t of surface to be treated shall be swept with e power broom to remove all loose dirt and other objectionable material. The application of the bivkminous material shall be made by means of a pressure distributor at the pressure, temperature, and in the amounts directed by the engineer. 1 Following the application, the surface shall be allowed to cure without being disturbed for such period of time as may be necessary to permit drying out wd setting of the tack coat. This period shall be dstex.,_: ' by the engineer. The surface shall then be maintained by the contractor until the next course has been placed. Suitable precautions shall be taken by the contractor to protect the surface against damsge during this interva , including any sand necessary to blot up excess bituminous ' material, Pdgo 368 DIV 11 10/24/74 AC 150/5370-10 ITEM P-603 BITUMINOUS TACK COAT Description ' 603-1,1 This iteu shall consist of supplying and applying bituminous material to a previously prepared, bonded and/or bituminized binder, leveling, or bass course or existing pavement in accordanes with these specifications and to the width shown on the typical cross section on the plans. I 603-1.2 gUANTIV OF MATERIAL. The approximate amount of bituminous material per square yard for the tack coat shall be as provided in the ' Table 1. The exact amount shall be as ordered by the engineer. Table L-Quantity of Material Material Amount Bituminous material including vehicle 6.06 to 0.20 gallon per square yard , )r solvent Materials ' 603-2.1 BITUMINOUS MATERIAL, The types, grades, controlling specifications, and application temperatures for the bituminous materials ' follow. The engineer shall designate the specific material to be used. ' Type and grade specification Application temperature Cutback asphalt RC-YO AASHO M 81 120•--1604 F. Emulsified asphalt 88-1 SS-1h, $S-K, Fed. Spec. 760-1300 F, $$~H SS-A-674 Tar RTC13-6, RTCB-6 A.ASHO M 62 60°---1200 F. b1V 11 Page 367 10/24/74 AC 150/5370-10 ITEM P-603 BITUMINOUS TACK COAT 603-3.4 BITUMINOUS MATERIAL CONTRACTORS RESPONSIBILITY. Samples of the bituminous material that the contractor proposes to use, together with a statement as to its snurce and character, must be submitted and approved before use of such material begins, The contractor shall require the manufacturer or producer of the bituminous material to furnish material ' subject to this and all other pertinent requirements of the ecntract. Only satisfactory -oaterials so demorictrated by service tests, shall be acceptable. The contractor shall furnish vendor's certified test reports for each carload, or equivalent, of bituminous material shipped to the project. The report shall be delivered to the engineer before permission is granted for use of the material. The fuiniching of the vendor's certified teat report for the bituminous material ehal.i not be interpreted as a basis for final acceptance. All such test reports shall be subject to verification by testing samples of material recrived for use on the project. 603-3.5 _ MIGHT'. AND WEIGH BIIL3, Before the final estimate is allowed, the contractor shall file with the inginogr,receipted bills when railroad shipments are made, and certifivd, weigh bills when pateriais ara received in any other manner, ci the bituminous matftiale actually used in the construction coverad `y the contract. the eontraLtor shell not remove bituminous material from the tank car or tit:eage taiik until the initial outage and temperature measurements have been taken by the engineer, nor shall the car or tank be releasad until the final outage has been taken by the engineer. Copies of freight bills and weigh bills shall be furnished to the engineer during the progress of the work. Method of Measutament ' 603-4.1 The bituminous tack coat to be paid for shall be the number of gallons or tons of the material used as ordered for accepted work, corrected to 60' P., in Aaccordance. with the temperature-volume correction tables for asphalt, tar, and asphaltic emulsion materials, contained in ASTM D-1250 and ' ASTM D-633 respectivoly, i DIV it Page 369 1b w 2 c i r AC 150/5370-10 10/24/74 ITEM P-603 BITUMINOUS TACK COAT Basis of Payment 603-5.1 Payment shall be made at the contract unit price per gallon or per ton of bituminous tack coat. This price shall be full compensation for furnishing all materials and for all preparation, delivering, and application of these materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made undart ' Item P-603-5.1 Bituminous Tack Coat - per gallon or per ton. T$STING AND MATERIAL REQUIREMENTS Test and short title Material and short title ASTH D-1250--Vol. Corr. for Asphalts AASHO H 81--Asphalt RC ASTH D-633--Vol. Corr. for Tara AASHO M 52--Tar r !/SS-A-674--Asphalt Emulsion r YFederal Specification r r r r r r r Pogo 170 DIV It r ' ITEM P-620 - RUNWAY AND TAXIWAY PAINTING i i t 620-2.1 RUNWAY AND TAXIWAY PAINTING I, Runway and taxiway painting shall apply with the following modifica- tionss 620-2.1, PAINT, delete paragraph and substitute the followings The paint shall most the requirements of Federal Sleeification TT-P-65 O and the paint shall be used with reflective media. 620-2.2 REFLECTIVE 14EDIA Delete the paragraph and substitute the followings The paint for runway and taxiway painting shall be reflective paint ' and this feature will be provided by the addition of a minimum of 10 pounds of glass spheres per gallon of paint to the surface of the pigmented birder. This reflective media shall conform to Federal Speoification TT-0-1325, Type III. ' 620-4.1 Delete the phrase "or one item complete in place". 620-S,1 Delete the first sentence and substitute the followings Payment shall be made at the contract unit price per square foot for painting. r , t 1 r ' 10/24/74 AC 150/5370-•10 r ' ITEM P-620 RUNWAY AND TAXIWAY PAINTING Description r 620-1.1 This item shall consist of the painting of numbers, markings, and stripes on the surface of runways and taxiways applied in accordance with these specifications and at the locations shown on the plans, or as directed by the engineer. r Materials 20-2.1 PAINT. The paint shall meet the requirements of Fed. Spec. TT-P-85. The paint maybe used with or without reflective media, as specified. i 620-2.1 UVLECTI MBDI . When reflective paint is specified, this feature wav a provi ad y t e addicton of glass spheres to the eurface'of the pigmented binder, The reflective media shall conform to Fed. Spec. TT-6-1325, Type I11. r Conntruction Methods 620-3.1 14WHE R LIMITATIONS. The painting shall be performed only when the ex sting surface is dry and elesn, when the stmasherie temperature is above ' 40' P., and when the weather is not excessively windy, dusty, or foggy. Tho suitability of the weather will, be dotermined by the engineer. 1 F UlQ Pte. All equipment for the work shall be approved by this engi neer aa►d .33a include the apparatus necessaw to properly clean the exis-:4ig surface, a mechanical marking machine, ana such auxiliary hand pain ig equipment as may be necessary to satisfactorily complete the job. The i chanical marker shall be an approved atomising spray type marking machine suitable for application of tvr2fie paint. It shall produce as even and uniform film thickness at the required coverage and oh all be designed so " to apply markings of uniform cross sections and clear-cut edges without running or spattering and within the limits for straightness set forth heroin. When needed, a disperser shall be furnished which is properly designed for attachment to the mechanical marker and suitable for dispensing the required quantity of reflective media. r DIV it Pogo 415 - .,,,~,,.......,.........~l.y.~,..: t AC 150/5370-10 10/24/74 ITEH P-620 RWdAY AND TAXIWAY PAlt;TING Suitable adjustments shall be provided on the sprayer(s) of a single machine or by furnishing additional equipment for painting the width required. 620-3.3 PREPARATION OF EXISTING SURFACE. Immediately before application of N e paint, the M sting surface she l be dry and entirely free from dirt', grease, oil, acids, laitance, or other foreign matter which would reduce tb4 bond between the coat of paint and the pavement. The surface shall be thoroughly cleaned by sweeping and blowing as required to remove all dirt, laitance, ana loose materials. Areas which cannot be satisfactorily cleaned ' ay.brooming anA blowit+g shall be scrubbed as directed with a water solution of trisodium ph%'sphate (10% Na Po by weight) or an approved equal solution. After scrubbing, the solution hall be rinsed off and the surface dried prior to painting. Exieting mar'AiAgs or stripes which are to be abandoned or removed shall be obliterated or obscured by the best methods suited for the purpose and to the oatisfac2lon of the engineer. 620-3.4 LAYOUTS 10 ALIMENT. On those sections of pavements where no previously app led igures, markings, or stripes arq available to serve as a guide, suitable layouts and lines of proposed stripes shall be spotted in advance of the paint application. Control points shall.be spaced at such intervals as will insure accurate location of all markings. The contractor shall provide an experienced technician to supervise the location, clignment, layout, dimensions, and application of the point. Single stripes shall be applied wholly an one aide of the longitudinal pavement joints. Doubin or multiple stripes shall be centered over similar ,joints. 620-3.5 APPLICATION. Hark;ngs shall be applied at the locations and to the d ens oris and spacing indicated on the plans or as specified. Paint shall not be applied until the layouts, indicated alignment, and the condition of the existing ourface have been,opproved by the engineer. The paint shall be mixed in accordance with the manufacturer's instructions 1 before application. The paint ahali bo thoroughly mixed and applied to the surface of the pavement with the marking machine at its original consistency without the addition of thinner. If the paint is applied by brush, the surface shell receive too costa{ the first coat shall be thoroughly dry before the second coat. is sppliEd. Yore 410 DIV II Ac 150/5370-10 ITEM P-620 RUNWAY AND TAXIWAY PAIMING i.'hen reflectorized markings are applied, the reflective media shall be distributed to the surface of the pigmented binder immediately and imbedded at the rate and depth as required to provide adhesion and reflection. A period several weeka shall elapse between application of the bituminous seal coat or the placement of the bituminoua surface course and the marking of the pavement. The paint shall not bleed excessively, curl, t or discolor vhen applied to bituminous surfaces. In the application of straight stripes, any deviation in the edges exceeding 1/2 inch in 50 feet s1441 be obliterated and the marking t corrected. The width of the markings shall be as designated within a tolerance of 5%. All painting shall be performed to the Fatisfaction of the engineer, by compentent and experienced equipment operators, laborers. and artisans in a neat and workmanlike manner. Paint shall be applied uniformly by suitable equipment at a rate of not less than 103 nor more than 115 square feet per gallon. Class spheres shall be applied at the rate of 10 pounds per gallon of paint. High-intensity granules shall be applied at the rate of 1.7 pounds per gallon of paint. The contractor shall fur:Ash a certified report on the quality of materials ordered for the work. This report shall not be interpreted as a basis for final acceptance. The engineer shall be notified upon arrival of shipment for inspecting and sampling of the materials. When required, all emptied containers shall be returned to the paint material storage p made available for tallying by the engineer. The containers shall not be removed from the airport or destroyed without permission. The contractor shall mike an accurate accounting of the paint materials used in the accepted work. 620-3,6 PROTECTION. After application of the paint, all markings shall be protected while the paint is drying. The fresh paint shall be protected from injury or damage of any kind, The contractor shall be directly responsible and shall erect or place suitable warning signs, flags or ' barricades, protective screens, or coverings as required, All surfaces shall be protected from disfiguration by spattCr, splashes, spillage, drippings of paint or othor materials. VIV it Page 1117 z r r AC 150/5370-10 10/24/74 r ITEM P-620 RtNWAY AND TAXIWAY PAINTING r 620-3M~_____.3 _DEFECTIVE WQRXriANSHIP OR WEPIAL. When any material not conforming to the requirements of the specifications or plans has been delivered to tha project or incorporated in the work or any work performed is of inferior quality, such material or work shall be considered defective and shall be corrected as directed by the engineer, st the expense of the contractor. Method of Measurement r 620-4.1 The quantity of runway and taxiway numbering and marking as shown on th pl,:ns to be paid for shall be the number of square feet of painting or one item eourplete in place, all performed In accordance with the specifications and accepted by the enginrar. r Basis of Payment 62 -5.1 Payment shall be made at the contract unit price per square foot or contract lump sumo for painting. This price shall be full compensation for furnishing all materials and for all preparation, layout, and application of the materials, and for all labor, equipment, tools, and ineidantals necessary to complete the item. r Payment wiAl be made underi Item P-670-5,1 Runway and Taxiway Painting - per square foot. r Item P-620-5.1 Runway and Taxiway Painting - lump sum. r TESTING AND MA1F.RIAL REQUIREWNTS Test and short title Meterisl and short title None 1TT-P-65--Paint J TT-B-1325--Reflective leads Y federal Specification r r Pan', 418 Div it f ' SPECIAL SPECIFICATIONS SS-1 SHOULDER GRADING t SS-1.2 DESCRIPTION This item shell consist of borrowing topsoil material from the airport site at a location within three hundred feet of the pavement. edge O and placing such earth material on the 10-foot shoulder adjacent to the overlayed pavement, ' Sy-1.2 CONSTRUCTION The borrowed earth shall be free of Urge rocks and if available ' the source shall contain some bermuda grass to provide future turf on the new shoulder, The shoulder shall be graded o a slope from approximately 1-1/2 inches below finished pavement to zero fill at the bottom of the lights on the runway or at a point 10 feet from the pavement edge on the t taxiway. The material, after being placed shall be rolled sufficiently to provide a smooth surface and the slope shall to away from the pavement. 8S-1.3 FI'BASUU MEN.AND PAVEMENT Shoulder grading shall he measured and paid for at the lump sum price provided in the P oposal and Did schedule. 58-1 - 1 3~ J SPECIAL SPECIFICATIONS SS-2 RU40VE AND DISPOSE OF CONCRETE PAVEMENT t SS-2.1 DESCRIPTION Thia item shall consist of removing existisiC concrete pavement on t%s, runway at locations shown on the plans and disposing of such pavement on the airport site. SS-2.2 CONSTRUCTION in accordance with the construction sequence shown on the plans concrete pavement shall be broken up into piecer no larger than 3 feet across and removed and placed as riprip in drainage cou:aes on the runway site at logy&tions shown. The haul route shall not interfere with aircraft operations when the runway is operational. SS-2.3 MEASU 121EIlT AND PAYMENT Remova and dispose of concrete pavement shall be measured and paid for by the square yard as provided in the Proposal and Bid Schedule. M ss-2 - 1 SPECIAL SPECIFICATIONS SE-3 RUNWAY SUBrRADE PREPARATION SS-3.1 DESCRIPTION This item shall consisc of excavating the runway subgrade to a lower elevation to remove undesirable subgrade material, lime treating the subgrade and compacting the lime treated subgrade to 95% Standar Density in accordance with AASHO T-99. SS-3.2 CONSTRUCTION ' After the concrete pavement is removed from the runway the sub- grade shall be excavated at least two inches lower and lime treated with dry hydrated lime r:Ith an application rate shown on the plane and compacted to 95% Standard Density, AASHO T-99. 'Prior to placing asphaltio concrete the surface of the lime subgrade shall be cured with asphalt emulsion as shown on plans. SS-3.3 MEASUREMENT AND PAYMENT Excavation shall be by the cubin yard measured, Lime Treated Sub- grade shall be paid for by the square yard. Hydrated Lime shall be paid M for by the ton. Emulsion shall be paid for by the gallon. 1 S 65-3 - 1 rei SPECIAL SPECIFICATIONS SS-4 ROUT AND FILL CONCRETE PAVEMENT JOINTS SS-4.1 DESCRIPTION This item shall consist of removing th4) existing material in the expansion joints which are spaced at 105 feet on the runway and 120 feet on the taxiway and the longitudinal construction joints on the runway and taxiway and then the joints shall be filled with asphaltic material. SS-4.2 HERBICIDZ TREATMENT Prior to routing the joints a herbirie such as Pramitol 25E or equal shall be poured into the joints where grass is growing and a suffi- cient timd shall elapse to allow the herbicide to kill the grass and weeds. SS-4.3 ROUT JOINTS Power driven routing equipment shall be used for routing the joints and if necessary the joints shall be blown-out with compressed air prior to filling the joints with asphaltic material. Routing shall be a minimum of two (2) inches deep into the joint. ' SS-4.4 FILLING JOINTS After routing, the joints shall be filled up to the concrete surface with a mixture of asphaltic cement and sand asphaltic material used shall be MC--I and the sand-asphaltic mixture shall be approved by the Engineer prior to construction. ' SS-4.5 MEASUREMENT AND PLACEMENT ' Rout and fill joints shall be measured and paid for a3 provided in the Proposal and Bid Schedule. 1 ' SS-4 - 1 r SPECIAL PROVISION AIR AND MATER YOInMW CONTROL DESCRIPTION: This work shall con3let of control me9sures as shown on the plans or ordered by the engineer during the life of the contrast to control air and water polluflon, through use of berms, dikes, dame, sediment basins, fiber nets, netting, gravel, mulches, grasses, slope drains, and other control devices or methods. The pollAion 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 and preconstruction ' period. MATERIALSt a. Mulches may be luny, straw, fiber mate, netting, wood cellulose, corn or tobacco stalks, bark, corn cobs, wood ehipe, or other suitable materisle acceptable to the engineer and shall be reasonably clean and free of noxious needs aM deleterious materials. b. Slope drains may be constructed of pipe, fiber teats, rubble, Portland Cement Catcrete, bituminous eonerate, plastic sheete, or other material acceptable to the engineer that will adequately control erosion, c. Grass shall be a quick growing species (such as rye grass, Italian rye grass, or cereal grasses) suitable to the area providing a temporary cover which will not later compete with grasses sown 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. Such work may ir,volve the construction of tempon►ry berms, dikes, dame, sediment basins, slope drains, and the use of temporary mulchea,ma►ts, seeding, or other control devices or methods asiteceseary to control water erosion and to apply methods, similar in nllture, to control air pc'luttott as practicable, Cut slopes shall be seeded and mulched as the excavation prmceede to the extent considered desirable and practicable. The contractor wall be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in his accepted schedule. Temporary pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the deslsgi stage; that are needed prior to installation of permanent pollution control features; or that are needed temporarily to control erosion that developes during normal t construction practices, but are not associated with permanent control features on th,3 project. Where erosion is likely to be a problem, clearing and grubbing operations should be so scheduled and performed that grading operations and permanent erosion control features can be followed immediately thereafter if the project conditions permit: otherwise temporary erosion control measures may be required between successive construction stagee. Under no conditions shall the surface area of erodible earth material exposed at one time by clearing and grubbing, exceed 750,000 square feet without approval V tho, engineer. The engineer will limit the area of excavation, borrow and embankment operations in progress commensurate pith the contractor's capability and progress in keeping the finished grading, mulching,'seeding, and other subh 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 justified. 1 Under no coedit=vas shall the amount of surface area. of erodible earth material exposed at one time by excavation, borrov or fill within the right-of-way exceed 750,000 square,feet without prior approval by the engineer. ' The engineer may increase or decrease the amount of surface area of erodible earth materials to be exposed at one time by clearing and grubbing, ' excavation, borrow and fill operations as determined by his analysis of project conditions. The contractor will not be permitted frequent fording of live streams with construction equipment] therefore, temporary bridges or other structurau shall be used whenever an appreciable number of stream crossings ' are necessary. All waterways will be cleared by the t:ontractor as soon as practicable of falsework) piling, debris, or other obstructions placed during construotion operations and not part of the finished work. w ' Water from aggregate washing or other operations containing sediment shall be treated by filtration, a settling basin or other means suff to reduce the sediment content to not more than that of the stresm intoicient ' which it is discharged. Pollutants, Peels, lubricants, bitumen raw sewage and other harmful ' materials, will not be discharged into near rivers, streams, and impoundments or into natural or mruvmade channels leading thereto. Wash water or waste from concrete mixing or coring operations shall not be allowed to enter live streams. Under no conditions shall tires, oils, asphalt, paint, or coated metals be permitted in combustible waste, piles. ' Under no, conditions shall burning be rermitted vithin 1000 feet of a residential or built-up area. Bku%ning will not be permitted unless the prevailing wind is away from a nearby town or built-up area. Burning will not be permitted during a local air inversion or other climatic condition as vould result in a pall of smoke over a nearby town or built-up area. Burning will not be permitted when the danger of brush or forest fires is We known by state, local or Fsderal officials. The size and number 4 fires shall be restricted to avoid %e danger of brush or forest fires, Fires shall have reasonable surveillance and countermeasures shall be available to guard agaim,, such dangers. Control of dust and other air pollutants is the responsibility of the contractor. Like, provisions applicable to dust air borne materials ' as carried by the wind apply equally to the wets: erosion conditions stated. ' Bust collecting and dust precipitating equipment and materials applicable are to be incorporated as needed. Dusting conditions will be controlled through tenporary mulch with or ' without seeding, water application by sprinkler trucks, covering of haul vehicles, stabilizing agents in solution, dust pallativas, peae. tration asphalt on temporary roads, wood chips, pW tic sheeting, but s r t ' sn inly through the scheduling of work and the controls needed to minimite ' exposure to dusting conditions. The engineer may increase or decrease the restrictions during his analysis of the pro.Ject conditions. ' In the event of conflici between these requirements and pollution control laws, rules, or regulations of other Federal or State or local agencies, the more restrictive lave, rules, or regulations shall apply. t MMOD OF MSURF *:NT AND PAVEM 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 ' controls, will be performed as ordered by Use engineer. Where the work to be perforated is not attributed to the contractor's negligence, carelessness or failure to install permanent controls and falls within the specifications 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 ' 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. r ' in case of repeated failures on the part of ~Ie contractor to control erosion, pollution, and/or siltratiou, the :.err reserves the right to employ outside assistance rir t: lee his oan forces to provide ' the necessary corrective measures. Such incurred direct cost plus appropriate engineering and appropriate deduAions made fray the contractor's to the contractor and - ' progress estimate. Temporary pollution control mny include construction work outside the defined work tAres 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. SANITARY FACILITIES: ' The contractor shall provide suitable sanitary facilities for use of his employees and inspection personnel. Such facilities, temporary or permanent, shall meet local sanitary codes, and may not contribute untreated sevsge to any dry or.flow tsig vatercourso. There will be no separate payment for this item.