Loading...
HomeMy WebLinkAboutAirfield Security Improvements Augusta Richmond GA DOCUMENT NAME: AIRy/~Lb S~Cu~ IT'j I'lnpROVG/T'lE9VTS DOCUMENT TYPE: LO r0 ,R.R C T YEAR: ~ooY BOX NUMBER: ;;l.~ FILE NUMBER: J ~ to / <6 NUMBER OF PAGES: ;)DO I I I I I 'I I I I I I I I I I I I I I : l J~~~ /1&1/<6 I \ "'.=- z,-,-.",,-=~-.:.. r:-~ -=;;<: /"-- - - - - -- -_._- ",... . 1"""""'-'" " I I ~ _l_" ,,, . ... ,.._ " I " CONFORMED CONTRACT ;"-'l.'"m IaWK II' DICKSON Engineers. Planners. Surveyors LandscapeArcnitects '\ I j II Ii .1 II IJ 11 II 11 If SPECIFICATIONS AND CONTRACT DOCUMENTS for AIRFIELD SECURITY IMPROVEMENTS and Rl,jNWA Y 5-23 RE-MARKING AUGUSTA-DANIEL FIELD AUGUSTA, GEORGIA SEPTEMBER 2004 I] , I.' J I, I: , 11 I I: I .' .i .J . Ii j - == -, I . WK DICKSON 2120 Powers Ferry Road Suite 100 Atlanta, GA 30339 770-955-5574 Office Locations: North Carolina South Carolina Georgia Florida WKD No. 10351.00.AT I] II IJ ~ ~ ~ I, -J I .I I, , I I J I J I i I J I ,J I .J I ~ I TABLE OF CONTENTS NOTICE TO BIDDERS ...................;......................................................... NTB-1 TO NTB-2 INSTRUCTIONS TO BIDDERS.. ....;..... ........................................ ............ .... ITB-1 TO ITB-3 PROPOSAL ......... ........................ ........ ... ............;.. ....... ................. ...................... P-1 TO P-3 BID FORM.................................................................................... BF-1 TO BF-4 CONTRACT ....... ............................. ,........ ....................................... ..... ... .......... C-1 TO C-3 PERFORMANCE BOND................................................................................ PB-1 TO PB-2 LABOR AND MATERIAL PAYMENT BOND..... ........................ ...... ..LMB-1 TO LMB-2 PROJECT SPECIAL PROViSiONS.............. ...................................... SP-1 TO SP-5 , . SUPPLEMENTARY CONDITIONS..... ........................... ........... 00800-1 TO 00800-22 GENERAL PROVISIONS DEFINITION OF TERMS ......................................... ........................................ 10-1 TO 10-5 PROPOSAL REQUIREMENTS AND CONDITIONS ...................................... 20-1 TO 20-5 AWARD AND EXECUTION OF CONTRACT.................................................. 30-1 TO 30-2 SCOPE OF WORK.......................................................................................... 40-1 TO 40-5 CONTROL OF WORK ..... ........................................ ........................................ 50-1 TO 50-7 CONTROL OF MATERIALS.....;......................... ........... ........................ .......... 60-1 TO 60-6 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC ..........................70-1 TO 70-15 PROSECUTION AND PROGRESS ................................................................ 80-1 TO 80-6 MEASUREMENT AND PAyMENT......................... ......................................... 90-1 TO 90-8 REQUIRED BID AND CONTRACT PROViSiONS...................................... 100-1 TO 100-8 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITH SPECIFICATION LIMITS .... .............................. ............. 110-1 TO 110-9 REQUIRED BID AND CON'fRACT PROVISIONS.................................... 120-1 TO 120-23 TECHNICAL SPECIFICATIONS M-1 01 MOBILIZATION........................... .,................................................................... F-162 CHAIN-LINK FENCES......................... ................... ....:..................... P-620 RUNWAY AND TAXIWAY PAINTING............................................................. 02110 CLEARING AND GRUBBING.................... ............................................... ...... 02210 UNCLASSIFIED EXCAVATION AND GRADING ........................................... 02222 EXCAVATING, BACKFILLING AND COMPACTING...................................... 02231 SUBGRADE ..",....... .......... ................................................................................ 02235 AGGREGATE BASE COURSE ........................... .... ....................... ................. 02270 EROSION AND SEDIMENT CONTROL ......................................................... 02511 BITUMINOUS PAVEMENTS ......................... ................. ........................... ...... 02513 PORTLAND CEMENT CONCRETE PAVEMENT .......................................... 02527 CONCRETE CURB, CURB AND GUTTER, AND GUTTER........................... 02722 DRAINAGE PIPE AND CULVERTS................................................................ 02933 SEEDING AND MULCHING............................................................................ II II I, I ~ ~ ~ II Ij I , I I I I I J I NOTICE TO BIDDERS Sealed proposals will be received by the Augusta-Richmond County General Aviation Commission, at the office of the Augusta-Richmond County Purchasing Director, 530 Greene Street, Room 605, Augusta, GA 30911. up to the date and time specified in the advertisement, and immediately thereafter publicly opened and read for the furnishing of labor. material and equipment for Airfield Security Improvements and Runway 5-23 Re-Marking at the Augusta-Daniel Field Airport. All Contractors are hereby notified that they must have proper licenses under the State law for their trades. General contractors are notified that General Statutes of Georgia will be observed in receiving and awarding general contracts. The Georgia Department of Transportation has agreed to reimburse the Owner for portions of the project costs. The Owner will not accept or consider proposals from any contractor whose name, at the time of opening of bids or award, appears on the current list of ineligible contractors published by the Comptroller General of the United States under Section 5.6 (b) of the Regulations of the Secretary of Labor (29) CFR nor a proposal from any firm. corporation, partnership or proprietorship in which an ineligible contractor has a substantial interest. The Owner will not accept or consider a proposal from any contractor who, at the time of the opening of bids or the award, is removed from the Georgia Department of Transportation's list of prequalified contractors. Each proposal shall be accompanied by a cash deposit or a certified check drawn on a bank or trust company insured by the Federal Deposit Insurance Corporation in an amount equal to not less than 10% of the proposal or a bid bond of 10% of the bid executed by a surety company licensed under the laws of Georgia to execute such bonds. The deposits shall be made payable to the Owner and shall be retained by the Owner as liquidated damages in the event the successful bidder fails to properly execute the contract within ten' (10) days after the award and to give satisfactory surety as required by law. By submitting a bid the contractor certifies that he has under his direct control or at his disposal the men. equipment, and materials required to execute this work as specified. - - Lack of such control or availability of men, equipment and materials shall constitute failure to properly execute the contract Performance and Labor and Material Payment Bonds will be required for 1 00% of the contract price, with a surety or sureties legally authorized to do business in the State of Georgia. . ..J - - ..J A bid may be withdrawn only as provided by the Georgia General Statutes. If a bid is withdrawn within 120 days of the bid opening, the Proposal Guaranty shall be forfeited; provided that, if the request to withdraw is made pursuant to G.S. 143-129.1 not later than 72 hours after the opening of bids and if the withdrawal is allowed, the owner may return the proposal guaranty. NTB-1 . ..J II I I] ~ II IJ II 11 j I) I, , I: I: 1 I i I. I I ,_.I I .J I .I I I j The Owner reserves the right to reject any or all bids and to waive informalities and minor irregularities. . Augusta - Daniel Field 1775 Highland Avenue Augusta, GA 30904 NTB-2 Mr. Buster Boshers Airport Manager 11 j I' j IJ ~J ~ II 11 1 11 J INSTRUCTION TO BIDDERS Proposals to be considered must be in accordance with the following instructions: 1. PROPOSALS Proposals must be made in strict conformity with the "Proposal" provided and these Instructions to Bidders. The Proposal should not be detached from the documents. All blank spaces for bids and alternatives must be properly filled in (written in ink or typed). Lump Sum prices shall be stated in figures. The total price for a bid item shall also be stated in figures. The total amount bid shall be stated both in writing and in figures in the proper place in the proposal form. The complete form shall be without alterations or erasures. 'In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. The bidder shall complete the form of proposal as follows: (A) If the documents are execl.!ted by a sole proprietor, that fact shall be evidenced by the word "Owner" appearing afte'r the name of the person executing them. I' I. I~ I I~ I; Ii Ii I: .e I; I: I (B) If the documents are executed by a partnership, that fact shall be evidenced by the word "Partner" appearing after the name of the partner executing them. (C) If the documents are executed by a corporation, they shall be executed in the name of the corporation by either the President or the Vice President and attested by the Secretary or, Assistant Secretary and its seal shall be impressed on each copy of the documents. (0) All signatt.:lres must, be in ink and properly witnessed. Proposals shall be addre,ssed and delivered to the Augusta - Richmond County General Aviation Commission, enclosed i,n a sealed envelope marked "Proposal" and bearing the title of the work, the name and business address of the bidder, and the bidder's Contractor's License Number. It shall be the responsibility of the bidder to deliver his bid to the proper, official at the appointed time and prior to the announced time for the opening of bids. Later delivery of the bid for any reason shall disqualify the bid. A bidder may withdraw a bid provided that the bidder's request for withdrawal is received by the Owner in writing or by telegram before the time specified for opening bids. Modification of bids will be acceptable only if delivered in writing (including telegram) to the Augusta '- Richmond County General Aviation Commission prior to the time for opening of bids. Should the bidder find discrepancies in or omissions from the drawings or documents, or should he be in doubt as to their meaning, he shall at once notify the Engineer who; when necessary, will send a written instruction to all bidders. Neither the Owner, the Engineer nor their representatives will be responsible for any oral instruction. If plans and specifications are found to disagree after the contract is awarded, the Engineer shall be the judge as to what was intended. . ITB-1 II Ij j 2. PROPOSAL GUARANTY Ii ~ ~ II I, IJ Ii I I I I J I J I I I I I ,) ~ I I I I I I Each bid shall be accompanied by a cash deposit, or a certified check drawn on a bank or trust compa~y insured by the Federal Deposit Insurance Corporation, or a bid bond in an amount equal to not less than ten percent (10%) of the bid, said deposit to be retained by the Owner as liquidated damages should the successful bidder fail to properly execute the contract within ten (10) days after the award and to give satisfactory surety as required by law. 3. ADDENDA Any addenda to the contract documents issued during the time of bidding will be considered a part of the contract documents and will become a part of the contract. Receipt of addenda shall be acknowledged by the bidder on the proposal form. 4. AWARD OF CONTRACT The award of the contract will be made to the lowest responsive and responsible bidder as soon as practicable. The Owner reserves the right to reject any or all bids and to waive informalities and minor irregularities. The Owner may require the apparent low bidder to qualify himself to bea responsible bidder by fumishing financial statements, experience in completion of similar projects, the names of holders of trade licenses and similar information. The Federal Aviation Administration has agreed to reimburse the Owner for portions of the project costs. The Owner will not accept or consider proposals from any contractor whose name, at the time of opening of bids or award, appears on the current list of ineligible contractors published' by the Comptroller General of the United States under Section 5.6 (b) of the Regulations of the Secretary of Labor (29 CFR Part 5) nor a proposal from any firm, corporation, partnership or proprietorship in which an ineligible contractor ha~ a substantial interest. 5. CANCELLATION OF AWARD The Owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and approved by the Owner. 6. PERFORMANCE AND LABOR AND MATERIALS PAYMENT BONDS The Contractor shall furnish surety bonds in 'the form indicated in the contract documents executed bya surety company authorized to do business in Georgia. Each such bond shall be in an amount equal to one hundred percent (100%) of the contract price. A separate security shall be provided each for the faithful performance of the contract and for the payment of all persons performing labor and furnishing materials in connection therewith. ITS-2 IJ II 11 J ~ __1 I] I] I] II J I: I, J 11 I I] 11 j 7. BIDS TO BE RETAINED No bid shall be withdrawn within 120 days after the scheduled closing time for the receipt of bids pending the execution. of a contract by the successful bidder. Should the successful bidder default and not execute a contract, the contract may be offered to the next lowest and responsible bidder. II ._J ~l II , I: -, I -, ITB-3 I] II I I] 11 J ~] I) 11 I} I, Ii I I: I 11 I: , I: 11 . I PROPOSAL Date: SUBMITTED TO: Mr. Buster Boshears, Airport Manager Augusta - Daniel Field 1775 Highland Avenue Augusta, Georgia 30904 SUBMITTED BY: The undersigned, as bidder hereby declares that the only person or persons interested in this proposal as principal or principals is or are named herein and that no person other than those herein mentioned, has any interest in the proposal or in the contract to be entered into; that this proposal is made without connection with any other person, company or parties making a bid or proposal; and that it is in all respects fair and in good faith without collusion or fraud. The bidder further declares that he has examined the site of the work and informed himself fully in regard to all conditions pertaining to the place where the work is to be done, that he has examined the specifications for the work and contract documents relative thereto, and has read. all special provisions furnished prior to the opening of bids; that he has satisfied himself relative to the work performed. In case of conflict between words and figures, the words will govern. The bidder proposes and agrees that if this proposal is accepted, to contract with the Augusta-Richmond County General Aviation Commission in the form of contract specified, to. furnish all necessary transportation and labor necessary to perform all construction in full and complete agreement with the plans and specifications and contract documents to the full and entire satisfaction of Augusta-Richmond County General Aviation Commission as computed from .the schedule of unit prices hereinafter shown. The quantities of work shown by unit prices are approximations only and the contract price will be based on the actual quantities included in the work. The bidder agrees no to withdraw his bid. within 120 days after the scheduled closing time for receipt of bids. A Bidder snail be considered disqualified for any of the following reasons, among others: I] I; I; J (a) Submitting more than one proposal from the same partnership, firm or corporation under the same or different name. (b) Evidence of collljsion among bidders. Bidders participating in such i collusion shall be disqualified as bidders for any future work of the Owner '. until any such participating bidder has been reinstated by the Owner as a Qualified bidder. Ii P-1 I) I] II 'J ~] II II I) I] 11 II The Owner reserves that right to reject any or all bids or sections thereof or to accept such bids or sections thereof, as it appears in its judgment to be in the best interest of the Authority. Bidders are hereby notified that all bids may be rejected if the lowest responsible bid(s) received exceeds the Engineer's estimate by more than 7% and it is determined that an award of th~ contract would cause excessive inflationary 'impact. Nothing in this paragraph shall limit in any manner the Owner's right to reject any and all bids if it appears in its judgment,to be its best interest to do so. The bidder agrees, if awarded the contract to commence work on the commencement date stated in the Notice to Proceed or within ten (10) days after such specified commencement date. . The bidder further agrees that In the case of failure on his part to execute said contract and the bonds required within ten (10) consecutive calendar days after written notice is given of the pward of the contract, the check, cash, or bid bond accompanying this bid shall be paid into the ,hands of the Owner, as liquidated damages for such failure; otherwise, the check, cash, or bid bond accompanying this proposal shall be returned to the undersigned. 'I CERTIFICATION The undersigned hereby certifies to the Augusta-Richmond County General Aviation Commission: I: 1. The undersigned has not been debarred from construction contract pursuant to Executive Order 11246 of 24 September 1965; and further certifies that the undersigned has assisted construction contracts pursuant to the said Executive Order. Ii I I: This project and all work performed thereunder are subject to the Clean Air Act and Federal Water Pollution Control Act accordingly. 2. The undersigned hereby certifies that any facility to be utilized in the performance of the work under this contract is not listed on the EPA List of Violating Facilities. -:-..J 3. The undersigned certifies that, in the performance of the work under this contract, it will 'comply with all requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations issued thereunder. 4. The undersigned certifies that it will notify the Augusta-Richmond County General Aviation Commission of the receipt of any communication from the EPA indicating that a facility to be utilized for the performance of work under this contract is under consideration-to be listed on the EPA List of Violating Facilities. -j P-2 11 ~l I] I] ~ ~I II . IJ 11 I I I: a 11 ;j I; I I - J I, I - L.' I ,. .\ I \ I j I 5. The undersigned certifies that it will include, or cause to be included, in any subcontract with respect to this project which exceeds $100,000.00, the criteria and re,quirements in these paragraphs. DEBARMENT. SUSPENSION. INELIGIBILITY, AND VOLUNTARY EXCLUSION The bidder certifies, by submission of this proposal Or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal depC"irtment or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this proposal. P-3 I tt!\ \ _ \ Q\ (} : .1 Item # & Description & Unit Price in Quantity Unit Unit Price Extended Total Spec. Words 8. 6' Pedestrian Swing Gate, 2 EA '$ ''is \ .00 of, ~z. ,cc:> / I F-162 Installed @ (write in words) FOI.>...I-lIJ~l"'6..1 F :.f+y D.....E.... I unl\/1..r.c; ..,y AJ(") I'.~+~ 9. Excavating, Backfilling & 30 CY $. l./z..o '5 $ 1,2.-t- I, So / I 02222 Compacting @ (write in words) Fnr-hy ,.. ..>t~ "D..I'~ s d0- I F~"e. ~+s.... 10. .- Aggregate Base Course 45 CY $> ~"i. &0 .. 2., CJ I~ .00 / I 02235 @ (write in words) c:.ljL~y Four-1:1nll4rS +- I F;.: 1A.+y (!..p~+ 0::.. 11. Subgrade 30 CY * 42. .05- $. I, z.c.. J . 50 / I 02231 @ (writei~ words) ~ b r4....1 T',..j,.., 1) .t.L.1I4.or.s. + I F,'vofiL. Q.e.r..+~ 12. Clearing and Grubbing' 1.5 AC -'$ "fJu=o.ao $ ~,~DQ. 00 / I 02110 @ (write in words) FDur -rMU~ ~:x. J..J.LJ~...J I "n?1\4.r'.c:.. -.t-' AJO ~~ 13. Bituminou's Concrete Base 28 TN $ I~S,Oo .$ ~/~~O,~O / I 02511 Course @ (write in words) ()uo_ J.t u^-,,-.J )J,'A!4y J::' :vP, I 1.X-J 1.t.orS r Ai h (OJ e.-...-+s. I 14. Bituminous Concrete Binder 19 TN $. I 'Hi ~DO $. "3,7D5..00 / 02511 Course, Type B @ (write in words) I 011..:(>, H.w..~,..-B.cI.;j;^jJA'I r:::voe. Uull..vs 4- Ai,., l!..e-..~S I 15. Bituminous Concrete 14 TN i:> Zoo. 00 $ ?,"ZOo.OC> / 02511 Surface Course, Type E I @ (write in words) Tw n '.LiArl....eJ 'D/J/JiLr-S I d--' ND r. p.-..+s. BF-2 I ~QI\~S I Item # &. Description & Unit Price in Quantity Unit Unit Price Extended Total Spec. Words 16. Tack Coat 32 GAL $. 10.00 $ 3z.o.00 / I 02511 @ (write in words) i"'~ J.h\\~J-J\1n ~~-rs. 1 17. Portland Cement Concrete 8 CY $ LlO:!..OO to 3~ 2..2..L{. 0 <::l / 02513 Pavement - Access Road I Valley Gutter @ (write in words) ~"""'",.7....l,..e..dTJ...r.ee boll~Lt':s ' I ~ A.ln r.P.......+,S I 18. Concrete Curb, Curb and 40 LF -$ 2.\ .10 ~ 2>Li'"\ .DC> / 02527 Gutter, arid Gutter, Installed . @ (write in words) I Ii )__~yn^-..p. uol\tirs. .J.. T~ l'.........,A.c:.. I 19. Drainage Pipe and Culverts 54 LF $ n...~~ $ 3...~~2>.G:>o I 02722 @ (write in words) s:;.P-1I-'J..y T...::>o 'hnl\A-rc::. I , .r IJ n ('.....---. -t~ 20. Remove Existing Fence 6340 LF .4;- 3,'1$ $ 2.\) $?3.C>~ / I F-162 @ (write in words) -TL. ...~.p_ 'T)~ 116.r s+ I F ()...+y t:' " " e.. l!....... '* .s.. 21. Seeding and Mulching' 1.5 AC -$ I, '3.32-.00 '$ I, ~~5.00 / 02933 @ (write in words) .1 ~_ -rJ..L,L.'<~ -rJ.....Wle-J.J.u,.,A,..&4 , ' I T'J...: +r ,. ~ ('),..j l..r.c; ~ JJa t "....d::....c" 22. Erosion and Sediment LS ~ S..c.. 12.. .co $. 5~(... \'2-. c> C> / 02270 Control I @ (write'in words) r;:..v~ -r~\Js~ s:J. I Hu~,..s.J 1...,-elU'P TM'~ J.NO~ 23. Maintenance and Protection 1 LS $ 1L-I)0'3S ,DO $ 1'"\~03S.00 / I of Traffic @ (write in words) R>u~~ T~US-dTJ...'..-h; I Fjve..;;I'I"I1IU"'S..~ JJD c.~~ I BF-3 I, I I I I I I I I I I I I I I I I I I .. -..' TOTAL BASE BID 5:> 1~5':.J 2.1..2:.,9o /, D,..e.-~MreJ. ~,'I\.~ ~~..L+T/.-ou~ t;.,' 9A.{. H,v",J rsJ Contract Time: 90 Calendar Days T 1oJ~-\-'1 ~:,)....+ ~- ,go ';Do l\6-r5 Liquidated Damages: $500.00/Calendar Day Respectfully Submitted "'JZ..I=AAI.....s" (l~-r2.A~-rIJ.l Go, ~~. Contractor Date 3"l'uuJ~ I~~ '? M S 7;l.."l:.5A+l)/hi1'. i2.d') E,p.RJI.kIc; I~ s~.?,~i!!."2 Address C7^1 ~,,~. By , P ~~~..--'- Title Current GA Contractors L,icense No. 2.~O?D A"OD e:J...11:)L)M,S : '#- 1 "Do.-*e..J "12.4/04 I . '#Z-, -pe.A-~.J IIJv-4le%1 , -#=3, ~~ 17../22-/0'1 1-,~, 0$ Date BF-4 @ I(adl>t I ~, I I I I I I I I I I I I I I I I I I ~ CONTRACT THIS CONTRACT, made and entered into this day of , 20_, by and between Augusta - Richmond County General Aviation Commission, hereinafter called the Owner and Beam's Contractinq, Inc. ,hereinafter called the Contractor. WITNESSETH: That the Contractor, for the consideration hereinafter fully set out, and the Owner, for the construction of work performed, agree that: 1. Scope of Work: The Contractor shall furnish and deliver all the materials and perform all the work in the manner and form as provided in the following enumerated plans, specifications and contract documents which are attached hereto and made a part thereof as if fully contained herein: SPECIFICATIONS AND CONTRACT DOCUMENTS: (a) Notice to Bidders (b) Instructions to Bidders (c) Proposal (as Accepted) (d) Bid Form (e) Contract (f) Performance Bond and Labor and Materials Payment Bond (g) General: Provisions (h) Technical Specifications 2. The Contractor shall commence the work to be performed under this contract not later than the date set by the Engineer in written notice to proceed, said date to be not less than ten (10) days after issuance of notice. 3. The Owner .hereby agrees to pay to the Contractor for the faithful performance of this contract, subject to additions and deductions as provided in the specifications or proposal, in lawful money of the United States, such unit/or lump sum prices as are set forth in the accepted Proposal for quantities of each item actually accomplished. The Contractor shall repair or replace all defective work promptly and at no cost, charge or expense to the Owner. Th'e warranty and guaranty, as provided for in this paragraph, are in addition to and not in limitation of ~ny other bond, warranty or guaranty provided to the Owner by the Contractor 'or by a manufacturer, supplier or otherwise, or any other cause of action, right or remedy. 4. The Owner shall make partial payments to the Contractor on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by the Contractor, less the specified retainage. All work must be performed strictly in accordance with this Contract and all work is subjecfto acceptance by the Owner. I :, C-1 I I I I I I I I I I I I I I I I I I .1 5. Upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls, materials, bills apd other cost, incurred by the Contractor in connection with the construction of the work have been paid in full, final payment on account of this Contract shall be made within thirty (30) days after the completion by the Contractor of all work covered by this Contract and the acceptance of such work by the Owner. 6. If at any time after the execution of this Contract and the bonds hereto attached; the Owner shall deem the surety or sureties upon such bond or bonds to be unsatisfactory, or if for any reason any such bond ceases to be adequate to cover the performance of the work or the payment for labor or materials, the Contractor shall, at his expense and within five (5) days after the receipt of notice from the Owner to do so, furnish an additional bond or bonds in such form and amount and with such surety or sureties as shall be satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed to be due under this Contract until such new or additional bonds shall have been furnished in a manner and form satisfactory to the Owner. 7. In respect to each phase of the work and for one (1) year from and after the date on which such phase is acc~pted for use by the Owner, or for such longer period as may be provided for in any written warranty or guaranty, the Contractor warrants and guarantees the work (including but not limited to all labor and materials in respect thereto); and the Contractor shall repair or" replace all defective work promptly and at no cost, charge or expense to the Owner. The warranty and guaranty, as provided for in this paragraph, are in addition to and not in limitation of any other bond, warranty or guaranty provided to the Owner by the Contractor or by a manufacturer, supplier or otherwise, or any other cause of action, right or remedy. 8. The Owner may in its sole discretion suspend this Contract for ninety (90) days or terminate this" Contract at any time, whereupon the Contractor shall be paid only for the work actually performed,. the materials actually delivered to the job site, and the materials specifically ordered by the Contractor for this project if such specifically ordered materials cannot be returned to the manufacturer or supplier by the Contractor at no cost or expense to the Contractor. (It is understood, however, that the Contractor shall return all specifically ordered materials if the Owner agrees in writing to reimburse the Contractor for all of the latter's costs and expenses incurred in so returning the materials.) The Contractor shall not be entitled to recover any anticipated profits. This paragraph applies only to those situations where the Owner suspends or terminates this Contract for reasons other. than the Contractor's performance or breach of or default under this Contract. 9. This Contract is made and entered into in Richmo~d County, Georgia, and Georgia law shall gov~rn and apply to this Contract. In the event of a dispute or disputes between the parties hereto, and' in the. event litigation is instituted, such litigation shall be commenced only in a state superior or district court in Richmond County, Georgia, and each party hereby waives any right or claim for a change of venue from Richmond County, Georgia. C-2 " .. i-I .- Cit6\T ANERlC~ INSURANCE COMA\NV Bond No. 4583298 ., .. OHIO CAUTION: You ~hould use an briginal AlA document which has this caution printed in red. An original assures that changes will not be obscured as may occur when documents are reproduced. PERFORMANCE BOND The American Institute of Architects. ALA Document No. A311 (February, 1970 Edition) KNOW f'LL MEN BY THESE PRE.5ENTS: that (Here insert fuil name and address or legal title of Contractor) Beam s Contracting, Inc.. .. 2335 Atomic Road, 'Beech Islahd, So~th Carolina 29842 . . as Principal, hereinafter called Contractor, and,,(Here insert full name and address or legal title of Surety) GREAT AMERICAN INSURANCE COMPANY 580 Walnut Street, Cincinnati, Ohio 45202 as Surety, hereinafter called Surety, are held and firmly bound unto (Here insert full name and address or legal title of Owner) Augusta-Richmond County General Aviation Commission 1775 Highland Avenue, Augusta, Georgia 30904 as Obligee, hereinafter called Owner, in the amount of One Hundred Ninety. Eight Thousand Eight Hundred Twenty. Eight & 90/ lQ~lars ($198,828.90 ), for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated 19 ,entered into a contract with Owner for Airfield Security Improvements and Runway 5-23 Re-Marking Augusta-Daniel Field in accordance yvith Drawings and S(!.E!cifications prepared by (Here insert full name and address or legal title of Architect) W.K. DiCKSOn & Co., inc. . 2120 Powers Ferry Road, Suite 100, Atlanta, Georgia 30339 which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully. perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. . Whenever Contractor shall be', and declared by Owner to be in default under the Contract, the Owner heving performed Owner's obligations thereunder, the Surety may promptly remedy the default. or shall promptly 1) Complete the Contract in !Iccordance with.its terms and conditions, or 21 Obtain a bid or bid. for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for Signed and sealed this day of (Witness) J4~ ~ p~ (Witness) 5B 5715b Performance Bond. This bond Is Issued simultaneously with Labor and Material Bond F.9635 - (3/82). Revised to February, 1970 F.9633F (11/92) a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any.', person or corporation other than the Owner named herein or the 'heirs"- ';0 executors, administrators or successors of the Owner. '..?;.\ -, ?,. ~... ~ ~ "& ~ - J.9! ,..... ~~ - ~ -~~ ~J ~ ~ _01" L~~ ~~r' $ . ;.', ~,' ".0/ .')o~ ~ ; /~(seal) '":# . ~ "..."t"-J<~(~ o~=:v(l,).3 C~;~t:ng. Inc. (Principal) ~.eJ- (Title) GREAT AMERICAN INSURANCE COMPANY { d ^ ,~" ~~~~~~ ,,;,;.) ~ PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND ssued for - - Nature of Work_ Date of Contract Date of Bond .... f.'; I ..... ,'Sl(~ 'j "" .......'-,' ..'~~ ;: -. . =- ..' ( :. : .'/ - . . ~ ~ I Bond No. 4583298 Cit6\T AlVERlC~ INSURANCE CDMA\NY OHIO CAUTION: You should use an original AlA document which has this caution printed in red. An original assures that changes will not be obscured as may occur when documents are reproduced. LABOR AND MATERIAL PAYMENT BOND The American Institute of Architects: AlA Document No, A311 (February, 1970 Edition) THIS BOND IS ISSUED SIMULTANEOUSLY WITH PERFORMIoJijCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITH FULL PERFORMANCE OF THE CONTRACT KNOW ~L MEN BY THESE PRESE NTS: that (Here insert full 'name and address or legal title of Contractor) Beam s Contracting, Inc.., as ~~ ~c7pa~ ht?rm~alte~&ff?d'Pr~~~JT,~nJ, ~~fJl~lert5PuW ~Jlne ~M' ~hIJsaor fe~ ~i~e of Surety) GREAT AMERICAN INSURANCE COMPANY 580 Walnut Building, Cincinnati, Ohio 45202 as Surety, hereinafter called Surety, are held and firmly bound unto (Here insert full name and address or legal title of Owner). Augusta-Richmond County GeneraL Aviation Commission 1775 Highland Avenue. Kugusta, Georgia 30904 as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of One Hundred Nine ty Eight Thousand Eight Hundred Twenty Eight & 90/100~--------------- Dollars ($ 198,828.90 (here Insert a sum equal to at least one-half of the contract price) t, for the payment whereof Principal and Surety bind themselves, their heirs. executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated 19, entered into a contract with Owner for Airfield Security Improvements and Runway 5-23 Re-Marking, Augusta-Daniel Field in accordance with Drawings and Specifications prepared by (Here insert full name and address or legal title of Architect} W.K. Dickson & Co., Inc. 2120 Powers Ferry Road, Suite 100, Atlanta, Georgia 30339 which contract is by reference. made a part hereof, and is hereinafter referred to as the Contract. NOW. THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to . the following'conditions: 1, A claimant is defined as one having a direct contract with the Principal or with a Subcontractor of the Principal for labor, material, or both. used or reasonably required for use in the performance of the Contract. labor and material being construed to include that part of water. gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. 2. The above named Principal and Surety hereby jointly and severally agree with the Owner that every ,claimant as herein defined. who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any claimant: a) Unless claimant, other than one having a direct contract with the Principal, shall have given writte'"! notice to any two of the following: the Principal. the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or Signed and sealed this (Witness) ~R~~ p~ (Witness) 5B 5715B Labor and Material Payment Bond. This bond is Issued simUltaneously with Pen,,:mance~Bond F.9633E - (3/82). Revised to February, 1970 F.9635A (11/92) furnished the last of the materials for which said claim is made, stating. with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed 'to the Principal, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. bl After the expiration of one (1) year following the date on which Principal ceased Work on said Contract, it being understood, however that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Court for the district in which the Project, or any part thereof, is situated, and not elsewhere . 4. The amount of this bond shall be reduced-by and to the extent of any payment or payments made in good faith hereunder,. inclLJsive of the payment by Surety of mechanics' liens which maybe filed of -re'cord against said improvement, whether or not claim for the amount of such \. lien be presented under and against this bond. .. . .~> "?n :. " f'c;' ~ ~ ~ S:= ::~ u;~' --:~...-' .:s day of ~. ~19 .~.: .:: ~ .' ~F ~. \';, . ~". ",.. -.J.Fl't>. $ l Beam · s Contr ae ting. Ine .-, ~V "'J.# '~ (prlnCIPa~ ' , ~ .. . J~eJlI) BY~ ___ L~'~Jc<P",}) (Title) ~ ----- - -1 . .. "'~ GREA~EmCA.N: INSURANCE COMPAIIIES - - TERRORISM COVERAGE IUDER NOTICE-DISCLOSURE OF TERRORISM COVERAGE AND PREMIUM The Terrorism Risk Insurance Act of2002 establishes a program within the Department of the Treasury, under which the federal government shares, with the insurance industry, the risk of loss from funite terrorist attacks. The Act applies when the Secretary of the Treasury certifies that an event meets the definition of an Act of Terrorism. The Act provides that, to be certified, an Act of Terrorism must cause losses of at least five million dollars and must have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest to coerce the government or population of the United States. To be attacl1ed to and foJ.Ul part 9fBond No. 4583298 , effective 2-23-05 In accordance with the Terrorism Risk Insurance Act of2002, we are providing this disclosure notice for bonds on which Great American Insurance Company, its affiliates (including, but not limited to Great American Alliance Insurance Company, Great American Insurance Company of New York and Great American Assurance Insurance Company) is the surety.' The United States Government, Department ofthe Treasury, will pay a share of terrorism losses insured under the terms of the Act. The federal share equals 90% of that portion of the amount of such insured losses that exceeds the applicable insurer retention. This Coverage Part/Policy covers certain losses caused by terrorism. In accordance with the Federal ;Terrorism,Ri1?k Insurance Act of2002, we are required to provide you with a notice disclosing the portion of your premium, if any"attributahle to the coverage arising from losses for Terrorist Acts Certified under that Act. The portion of your annual premium that is attributable to coverage for Terrorist Acts Certified under the Act is,: $:00. -B. " , i' I e e tt GREAT AMERICAN INSURANCE COMPANY@ Administrative Office: 580 WALNUT STREET. CINCINNATI, OHIO 45202 . 513-369-5000 . FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than THREE No. 017456 POWER OF ATTORNEY KNOW ALL I\'lEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY. a corporation organized and existing under and by virtue of the laws of the State of Ohio. does hereby nominate. constitute and appoint the person or persons named below its true and lawful attorney- in-fact. for it and in its name. place and stead to execute in behalf of the said Company. as surety. any and all bonds. undertakings and contracts of suretyship. or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond. undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Columbia. South Carolina Columbia. South Carolina Macon. Georgia Limit of Power all unlimited Barbara H. Register Herbert L. DeCuers John R. Walker This Power of Attorney revokes all previous powers issued in behaLf of the attorney(sl-in-fact named above. IN WITNESS WHEREOF the GREAT AIvlERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropliate officers and its corporate seal hereunto affixed this 10th day of June 2002 Attest GREAT AIVlERICAN INSURANCE COMPANY :- " ....... :' ~ . .- "'" ~ . I ~ '. I . I'" STATE OF OHIO. COUNTY OF HAMrLTON - ss: DOUGLAS R. BOWEN (S13-369-3S1') On this 10th day of June. 2002 . before me personally appeared DOUGLAS R. BOWEN. to me known. being duly sworn, deposes and says that he resides in Cincinnati. Ohio. that he is the Divisional Senior Vice President of the Bond Division of Great American Insurance Company. the Company described in and which executed the above instl1lmem; that he knows the seal of the said Company; that the seal affixed to the said insuument is such corpomte seal; that it was so afflxedby authority of his office under the By-Laws of said Company. and that he signed his name thereto by like authority. -;. J\ I k. ., , - ,""- . ~,..t '01,',1' ~ ~ .' ,:.;" i ~ '.', I ' /" I.'"C' ,; : c, e'l. \.. ll1is Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March I. 1993. RESOLVED: That the Division Presidelll. the several Division Vice Presidents and Assistant \1ce Presidet1ls. or anyone of them. be and hereby is alllhorized. ftvm time to time, to appoilll vne or more Altol7leys-in-Fact to exccute on behalf of the COlI/pcIlIY. as surety. any GIld all bonds. undertakings ami colllmcts of suretyship. or other written obligations in the nalllre thereof; 10 prescribe their respectil'e duties and the respeetil'e limitr of their alllhority: and 10 rel'oke any such appoillfmellf at any time. RESOLVED FURTHER: That the <;ompany seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secrettll)' of the Compcuty may be affixed by facsimile to allY power of attomey or certificate of either given for the execlllion of any bond. undel1aking, contract or suretyship. or other written obligation ill the nature thereof. such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the COII/pany, to be valid and binding UpO/l the Company with the same force and effect as though manually affixed. CERTIFICATION 1. RONALD C. HAYES. Assistant Secretary of Great American Insurance Company. do hereby certify that the foregoing Power of Attol11ey and the Resolutions of the Board of Directors of March L .1993 have not heen re.voked and arc now in full force and effect. Signed and sealed this day of , ~ r I ~ I -1 .' , - -"'~ .:~---- -~-:.:- S 1029T (11/01) ',r .,.(,.,. ,,'1\ A CORD", CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDIYYYY) 02-23-05 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Davis-Garvin Agency, Inc.' ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE PO Box 21627 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Columbia, SC 29221-1627 800845-3163 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Capital City Insurance Company 30589 Beam's Contracting, Inc INSURER B: Hartford Insurance Company 2335 Atomic Road INSURER C: Beech Island,SC 29842 INSURER D: INSURER E: Client#: 4703 BEAMSCON COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSR TYPE OF INSURANCE POLICY NUMBER PJ>'}':~~~~~8~E Pg~fll;o1~k,~>>~N LIMITS A GENERAL LIABILITY 08CLOO0845 04/01/04 04/01/05 EACH OCCURRENCE 51 000 000 - DAMAGE TO RENTED X. COMMERCIAL GENERAl LIABILITY 5100000 - =:J CLAIMS MADE '~ OCCUR MED EXP (Anyone person) $5 000 X PO Ded:1,000 ' PERSONAL & ADV INJURY 51,000000 GENERAL AGGREGATE $2,000 000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS. COMP/OP AGG $2,000 000 n nPRD--n POLICY JECT LOC . A AUTOMOBILE LIABILITY 08CA00846 04/01/04 04/01/05 COMBINED SINGLE LIMIT f-- .1,000,000 ~ ANY AUTO [Ea accident) :-- ALL OWNED AUTOS, BODIL Y INJURY (Per person) $ - SCHEDULED AUTOS ~ ~ HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per eccidenl) - - PROPERTY DAMAGE $ (Per accident) ~GE LIABILITY AUTO ONL Y . EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONL Y: AGG $ A ~ESSlUMBRELLA LIABILITY 08CUL005351. 04/01/04 04/01/05 EACH OCCURRENCE $5 000 000 X OCCUR 0 CLAIMS MADE AGGREGATE $5 000 000 $ ;:1 DEDUCTIBLE $ X RETENTION 5 10000 $ A WORKERS COMPENSATION AND 08WCOOO540 04/01/04 04/01/05 X I T~~.JT{:J,~" I IOJ~- EMPLOYERS' LIABILITY I- ANY PROPRIETORIPARTNERlEXECUTIVE E,L. EACH ACCIDENT $500 000 OFFICER/MEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $500,000 ~~EM.L~~v~~~s below EL DISEASE - POLICY LIMIT $500 000 B OTHER Leased or 22MSBE1528 04/01/04 04/01/05 $200,000 limit Rented Equipment $5,000 Deductible . DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Re: Airfield Security Improvements and Runway 5-23 Re-Marklng, Augusta~ Daniel Field , CERTIFICATE HOLDER CANCELLATION Augusta-Richmond Coun~ General Aviation Commission 1775 Highland Avenue Augusta, GA 30904 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL ---3D- DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR ACORD 25 (2001108) 1 of 2 #S133602nM117725 BHR @ ACORD CORPORATION 1988 ;;. IMPORTANT If the ce'1ificate holder is an ADDITIONAL INSURED, the policy(ies) must-be endorsed. A statement on this certificate does not confer .rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The CertifiCate of Insurance on the reverse side of this fomi does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. i 'I ACORD 25-5 (2001/08) 2 of 2 #S133602JM117725 I c ,., I I I I I I I I I I I I I I I I I I ,. 10. The parties hereto acknowledge, represent, state and warrant that they have signed and executed ~his Contract under seal, that they have adopted their respective seals as affixed to this Contract, and that they are executing this Contract with the intent that it shall be a seCiled instrument. 11. Regardle~s of which party hereto is responsible for the preparation and drafting of this Contract, it shall not be const:rued more strictly against either party. 12. Whenever the context permits, words herein in any gender shall include the masculine, feminine and neuter. 13. This Contract may not be' assigned by the Contractor unless the Owner has consented in writing to the assignment. IN WITNESS WHEREOF, the Owner and Contractor hereto have executed this contract under seal on the date first abqve written in six counterparts, each of which shall be deemed an original contract. ' ;; ~ .-.- ... jf-~ ~, ~ '- _ ,-,'i~\ ".I ~~ ,~'!. , ~~ ~~" ~ ~ ~~t. t/ ~l ~ . ,. ~ ~ ~ - . . .~~ ~~~': -~~ ... ..~~~:;# ~ . ~ ',.'1\~~ WITNESS: t0~lU .!6~r~.. (As to Contractor) Beam's Contractinq, Inc. (Contractor) By ~~a~ (Seal) WITNESS: AUQusta-Richmond County General Aviation Commission ~owner) BY~~ (se~l) ~ ~: C-3 ~I 11 I I 11 I" .U I.j Ij' Il' -J 11 J I' I I I I I ; I I J I ~ i ; I T '" ---... PERFORMANCE BOND KNOW ALL .MEN BY THESE PRESENTS: That , as Principal, hereinafter called Contractor, and as Surety, hereinafter called Surety, are held and firmly bound unto Augusta - Richmond County General Aviation Commission, as Obligee, hereinafter called Owner, in the amount of I Dollars ($ ), fot the payment whereof Contractor and Surety bind themselves; their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated , entered into a contract with Owner for Airfield, Security Improvements and Runway 5-23 Re-Marking in accordance with Drawings and Specifications prepared by W. K. Dickson & Company, Inc., which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor' shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: (1) Complete the COl1tract in accordance with its terms and conditions, or (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, upon determination by Surety.of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including .other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. , Any suit under this bond must be instituted before the expiration of (2) two years from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner nallied herein or the heirs, executors, administrators or successors of the Owner. PB-1 '11. J I~ J ~j ~ I 11 I) II II ) I; j II j Signed and sealed this day of ,20_. (Witness) (Witness) Ii j Ii . Ii j I, ",J I ..1 I I I ! I r '" PB-2 (Principal) (Seal) (Title) (Surety) (Seal) (Title) 11 J Ij ~J ~ ~ I . I ~ I, j I I I I J I I I c.J I _~l I LABOR AND MATERIAL PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That , as Principal, hereinafter called Principal, and as Surety, hereinafter called SU'rety, are held and firmly bound unto Augusta-Richmond County General Aviation' Commission, as Obligee, hereinafter called Owner, for the use and benefit t of claimants as herein below defined, in the amount of dollars ($ ), for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated entered into a contract with Owner for Airfield Security Improvements and Runway 5-23 Re-Marking in accordance with Drawings and Specifications prepared by W. K. Dickson & Company, Inc., which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW,. THER,EFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: . 1. A c1aiman.t is defined as one having a direct contract with the Principal or with a Subcontractor:of the Principal for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental or equipment directly applicable to the Contract. 2. The above-named Principal and Surety hereby jointly and severally agree with the Owner that eV,ery Claimant as herein defined, who. has not been paid in full before the expiration ofa period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgement for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. 3. No suit or action shall b.e commenced hereunder by any claimant. , . . . I a. Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: the Principal, the Owner, or the Surety above-named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accurqcy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be serVed by mailing the same by registered mail or certified mail, LMB-1 1\ J II II ~ II II I) Ii ] I, 1 I I: I, J I, I I I ..J. I ...J I I , I postage prepaid, in an envelope addressed to the Principal, Owner; or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. . b. After the expiraticjn on one (1) year following the date on which Principal ceased work on said Contract, it' being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. . c. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is r, situated, and.not elsewhere. 4. The amount of this bond shall be' reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. Signed and sealed this day of ,20_. (Witness) (Principal) (Seal) (Title) i' (Witness) (Surety) (Seal) (Title) LMB-2 II J II I II ~ ~ IJ II I II I: ! I I I I ; I I .3 I ~ 1 I PRO'JECT SPECIAL PROVISIONS These SpeCial Provisions form a part of the Contract Documents as indicated hereafter. A. PROJECT DESCRIPTION The work in this contract provides for Airfield Security Improvements and Runway 5-23 Re-Marking at the Augusta-Daniel Field. B. SEQUENCE OF CONSTRUCTION Work is scheduled to begin in the Fall of 2004. During this time, the airfield will remain open to aircraft traffic. The Contractor may be required to remove men and equipment from the areas adjacent to the runway during times of arriving and departing aircraft. C. PROJECT AREA ACCESS The Contractor shall utilize a haul route on airport property as located on the Construction. Safety Plan. At no time will construction equipment be allowed on the active portions of the runway, terminal area, hangars, and apron areas. The Contractor will be required to park his equipment and stockpile materials in the areas indicated on the Safety Plan. All areas disturbed outside of the normal construction limits as shown on the Plans.shall be grassed and returned to their original condition at the expense of the Contractor. The Contractor shall take all necessary measures as may be required to insure that no unauthorized personnel gain $ntry onto the airport property. Such measures shall include, as a minimum, the posting of security personnel at the access gate at all times while the Contractor is working.. It shall be the Contractor's responsibility to provide barricades, flagmen, fencing, gates, and security as required, and take all necessary precautions to allow only authorized vehicles and personnel into the construction area. Upon completion of the work as set forth in these plans and specifications, the Contractor will be required to restore any areas damaged during construction to its original condition, or as directed by the Engineer. Grassing shall be as set forth in these specifications. No separate pay item will be authorized for establishing,. maintaining, securing, and restoration for the access to and from the project site. All' work-related items covered by this section shall be paid for at the contract lump sum bid I price for Mobilization. . , ' . ~I SP-1 II Ir j ) 11 ~ ~ I, .! ~ I I I J I i I j I . I I I J I _I I ,J I D. RADIO COMMUNICATION REQUIREMENTS The Contractor shall coc;>rdinate all movements to and from the work areas through the Airport Representative. Likewise, any activity in areas adjacent to active runways and taxiways shall be coordinateq with the. FBO. . Coordination shall be by radio communication when necessary between the Contractor's supervisor on site and the FBO. . E. DUST CONTROL It is the intent of these specifications that the Contractor will, by watering, chemicals, vegetation, or other means, prevent the occurrence of dust which will be objectionable to the residents of the area or violate existing laws or regulations or cause hazards to air traffic. . 'I F. TEMPOAARY BARRICADES The Contractor shall provide barricades with flashing lights spaced not more than 15 feet apart across or along the pavement edge where work abuts active runways/taxiways where, indicated on the plans. The barricades shall be fastened to the existing pavement by means of wire straps around the barricades and anchored to the pavement with nails. They shall be anchored in such a manner as to prevent aircraft blast~ from overturning them. The Contractor shall maintain the lights and barricades to an operable manner for the duration of the work. Upon removal of the barricades, the pavements shall be restored to their original condition: The cost of providing and removing the barricades along with pavement restoration shall be incidental to the bid item for mobilization and not a separate pay item. G. PROTECTION OF EXISTING FACILITIES All existing f~cilities will be carefully protected by the Contractor. Any facilities damaged by i the Contractor will be repaired immediately and restored to original condition. All runway lights, taxiway lights, signs and structures to remain shall be protected by suitable means. H. NIGHT WORK It is not anticipated that this project will require any nighttime construction. Should the Contractor de~ire such activities, the Engineer should be notified in writing 14 days in advance for cQordinatiorV I. SAFETY ON THE AIRPORT DURING CONSTRUCTION ACTIVITY - . - 1. Construction Activity and Aircraft Movements: During the time that the Contractor is performing the work contained herein, the FBO's, the aprons, taxiways and runways at the airport will remain in use by aircraft, except as provided herein. .To the extent feasible and convenient in the opinion of the Sponsor's Engineer, and to the extent permitted by the Federal Aviation "I' , 'I SP-2 ~ I .J 1 J ~ I I I f I J I I I I I i . . I I I .1 I : I -..:J . . J I i ~ I I 2. Administration, the use by aircraft of runways and taxiways adjacent to areas where the Contractor is working, will be so scheduled as to reduce disturbance to the Contractor's operations. Aircraft operations, unless otherwise specified in the cOl';'ltract specifications, shall always have priority over any and all of the Contractor's operations, and the Contractor shall not allow his employees, subcon~ractors, material men or any other persons over whom he has control, to enter or remain upon or allow any plant or materials to be brought or to remain upon any part of the airport which, in the opinion of the Engineer, would be a hazardous location. Should aprons, runways or taxiways be required for use of aircraft, and should the Engineer deem the Contractor to be too close to the portion used by aircraft for safety, he may in his sole discretion,- order the Contractor to suspend his operations, remove his personnel, plant, equipment and materials to a safe distance and stand by until the runway and taxiways are no longer required for use by aircraft. Construction Activity in the Vicinity of Navigational Aids: Construction activity in the vicinity of FM navigational aids (Le. ILS, VOR, ASR, PAPl's, AWOS) requires special consideration. Prospective bidders shall be alerted to this fact by the incorporating language requiring close coordination with the local Airway Facilities Sector as a condition of bid. J. PROTECTION OF CABLES. CONTROLS. NA V AIDS AND WEATHER BUREAu FACILITIES 1. The Contractor is hereby informed that there may be installed on the airport FAA NAVAIDS, including, without limitation, ASR, UHF, and VHF Receivers and Transmitters, weather facilities and other electric power cables serving other facilities. Such NAVAIOS, Weather Data Instruments and other facilities, and electric cables must be fully protected during the entire construction time. Work under this contract can be accomplished in the vicinity of these facilities and cables only at approved periods of time, which approval is subject to withdrawal at any time because of changes in the weather, emergency conditions on the existing airfield areas, anticipation of emergency conditions and for any other reason as determined by the Engineers acting under the orders and instructions of the Airport Management and/or designated FAA representative. Any instructions to this Contractor to clear any given area, at any time, by the Engineer, the FBO or their representative (by radio or other means) shall be immediately executed. Construction work will be commenced in the cleared area only when additional instructions are issued by the proper authorities. 2. Power and control cables leading to and from any FAA NAVAIOS, Weather Data Equipment and other fadlities will be marked in the field by the Owner for the information of the Contractor, before any work in their general vicinity is started. Thereafter, through the entire time of this construction they shall be protected from any possible damage, including crossing with unauthorized equipment, etc. 3. These special provisions intent to make perfectly clear the need -for protection of FAA NAVAIOS, Weather .Data Equipment and other facilities and cables by this Contractor at all times. SP-3 II ~ I; I Ij ~ ~ ~ I j I j I J I i I j I i I J I i I _J I I I I , 4. The Contractor shall irnmediately repair, with identical material by skilled workmen, any underground cables serving FAA NAVAIOS, Weather Data Equipment and other airport facilities, which are damaged by his workmen, equipment or work. Prior approval of the FAA must be obtained for the materials, workmen, time of day or night, method of repairs, for any temporary or permanent repairs the Contractor proposes to make' to any FAA NAVAIOS, Weather Data facilities or other cables and controls serving such NAVAIOS and facilities damaged by the Contractor. Prior approval of the Engineer or of the representative designated by the Airport Management must be obtained for the materials, workmen, time of day or night, metho~ of repairs, for, any temporary or permanent repairs the Contractor proposes to make to any other airport facilities and cables damaged by this Contractor. 5. It is recognized that the Owner will incur costs for employee's salaries, engin~ering fees, and otherwise in connection with the damage and inspection and repair of any such damage, caused by the Contractor; and, consequently, the Owner may incur loss of income by reason of the diversion of aircraft traffic from the airport resulting from interruption of the use of airport facilities; and that such ,expenses and loss of income are not measurable now and may not be reasonably ascertainable at the time of any incident caused by this Contractor. The Owner and the Contractor hereby agree to the assessment of liquidated damages in lieu of such ,expenses of other damages incurred by the Owner. In addition to the obligation of this Contractor to immediately repair any cables or facilities damaged by the Contractor, as set forth above; for each incident where cables' are located within five feet of the position defined on the ground and are cut or damaged and the facility served by cables which are cut or damaged is not able to perform its required function resulting in the diversion of aircraft or the interruption of the normal flow of air traffic and aircraft operations on the airport, the sum of $2.000.00 shall be deducted from any money due the Contractor, or if no money is due the Contractor, the Owner shall have the right to recover said sum or sums from the Contractor, from the surety, or from both. The amount of these deductions are to cover liquidated damages to the Sponsor incurred by additional and other expenses and damages arising from the incident or incidents caused by the Contractor, and such deductions are not to be considered as penalties. SP-4 II II ~ !I ~ .11 J I, .I J II I: I I I I I , ! I i I I I ..J K. LIST OF DRAWINGS The drawings which show the location, character, dimensions, and details of work to be done, and which are to be considered as a part of the contract supplementary to the specifications, are as fol~ows: . I LIST OF DRAWINGS 1. Cover Sheet 2. Project Layout And Construction Safety Plan 3. Runway 5-23 Marking Plan 4. Emerger;tcy Access Road 5. Security Fencing Plan 6. Chain Link Fence and Gate Details 7. Miscellaneous Details and profiles . . ~J . - . j j -J SP-5 IJ I, J ~j 11 u ~j <IJ I~ II I . ." 11 , I' I I- I~ I: I 11 J '1 Ii -J -. II SECTION 00800 SUPPLEMENTARY CONDITIONS The following conditions amend or supplement the referenced "Standard Federal Aviation Administration ,General Provisions". All provisions which are not so amended or supplemented remain in 'full force and effect. SECTION 10 DEFINITION OF TERMS SC-1 DELETE THE ,FOLLOWING DEFINITIONS AND REPLACE WITH THE FOllOWING DEFINITIONS: DELETE "10-11 CALENDAR DAY"; REPlACEWITH: 10-11 CALENDAR DAY A calendar day of 24 hours measured from midnight to the next midnight constituting a day. DELETE "10-13 CONTRACT"; REPLACE WITH: 10-13 CONTRACT The written agreement between Owner and Contractor covering the Work to be performed; other Contract Documents are attached to the Contract and made a part ,thereof as provided therein. The term "Agreement" has the same meaning as "Contract". ' DELETE "10-15 CONTRACT TIME"; REPLACE WITH: 10-15 CONTRACT TIME Thenumber of calendar days stated in the Bid, allowed for completion of the contract,' including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar days, the contract shall be completed by that date. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a'legal holiday by 'the law of the applicable jurisdiction, such day will be omitted from the computation." DELETE "10~18 ENGINEER"; REPLACE WITH: 10-18 ENGINEER The person, firm or corporation 'named as such in the Agreement. DELETE "1 0,.32 PAYMENT BOND"; REPLACE WITH: I 1 0-32 PAYMENT BONp. The approved form of security furnished by the Contractor and his/her surety as a guaranty of good faith and ability on the part of the Contractor to execute the. work in accordance with the terms of the Plans, Specifications, and 00800-1 Contract, and as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work, as provided by law. DELETE "10-44 SURETY"; REPLACE WITH: 1 0-44 SURETY The corporate body which is bound with the CONTRACTOR and which engages to be responsible for the CONTRACTOR and his acceptable performance of the work and his payment of all debts pertaining to the work. DELETE "10-46 WORK"; REPLACE WITH: 1 0-46 WORK The entire complete construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services. furnishing labor and furnishing and incorporating materials and equipment into the construction, all as required by the Contract Documents. SC-2 AFTER THE lAST DEFINITION OF SECTION 10. ADD THE FOllOWING NEW DEFINITIONS: 10-48 ADVISORY CIRCULAR A document issued by the FAA containing informational material and guidance. When referred to in the plans and specifications, advisory circulars shall have the same force as supplemental specifications. 10-49 GENERAL PROVISIONS Standard FAA conditions of the Contract identified as Sections 10, 20, 30, 40, 50, 60, 70. 80, 90,100 and 110. 10-50 Mil SPECIFICATION The Military Specifications and Standards. and indices thereto, prepared and issued by the Department of Defense. Military Specifications may be obtained from Standardization Document Order Desk, 700 Robbins Avenue, Building #4, Section D, Philadelphia, Pennsylvania 19111-5094, Telephone (215) 697- 2179. 10-51 PRODUCTS The materials, systems and equipment to be incorporated into the work. 10-52 PROJECT MANUAL The bound documents comprising Bidding Requirements, Bid Forms, Contract Forms, General Conditions, Supplementary Conditions. Specifications, Addenda and modifications. 10-53 SPONSOR A public agency or a political subdivision of a State in whom rests the title to the airport at which the construction under this contract is to be performed. Political subdivision refers to a County, City, Village, Township, or any combination or authority thereof as provided by law for the construction and operation of airports. The sponsor may also be referred to as the Owner in several parts of the co.ntract. 00800-2 I ....i I i '_;.1 I J I fOj ~'r:c b;z I ~. I I J I I ~ I ! 1 I I I I I ; I I I 1 I '''il Ell :1 , 'i ;.:..:1 I . j I I I j I] 11 J 11 .J ~ ~ 11 IJ 1 10-54 SUBCONTRACTOR The pre-qualified (where r~quired) individual, partnership or corporati~n, or a combination thereof, ~ndertaking the execution of a part of the work under the terms of the contrad, by virtue of an agreement with the Contractor approved by the Owner. 10-55 SUBSTANTIAL COMPLETION The Work (or a specified part thereof) has progressed to the point where. in the opinion of Engineer as evidenced by Engineer's definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part) can be utilized for the purposes for which it is intended; or if there be no such certificate issued, when final payment is due in accordance with Section 90. The terms "substantially complete" and "substantially completed" as applied to any Work refer to "Substantial Completion thereof. " 1 0-56 SUPPLEMENTARY CONDITIONS The part of the Contract Documents which amends or supplements these:Standard FAA General Provisions. IJ 11 I I I: Ii , 11 I: I! ~~ 11 J I' -. I SC-3 DELETE "10-47 WORKING DAY". , . SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS SC-4 DELETE SECTION 20 OF THE STANDARD GENERAL PROVISIONS IN ITS ENTIRETY.' REFER TO INSTRUCTIONS TO BIDDERS FOR BID PREPARATION AND SUBMISSION REQUIREMENTS AS WELL AS EVALUATION OF BIDS AND BIDDERS. ' : SC-s EXAMINATION OF PLANS, SPECIFICATIONS AND PHYSICAL CONDITIONS: The Bidder. is expected to carefully examine the site of the proposed work, the bid, plans, specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities qf work to be performed, materials to be furnished. and as to the requirements of the proposed. contract. The submission of a bid shall be prima facie . evidence that the Bidder has made such examination and is satisfied as to the conditions t() be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records' of subsurface investigations and tests are attached to these specifications. It is understood and agreed that such subsurface information was obtained anq is intended for the Owner's design and estimating purposes only. Such information has been made available for the convenience of all Bidders. It is furthe~ understood. and agreed 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. . . Ii I -I 00800-3 . I SC-6 UNDER SUBSECTION 20-06 "EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE", DELETE IN ITS ENTIRETY THE SECOND PARAGRAPH, WHICH BEGINS "Boring logs and other...". SC-7 ADD THE FOLLOWING PARAGRAPH TO THE END OF SUBSECTION 20- 13 "DISQUALIFICATION OF BIDDERS": d. Failure to attend the pre-bid conference if the attendance is required as part of the pre- qualification in the advertisement. SC-8 ADD THE FOLLOWING SUBSECTIONS TO THE END OF SECTION 20 "PROPOSAL REQUIREMENTS AND CONDITIONS": 20-14 FAMILIARITY WITH LAWS: The Bidder is assumed to be familiar with all Federal, State and local laws, ordinances, rules and regulations that in any manner affect the work. Ignorance on the part of the Bidder will in no way relieve him from responsibility. 20-15 ADDENDA Any addenda issued by the Engineer prior to the opening of the bids for the purpose of changing the intent of the Contract Documents or clarifying the meaning of same, shall be binding in the same way as if written in the Specifications. Since all addenda are available to Bidders at the office of the Engineer, it is each Bidder's responsibility to check with the issuing office and immediately secure all addenda before submitting bids. It is the usual. practice for the Engineer to mail addenda to known Bidders, but it cannot be guaranteed that all Bidders will receive addenda in this manner. Each Bidder shall acknowledge receipt of addenda by notation on the proposal. SECTION 30 AWARD AND EXECUTION OF CONTRACT SC-9 DELETE SECTION 30 OF THE STANDARD GENERAL PROVISIONS IN ITS ENTIRETY. REFER TO ARTICLES 16, 17 AND 18 OF THE INSTRUCTIONS TO BIDDERS FOR PROCEDURES FOR AWARD AND SIGNING OF CONTRACTS, AND DISPOSITION OF BID SECURITY. SC-10 PERFORMANCE AND OTHER BONDS: a. Contractor shall furnish Performance and Payment Bonds, each in an amount equal to the Contract Price as security for the faithful performance and payment of all Contractors' obligations under the Contract Documents. These Bonds shall remain in effect at least until one year after the date when final payment becomes due, except as otherwise provided by Law or Regulation or by the Contract Documents. Contractor shall also furnish such other Bonds as are required by the Supplementary Conditions. All Bonds shall be in the forms p~escribed by the Contract Documents and be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on 00800-4 I I ,.....i I , I ~.."i ?t~ I ~ ~~ ,;;' I I I , , I , I I I ; I { , I i I i J I ';:, L"~ I !:J I j l .1 f I I . IJ II II ~ '1 It IJ IJ 11 , Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. b. If the Surety on .any Bond furnished by Contractor is declared a bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located, or it ceases to meet the requirements of paragraph a. above, the Contractor shall within five days thereafter substitute another Bond and Surety, both of which must be acceptable to Owner.. SECTION 40 SCOPE OF WORK SC-11 ADD THE FOLLOWING PARAGRAPHS TO. THE END OF SUBSECTION 40-02 "ALTERATION OF WORK AND QUANTITIES": Ii J I; I~ j Ii I; I . , ~ II . ~ Ir Ii i For AlP contracts, supplemental agreements shall be approved by the FAA and shall include valid wage determinations of the U.S. Secretary of Labor when the amount of the supplemental agreement exceeds $2,000. However, if the Contractor elects to waive the limitations .on work that increases or decreases the originally awarded contract or any major contract item by more than 25 percent, the supplemental agreement shall be sLibject to the same U.S. Secretary of Labor wage determination as was included in the originally awarded contract. All supplemental agreements shall require consent of the Contractor's surety and separate pertormance and payment bonds.' SC-12ADD'THE FOLLOWING: PARAGRAPH TO THE END OF SUBSECTION 40-05 "MAINTENANCE OF TRAFFIC": The Contractor shall ihdemnify and hold harmless the Owner, its agents, servants, employees, of and frorr;J any and all claims, demands, debts, liabilities, or causes of action, of every kind or nature whatsoever, whether in law or in equity, resulting from the acts or, omissions of the Contractor, its agents, servants, employees and subcontractors with respect to the requirements of this subsection and in the performance of this contract. , SC-13 ADD THE FOLLOWING SUBSECTION TO THE END OF SECTION 40 "SCOPE OF WORK": 40-09 ACCE1SS TO THE WORK Access to the.work will be via the routes shown on the plans or as directed by the Engineer. The Contractor shall identify access routes with suitable signs, barricades and similar equipment. The entire access route and construction site shall be kept free and dean of all debris at all times and maintained in good repair by the Contractor. All damage to the access Ii 00800-5 00800-6 I '0'1'; I I .../ I I i '....~ I ~:J~~~.".' J,Qtl t)...!.".,... ">;:" "lIj I J I I j I 1 .1 I j I t I J I 1 I i I I I I I ','I tl,;tI -I ;':'}'i LJ I I I -I j j I , i route caused by the actions of the Contr~ctor or his agents shall be immediately repaired to the satisfaction of the Owner. No additional payment will be made to the Contractor for complying with the requirements of this subsection. No other access to the work sites will be permitted without written approval by the Engineer. Contractor's vehicles and equipment, including vehicles and equipment of subcontractors and others coming under the Contractor's control, will not be permitted to traverse other airfield areas or pavements without written approval of the Engineer. Contractor's vehicles, equipment, 'and materials may be stored in the area designated on the Plans, or by the Engineer. Upon completion of the work, the storage area shall be cleaned up and returned to its original condition to the satisfaction of the Engineer. No special payment will be made for clean up and restoration of the storage area. Space will be allotted by the Engin~er for the use of employees of the Contractor and his subcontractor(s) for the daily parking of their automobiles during the construction period. Personal vehicles of employees and vehicles operated by vendors of goods or services will not be permitted beyond the Contractor's parking area. Drivers of vehicles being operated beyond this area shall be subject to loss of permission to enter the construction site. SECTION 50 CONTROL OF WORK SC-14DELETE SUBSECTION 50-03 "COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS" IN ITS ENTIRETY AND INSERT THE FOLLOWING: 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATION The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In resolving conflicts, discrepancies, or errors in the various contract documents, the documents shall be given the order of precedence, as follows: Contract, Supplemental Agreement, Change Order, Addenda, Supplementary Conditions, Plans, Specifications, General Provisions. In case of discrepancy, figured dimensions, unless obviously incorrect, shall govern over scaled dimensions. Cited standards for materials or testing and cited FAA Advisory Circulars shall be considered as standard specifications. Any table, gradation, size, dimension, rate, mix, method, nomenclature, pay item number, basis of payment or method of measurement shown on the plans, which is at variance with the standard specifications, shall be considered an amendment or supplement to the applicable specification. 11 j I, j 11 j IJ ~j I, 11 ) IJ The Contractor shall not take advantage of any appar~r)t error or omission on the plans or specifica'tions. In the ev'ent, the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. I. SC-15DELETE SUBSECTION 50-06 "CONSTRUCTION LAYOUT AND STAKES" IN ITS ENTIRETY AND INSERT THE FOLLOWING: 50-06 CONSTRUCTION LAYOUT AND STAKES Utilizing the data shown on the plans and/or furnished by the Engineer, the Contractor shall establish all horizontal and vertical controls necessary to construct the work in conformance with the plans and specifications. The work shall include performing all calculations required and setting all stakes needed, sucb as offset stakes, reference point stakes, slope stakes, and other reference marks or points necessary to provide lines and grades for construction. The Contractor shallempJoy. only competent personnel and use only suitable ,equipment in performing layout Work. 11 j . He shall not engage the services of any person or persons in the employ of the Engineer for performance of layout work. 1 Ii I, ) Ii I; 1'\ J ..J Adequate field notes and records shall be kept as layout work is accomplished. These field notes' :~nd records shall be available for review by the Engineer as the work I, "' . progresses and copies shall be furnished to the Engineer at the time of completion of the project. Any inspection or checking of the Contractor's field notes or layout work by the Engineer and the. acceptance of all or any part thereof, shall not relieve the 'Contractor of his responsibility. to achieve the lines, grades, and dimensions shown in the plans anQ specifications. . The cost of all stakes, and the cost of performing layout work as described above shall be included. in the contract unit prices for the various items of. work to which it is incidental. SC-16UNDER SUBSECTION 50-08 "AUTHORITY AND DUTIES OF INSPECTORS", ., DELETE THE SECOND PARAGRAPH, WHICH BEGINS "Inspectors employed by the Owner are...':, IN ITS ENTIRETY. SC-17 ADDTHE FOLLOWING PARAGRAPHS TO THE END OF SUBSECTION 50-16 "CLAIMS FOR ADJUSTMENT AND DISPUTES": ' 11 . ) Ii i I: Ii The followiJ')'g documentation I and information must be presented in order for the Engineer to properly evaluate such claim: a. Definition of the basis of the claim, including a detailed identification of which materials and what work is considered to represent a change to the original contract, an explanation of why the work or material is different than what was 00800-7 called for by the original contract, and, an identification of the contract provisions and anything else which the Contract relied upon; b. An explanation of how and why the work which is considered a change will result in any additional cost or performance time for the Contractor; c. An identification of the categories of additional costs which may be incurred, an estimate of the dollar magnitude of each, and a statement of the impact this work will have on the construction schedule, including the contract completion dates; d. An indication of how the ,additional costs which is believed that may be incurred can be, and are to be, quantified; e. . Documentation of any actual additional costs and any actual impact to the cO':lstruction schedule due to this work; f. Documentation of the cost of performing an similar "unchanged" work, to provide , the Engineer a basis for comparison; . g. All backup and other documentation which are believed to support or relate to the claim; h. Documentation quantifying the amount of work which is believed to constitute this "changed" work, the time period and the areas where such work was or is to be performed. SC-18 DELETE SUBSECTION 50-17 "COST REDUCTION INCENTIVE" IN ITS ENTIRETY. SC-19ADD THE FOLLOWING SUBSECTIONS TO THE END OF SECTION 50 "CONTROL OF WORK": 50-18 RETEST OF WORK When as provided for in the ,contract documents, the Owner performs sampling and tests of the work and the tests show a failure to meet the requirements of the contract documents, the expense of retesting, after reworking or substitution by the Contractor will be at the expense of the Contractor and such costs will be deducted from the payments otherwise due to the Contractor. 50-19 CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final certificate nor payment, nor any provision in the contract documents shall relieve the Contractor of responsibility for faulty materials or workmanship and, unless otherwise specified, he shall remedy any defect due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one year from date of final acceptance. Wherever the word "acceptance" occurs, it shall be understood to mean final acceptance. 00800-8 I I _.: I ~ .,....,i I i:OJ;r, t~ I H$i ~,.J I ! I i , i - , J I I I 1 i I I i I f I j I - \ I ~m I c 1 LJ I j -I J I I IJ I] I, I The Owner,shall give notice of observed defects with reasonable promptness. If the Contractor fails to remedy any failure, defect, or damage within a reasonable time after the receipt of notice, the Owner shall have the right to replace, repair, or otherwise remedy the 'failure, defect, or damage at the Contractor's expense. With respect to all warranties, expressed or implied, from subcontractors, manufacturer, or suppliers for work performed and materials furnished under this Contract, the Contractor shall: ~ , ~ IJ I I \ 'I a. Obtain all warranties that would be given in normal commercial practice; b. Require all warranties to be executed, in writing, for the benefit of the Owner. 50-20 VENUE This contract has been executed by, delivered to an accepted by the Owner (or the Authority) in the state where the Airport is located, and the provisions hereof shall be governed by the laws of that state. Any disputes arising out of or related to this contract ~hall be resolved in accordance with said laws. I: ~ 11 j Ii i Ii I I II 1 , The parties agree that any action or legal proceeding arising out of or related to this contract shall be brought in the state courts of the county in which the Airport lies, or in the federal court in the district where the Airport is located; and the parties hereby consent to and waive any objection to jurisdiction or venue in said courts. SECTION 60 CONTROL OF MATERIALS SC-20 ADD THE FOLLOWING PARAGRAPH TO THE EN'D OF SUBSECTION 60- 02 "SAMPLES, TESTS, AND CITED SPECIFICATIONS": In the event that any tests show a failure to meet the requirements of the contract documents, the expense of retesting, after substitution or modification by the Contractor, will be at the expense of the Contractor and such costs will be deducted from the payments otherwise due to the Contractor. The Contractor shall give sufficient notification of the placing of orders for materials to permit testing. , SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC I; ! SC-21 ADD THE FOLLOWING PARAGRAPH TO THE END OF SUBSECTION 70- 01 "LAWS TO BE OBSERVED": I; ,:1 Ii ,.J I If the Contractor obs~rves that the drawings and specifications are at variance with any laws, codes; ordinances, and, regulations, he shall promptly notify the Engineer in writing, and any necessary changes shall be adjusted as provided in the contract for changes in the work. If.the Contractor performs any work contrary to such laws, codes: ordinances, and regulations, apd without such notice to the Engineer, he shall bear all costs arising .therefrom. - i SC-22 ADD THE FOLLOWING PARAGRAPH TO THE END OF SUBSECTION 70- 05 "FEDERAL AID PARTICIPATION": ii . -, ii . 00800-9 The attention of the Contractor is also invited to the fact that the State in which this project is located will pay a portion of the cost of this improvement. In accordance with said State's rules and regulations, work will be subject to such inspection of the State, or its representative, as deemed necessary to protect the interests of the people of the State. The Contractor shall furnish the inspecting party, with every reasonable assistance to ascertain whether or not the requirements and .intent of the contract are being met. Such inspections will in no way infer that the State is party to the contract, except for those contracts wherein the State is a signatory. SC-23 ADD THE FOLLOWING PARAGRAPHS TO THE END OF SUBSECTION 70- 07 "PUBLIC CONVENIENCE AND SAFETY": The Contractor shall provide initial and continuing instructions to all supervisors, employees, subcontractors, and suppliers to 'enable them to conduct their work in a manner that will provide the maximum safety with the least hindrance to air and ground traffic, the general public, airport employees, and to the workmen employed on the site. All safety provisions specified by the plans and documents or received from the Engineer, and those required by laws, codes and ordinances, shall be thoroughly disseminated and rigidly enforced. SC-24ADD THE FOLLOWING PARAGRAPH TO THE END OF SUBSECTION 70- 08 "BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS": This work, including required materials and equipment, and labor, etc., shall be incidental to the various items of work and all costs hereto are to be included in the various unit bid items, except as otherwise provided for in the contract documents. SC-25 DELETE SUBSECTION 70-09 "USE OF EXPLOSIVES" IN ITS ENTIRETY AND INSERT THE FOLLOWING: 70-09 USE OF EXPLOSIVES Explosives will not be permitted. ~ SC-26ADD THE FOLLOWING PARAGRAPHS TO THE END OF SUBSECTION 70-10 "PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE": Work that is to remain in place which is damaged or defaced by reasons of work performed under this contract, shall be restored at no additional cost to the Owner. Items removed, indicated to be salvaged for Owner or reused in new work, which are damaged beyond repair, shall be replaced with equal new materials under this contract at no additional cost to the Owner. Existing pavement or other existing work not specified for removal which is temporarily removed, damaged, exposed, or in any way disturbed or altered by work under this 00800-10 I I .J I , I ;c..ll ~t2f I ~.I ..-'" I, I I, .i I, I' " I I j I , J I J - i I 1,: 'i) ,ill} I i :~ t~J I j i -I , I Ii -' Ij 11 J ~ 11 I~ I I~ II , contract shall be -repaired, patched, 'or replaced to the complete satisfaction of the Engineer at no additional cost to the Owner.' \ I,. Where it is necessary to cut, alter, remove, or temporarily remove and replace existing property or, ,equipment, the cqst shall be included in the contract price for the item creating such work. II Ii 11 I' Ij 11 IJ .J 11 j I It is recognized that the Owner will incur the costs for employees' salaries, engineering fees, and otherwise in connection with the damage and inspection and repair of any such damage, caused by the Contractor; consequently, the Owner may incur loss of income by reason of the diversion of aircraft traffic from the airport resulting from interruption of the use of airport facilities; and that such expenses and loss of income are not measurable now and may not be reasonably ascertainable at the time of any incident caused by the Contractor. The Owner and the Contractor hereby agree to the assessment of liquidated damages in lieu of such expenses or other damages incurred by the Owner. In addition to the obligation of the Contractor to immediately repair any cables or facilities damaged by the Contractor, as set forth above, the sum of not greater than $1,000.00 per 'incident may be deducted from any money due the Contractor, or if no money is due the Contractor, the Owner shall have the right to recover said sum or ~ums from the Contractor, from the surety, or from both. The amount of these deductions is to cover liquidated damages to the sponsor incurred by additional and other expenses and damages arising from the incident or incidents caused by the Contractor, and such deductions are not considered as penalties. , , SC-27 DELETE SUBSECTION 70-11 "RESPONSIBILITY FOR DAMAGE CLAIMS" IN ITS ENTIRETY AND INSERT THE FOLLOWING: 70-11 RESPONSIBILITY FO~ DAMAGE CLAIMS a. INSURANCE: Contractor shall purchase, and maintain such comprehensive general liability, comprehensive automobile liability and other insurance as is appropriate for the Work being performed and, furnished and as will provide protection from claims set forth below which: may arise out of or result from Contractor's performance and furnishililg of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed or furnished by Contractor, by any Subcontractor, by anyone directly or indirectly employed by any of them to perform or furnish any of the,Work, or by anyone for whose acts any of them may be liable: -I (1) Claims, under workers' or workmen's compensation, disability benefits and other simil~r employee benefit acts; (2) Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's: employees; . 00800-11 (3) Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees: (4) Claims for damages insured by personal injury liability coverage which are sustained (a) by any person as a result of an offense directly or indirectly related to the employment of such person by Contractor, or (b) by any other person for any other reason; , (5) Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use of resulting therefrom; (6) Claims arising out of operation of Laws or Regulations for damages because of bodily injury or death of any person or for damage to property; and (7) Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. The insurance required by this paragraph 70- 11.1 shall include the specific coverage and be written for no less than the limits of liability and coverage specified in 70-11.3 or required bylaw, whichever is greater. The comprehensive general liability insurance shall include completed operations insurance. All of the policies of insurance so required to be purchased and maintained (or the certificates or other evidence thereof) shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty days prior written notice has been given to Owner and Engineer by certified mail. All such insurance shall remain in effect until final payment and at all times thereafter when Contractor may be correcting, removing or replacing defective Work in accordance with subsection 50-18. In addition, contractor shall maintain such completed operations insurance for at least two years after final payment and furnish Owner with evidence of continuation of such insurance at final payment and one year thereafter, with the exception of Owner's Protective Liability coverage. b. INDEMNIFICATION: (1) The Contractor shall indemnify and hold harmless Owner and Engineer and their consultants, agents and employees from and against all claims, damages, losses and expenses, direct, indirect or consequential (including but not limited to fees and charges of engineers, architects, attorneys and other professionals and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom and (b) is caused in whole or in part by any negligent act or omission of Contractor, any Subcontractor, any person or organization directly or indirectly employed by any of them to 00800-12 I _J I ,..1 I ..1 I ,.,[[1 l..::J ! ~ I j I J ~ I I I ! J I I I J I ; I j ,I ~~~'J ,I ~i I ; . ! '1 j I i 11 j I) I} ~ Ij Ij 11 J I} I! i I. I; 11 Ii Ii perform or furnish any of the Work or anyone for whose acts any or them may be liable, regardless of whether or not it is caused by a party indemnified hereunder or arises by or is imposed by Law or Regulations regardless of the negligence of any such party. (2) In any and all claims against Owner or Engineer or any of their consultants, agents or employees by any employee of Contractor, any Subcontractor, any person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under paragraph 11.2.1 above shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for Contractor or any such Subcontractor or other person or organization under workers' or workmen's co~pensation acts, disability benefit acts or other employee benefit acts. c. COVERAGES: The limits of liability for the insurance required by Paragraphs 70-11.1 shall provide coverage for not less than ttle following amounts or greater where required by law: (1) Workers' Compensation, etc.: (a) State: Statutory (b}Applicable Federal Statutory (e.g. Longshoreman's) (c) Employer's Liability $100,000 (2) Comprehensive General Liability: (a) Bodily Injury and Property Damage: ' $5,000,000 Combined Single Limit (Per Occurrence) (b}The Contractor's General Liability insurance shall provide coverage for the following: .(1) PrE;}mises - Operations, (2) Independent Contractors, (3) I Products/Completed Operations Hazard; (5) Underground Hazard, (6) Broad Form Property Damage, (7) Where applicable, Explosion and , ' Collapse Hazard, and (8) Personal Injury. - ~j IJ (3) Comprehensive Automobile Liability: (a) Bodily Injury and Property Damage: $1,000,000 Combined Single Limit (Per Occurrence) (b}The Contractor's Comprehensive Automobile Liability Insurance shall provide coverage, for Bodily Injury ad Property Damage 'Per Occurrence :for owned, hired and non-owned vehicles. 00800-13 The Airport Authority and/or Commission, its officials and staff; and WK DICKSON & CO. INC., its staff and consultants shall be named as additional insured with right of notice in the policy. d. Optional if required by Airport Owner. The Contractor shall obtain in the name of the Owner, Owner's Protective Liability Insurance which will have the same limits of coverage for the same period as that required above for the Contractor's general liability coverage of $5,000,000 combined single limit, including liability for acts of Subcontractors and Subordinate Contractors. e. Contractor shall purchase and maintain such Protective and Contractual Bodily Injury Liability Insurance and such Protective and Contractual Property Damage Liability Insurance as shall be required by any public bodies or utility companies whose property, facilities, or right-of-way may be affected by the Work to be done under this Contract. f. Contractor will provide such additional information in respect of insurance provided by him as the Owner may reasonably request. Failure by Owner to give any such notice of objection within the time provided shall constitute an acceptance of such insurance purchased by Contractor as complying with the Contract Documents. g. Certificates in triplicate from the insurance carrier stating the limits of liability and expiration date shall be filed with Owner before operations are begun. Certificates shall not merely name the types of policy provided but shall specifically refer to this Contract and shall contain a separate express statement of compliance with each of the requirements as set forth in this subsection. The certificates shall, in addition to the information relative to the insurance required, contain the following: (1) Inception and expiration dates of insurance policy. (2) Limits of liability provided (Public Liability and Property Damage). (3) Coverage provided, including special hazards if required. (4) Name of insurance company. (5) Policy Number. (6) Additional interests covered. (7) Statement that the Explosion, Collapse, and Underground exclusions do not apply. (8) Certificate shall reflect self-insured retention applicable to any contract of insurance. (9) Excess liability certified contracts must state underlying insurance requirements. (10) Project number and nature of work. No certificate will be accepted which exculpates the issuer or reduces any rights conferred on the Owner by the above certificates, nor will they be accepted 00800-14 I . "i I , .1 1 , .,J I ""1 ~ I ~ I I I J I ! I j I I I I ~ , I I 01 brl -".. 4. .~ I I .1 j - i I] 11 11 ~ 'J I' .I Ij 11 II j unless the certificates bear a live signature of a direct representative of a company authorized to do business in the statewtlere the work is located. No certificate will be'accepted unless the person signing the certificate certifies, in a separate letter, his' exact relationship with the insurance carrier or carriers indicated in the . certificate. The Owner may, at his discretion, modify .or waive any of the foregoing requirements. , No contract of Insurance containing a "claims made" insuring agreement will be acceptable unless the contractor offering such insurance to fulfill the requirements of this Contract agrees that each such contract of insurance shall be renewed for the entire existence of the Contractor, their successors or assigns; and that on termination of such coverage which is not replaced by a similar contract with the required limits of liability, a "tail policy" will be purchased with limits not less than those required by this Contract." SC-28 ADD THE FOLLOWING PARAGRAPHS TO THE END OF THE SUBSECTION 70-19 "ENVIRONMENTAL PROTECTION": In the event of conflict between Federal, State or local laws, codes, ordinances, rules and regulations concerning pollution control, the most restrictive applicable ones shall apply. I: j I: I; Ii I) Ii ,_.3 II .~ I' J I, . iii I a. The C()ntractorshall pay' special attention to the pollution control requirements of the several specifications. Work items which may cause excessive pollution and shall be closely controlled by the Contractor are: , ' . . (1) Clearing, grubbing, burning or other disposal. (2) Stripping, excavation, and embankment. (3) Drainage and ditching. (4) Aggregate production, handling and placing. (5) Cement, lime, or other stabilization. (6) Concrete and bituminous materials handling, production, and paving. (7) Seeding, fertilizing, mulching and use of herbicides or insecticides. (8) Contractor's own housekeeping items, haul roads, sanitary facilities, water supply, equipment fueling, servicing and cleaning, job clean up, and disposal. , When the Contractor submits his tentative progress schedule in accordance with PROS~CUTION and PROGRESS, Section 80, he shall also submit for acceptance of the Engineer, his schedules for accomplishment of temporary and permanent erosion control work, as are' applicable for clearing, grading, structures at watercourses, construction, and paving, and his proposed method of erosion contro,'.. on haul roads and borrow pits and his plan for disposal of 00800-15 00800-16 I I ..< I I 'iffl ii)." - I illE:l." ::1 I , I I , I , I ; , ; I I ; J I 1 I I ! I ! , , ,~ J I f,',~.fl L~,3 I i j .1 i - i waste materials. No work shall be started until the "erosion control schedules and methods of operation have been accepted by the Engineer. All bituminous and portland cement concrete proportioning and mixing plants shall meet state requirements. b. The following stipulations shall apply to this contract unless more restrictive ones are specified by the plans, special provisions, laws, codes, ordinances, etc. Cost of pollution control shall be incidental to the appropriate work items unless otherwise specified. (1) Control of Water Pollution and Siltation. (a) All work of water pollution and siltation control is subject to inspection by the local and/or state government enforcing agent. (b) All applicable regulations of fish and wildlife agencies and statutes relating to the prevention and abatement of pollution shall be complied with in the performance of the contract. (c) Construction operations shall be conducted in such manner as to reduce erosion to the practicable minimum' and to prevent damaging siltation of watercourses, streams, lakes or reservoirs. The surface area of erodible land, either on or off the airport site, exposed to the elements by clearing, grubbing or grading operations, including gravel pits, waste or disposal areas and haul roads, at anyone time, for this contract, shall be subject to approval of the Engineer and the duration of such exposure prior to final trimming and finishing of the areas shall be held to the minimum practical. The Engineer shall have full authority to order the suspension of grading and other operations pending adequate and proper performance of trimming, finishing and maintenance work or to restrict the area of erodible land exposed to the elements. (d) Materials used for permanent erosion control measures shall meet the requirements of the applicable specifications. Gravel or stone, consisting of durable particles, shall be used for construction pads, haul roads and temporary roads in or across streams. (e) Where called for on the plans, a stilling basin shall be constructed to prevent siltation in the stream from construction operations. (f) The disturbance of lands and waters that are outside the limits of construction as staked is prohibited, except as found necessary and approved by the Engineer. · _~.___,,~~..' ..". ..'_. ~ ._~_..____ ..,O-~ _-'_..'~__. _~,. h. ~.., "'_ _....,_", ."_.,,....._0-....._..__...... ..,,_ .... ~..- _ _____",............,.". '._ .....""'_",.-_. ~-_._,,~_ ~..,.. "__'''''''''T''~''_~_'"_-.'..'~____<'",,,,_,._ .,.,_'"'___'........."._~_ 11 Ii .I (g) The Contractor shall conduct his work in such manner as to prevent the ,entry of fuels, oils, bituminous materials, chemicals, sewage or other harmful materials into streams, rivers, lakes or reservoirs. I] ~ ~ 11 I) II -J (h) Water from aggregate washing or other operations containing sediment shall be treated by filtration, by use of a settling basin or other means to reduce the sediment content to a level acceptable to the local and/or state governmental enforcing agent. (i). All waterways shall be cleared aS,soon as practicable of falsework, piling, debris or other obstructions placed during construction operations and not a part of the finished work. Care shall be taken during construction and removal of such barriers to minimize the muddying a stream. II , j Ii Ij I: II I; , U) The Cont~actor shall care for the temporary erosion and siltation control measures during the period that the temporary measures are required and for the permanent erosion control measures until the contract has been , completed and accepted. Such care shall consist of the repair of areas damaged by erosion, wind, fire or other causes. , (k) Permanen~ and temporary erosion control work that is damaged cue to the Contractor's operations or where the work required is attributed to the Contractor's negligence, carelessness, or failure to install permanent controls at the proper time, shall be repaired at the Contractor's expense. (2) Open Burning of Combustible Wastes (When permitted). (a) The Contractor shall obtain a burning permit from local authorities, where ,applicable, prior tp any burning. (b) All burning shall conform to ,the conditions of the permit, except that the conditions herein shall apply if they are more restrictive. Ii "":J II J (c), No tires, oils (except atomized fuels applied by approved equipment), asphalt, paint, or coated metals shall be permitted in combustible waste piles. (d)' Burning will not be permitted within 1,000 feet of a residential or built-up area. nor \,Nithin 100 feet of any standing timber or flammable growth unless otherwise specified. I I I - (e) Burning shall not be permitted unless the prevailing wind is away from a nearby town or built-up area. 00800-17 (f) Burning shall not be permitted during a local air inversion or other climatic condition as would result in a pall of smoke over a nearby town or built-up area. I I ,..J I I ~i I Eml I. I ,..\ I j ,j I J I i I i , I , i I , ! I , I I (g) Burning shall not be permitted when the danger of brush or forest fires is made known by Federal, State, or local officials. (h) The size and number of fires shall be restricted to avoid the danger of brush or forest fires. Burning shall be done under surveillance of a watchman who shall have fire-fighting equipment and tools readily available. (3) Control of Other Air Pollutants. (a) Minimum possible areas of open grading, borrow or aggregate excavation shall be exposed at one time, consistent with the progress of the work. (b) Grading areas shall be kept at proper moisture conditions. (c) Sand or dust blows shall be temporarily mulched, with or without seeding, or otherwise controlled with stabilizing agents. (d) Temporary roads, haul routes, traffic or work areas shall be maintained so as to create no dust. (e) Cements, fertilizers, chemicals, volatiles, etc., shall be stored in proper containers or with proper coverings to prevent accidental discharge into the air. (f) Aggregate bins, cement bins, and dry material batch trucks shall be properly covered to prevent loss of material to the air. (g) Drilling, grinding, and sand blasting apparatus shall be equipped with water, chemical, or vacuum dust controlling systems except where otherwise permitted by the Engineer in writing. (h) Applications of chemicals and bitumens shall be held to recommended rates. ,I ,~ (i) Bituminous mixing plants shall be equipped with dust collectors as noted in the specifications. 00800-18 :1 'j I j I , I , i U) Quarrying, batching, and mixing operations and the transfer of materials between trucks, bins, or stockpiles shall be properly controlled to minimize dust diffusion. . II J IJ ~J ~ ~I .IJ I' ~ Ij 11 I~ I I , I I r I , J - I , .I I I I (k) When necessary; certain operations shall be delayed until proper wind or .. climatic conditions. exist to dissipate or inhibit potential pollutants to the , satisfaction of the Engineer. SC-29 ADD THE FOLLOWIN~ SUBSECTION TO THE END OF SECTION 70 "LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC": 70-21 NO DAMAGES FOR bELAY In all cases where the Contractor is delayed, obstructed, or hindered .in the execution of the work, or any part thereof, for any reason whatsoever, ,the Contractor shall not be entitled to claim or recover any damages or additional payment from the Owner or Engineer. However, it is the intent of this Contract that in all cases where the Contractor is substantially delayed, obstructed, or hindered in the execution of the work through no fault of the Contractor and because of conditions beyond the Contractor's control, the Engineer may recommend an extension on the contract time under Subsection 80-07 by.such amount as conditions, in the judgement of the Engineer, justify, and such extension of the contract time shall be the exclusive remedy of the Contractor for delay, hindrance or obstruction occurring through no fault of the.Contra~tor and because of conditions beyond the Contractor's control. ' SECTION ao PROSECUTION AND PROGRESS SC-30 ADD THE FOLLOWING PARAGRAPHS TO THE END OF SUBSECTION 80- 05 "CHARACTER OF WORKERS, METHODS, AND EQUIPMENT": Any person employed by the Contractor or by a subcontractor who, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion Q,f the work withoutthe approval of the Engineer. Should the (;ontractorfail to remove such person or persons or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the Engineer may suspend the work by written notice until compliance with such orders. The failure to provide adequate labor and equipment may be considered cause for terminating the contract. SC-31 ADD tHE FOLLOWING PARAGRAPH TO THE END OF SUBSECTION 80- 10: , I "TERMINATION FOR NATIONAL EMERGENCIES": : " . ! The Engineer and the 'Owner' shall be given full access to all books, cost records, correspondence and papers of the Contractor relating to the contract in order to determine amounts to be paid the Contractor due to any termination of ~he contract. SECTION 90 MEASUREMENT AND PAYMENT 00800-19 SC-32 DELETE SUBSECTION 90-05 "PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK" IN ITS ENTIRETY AND INSERT THE FOLLOWING: I ,.1 I J I I ,,~j 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK Extra work, performed in accordance with subsection 40-04 EXTRA WO~K, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for as follows: II J~~J 1l[1 00800-20 i.,.~ ~ I J I J I J I ! ~ I I , I , I '] I .1 ,I h~~ ,I ~:~ I \ '- I J a. Labor. For all labor (skilled and unskilled) and foremen in direct charge of a specific force account item, the Contractor shall receive the rate of wage (or scale) for every hour that such labor or foreman is actually enga'ged in the specified force account work. Such wage (or scale) shall be agreed .upon in writing before'the beginning of the work. The Contractor shall receive the actual costs paid to, or in behalf of, workers by reason of subsistence and travel allowances, health and welfare benefits, pension fund benefits or other benefits, when such amounts are required by collective bargaining agreement or other employment contract' generally applicable to the classes of labor employed on the work. An amount equal to 15 percent of the sum of the above items will also be paid to the Contractor. b. Insurance and Taxes. For property damage, liability, and workmen's compensation insurance premiums, unemployment insurance contributions, and social security taxes on the force account work the Contractor shall receive the actual cost, to which cost (sum) 5 percent will be added. The Contractor shall , furnish satisfactory evidence of the" rate or rates paid for such insurance and taxes. c. Materials. For materials accepted by the Engineer and then used, the Contractor shall receive the. actual cost of such material delivered on the work, including transportation charges paid by him (exclusive of machinery rentals as hereinafter set forth), to which cost (sum) 15 percent will be added. d. Equipment. For any machinery or special equipment (other than small tools) including fuel and lubricants, plus transportation costs, the use of which has been authorized by the Engineer, the Contractor shall receive the rental rates agreed upon in writing before such work is begun for the actual time that such equipment is committed to the work, to which rental sum 15 percent will be added. ~ ~ ~I ~ I ,,J 'II - I: J I J -; I I I I I I I I ,,;J I ) I , I 1 ) e. Miscellaneous. ,No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is hereip provided. f. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature ofthe Contractor and the Engineer or their duly authorized representatives. g. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: (1) Name, classification,' date, daily hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment (3) Quantities of materials. (4) Transportation of materials. . (5) Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and social security tax. , ' Statements shall be accomplished and supported by a receipted invoice for all materials used and transportation charges. However, if material used on the force account work are rlot specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. The additional payment, based on the percentages specified above, shall constitt.te full com'perisation 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. SC-33IN SUBSECTION 90-07 "PAYMENT FOR MATERIALS ON HAND", AFTER PARAGRAPH e., INSERT THE FOLLOWING: I f. The value of the deliVered material is to be used in one item of work exceeds $3,000 and is not scheduled to be incorporated into the work within 60 days after delivery. [. SC-34ADD THE FOLLOWING PARAGRAPH TO THE END OF SUBSECTION 90- 09 "ACCEPTANCE AND FINAL PAYMENT": Prior to final payment the Contractor shall submit to the Owner a sworn affidavit that all bills for labor, materials, equipment, service, subcontractors and incidentals have been 00800-21 paid and that there are no suits pending in ,connection with the work done or labor and materials furnished urider the contract. SC-35ADD THE FOLLOWING SUBSECTION TO THE END OF SECTION 90 "MEASUREMENT AND PAYMENT": 90-10 LIENS Neither the final payment nor any part of the retained percentage shall become due until the Contractor delivers to the Owner: (a) an affidavit stating, if that be in fact, that all subcontractors and suppliers have been paid in full, or if the fact be otherwise, showing the name of each subcontractor and supplier who has not been paid in full and the amount due or to become due each for labor, service or material furnished; (b) consent of surety, if any, to final payment; and (c) if required by Owner, other data establishing payment for satisfaction of all obligations, such as receipt, releases, and waivers of lien arising out of the Contract to the extent and in such form as designated by the Owner. END OF SECTION 00800 00800-22 I I ,..;, I I I I '''.., f~J, "S' I I I I I , J I j I 1 ! I I I ! I I I I "~~ ~1i~. ' lz. ,I ~,:j I J -I , ! I I] Ij 11 ~ ~ Ij 11 IJ II Ii II 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: 10-01 AASHTO. The American AssoCiation of State Highway and Transportation Officials, the' successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 AlP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-05 AIR OPERA TIONS AREA. For the purpose of these specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas ,that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. II I II ,J 10-06 AIRPORT. Airport meaF,ls an area of land or water which is used or intended to be used for the landing and takeoff of aircraft, and includes its buildings and facilities, if any. 10-07 ASTM. The American Society for Testing and Materials. 10-08 AWARD. The acceptance, by the owner, of the successful bidder's proposal. II I.,,,..J IJ I: i , 10-09 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplat~d . 10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon. ! 10-11 CALENDAR DAY. Every day shown on the calendar. II j Ii 10-1 ...., J 10-2 I I I I :;;1 i~ I t?j I I I I I I I \ I i I j I' ;,.. tl I : ~1 ;.,"';.u I I '1 I I . 1 0-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the contract. 10-13 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans, and any addenda issued to bidders. 10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-15 CONTRACT TIME. The number of calendar days stated in the proposal allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar days, the contract shall be completed by that date. 10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-18 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the owner (sponsor) to be responsible for engineering supervision of the contract work and acting directly or through an authorized representative of the owner. 10-19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-20 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to 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 shall mean the Administrator or his/her duly authorized representative. ~ ~ ~ I :.:J ~ I , - I , I I 1 I I I I I I I I ,-' I ,) I I I , 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, and supplements", amendments, and I indices thereto are prepared and issued by the General Services Administration of the Federal Government. " 10-23 INSPECTOR. An authorized representative of the Owner assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-24 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the . words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of the like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptaole to, or satisfactory to the Engineer, subject in each case to the final determination of the, owper. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standa~d shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific refer~nce. 10-25 LABORATORY. The official testing laboratories of the owner or such other laboratories as may be'designated by the Owner. 10-26 LIGHTING. A system offixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-27 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20 percent of the total amoLJnt of the awarded contract. All other items shall be considered minor contraCt items.' , 10-28 MA TE~IALS. Any substance specified for use in the construction of the contract work. 10-29 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract workon or before a sp~cific 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 AlP contracts, the term sponsor shall have the same meaning as the term owner. 10-3 . -;l 10-31 PAVEMENT. The combined surface course, base course, and sub-base course, if any, considered as a single unit. 10-32 PAYMENT BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-33 PERFORMANCE BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-34 PLANS. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-35 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-36 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. 10-37 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his/her proposal is accepted by the owner. 1 0-38 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-39 SPECIFICATIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing or other references which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-40 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, hand holes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-41 SUBGRADE. The soil which forms the pavement foundation. 10-42 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-4 I I I ;1 ':''''1 i&l:.~ I L. Ij I I I !- I I , I I I 1 I I , , ;1 (,A ,I {J I j - i I ~1 II ../ IJ ~ '1 ~ - IJ I) Ii Ii I Ii j I I I 1 -~ I .-J I I I 1 I 10-43 SUPPLEMENTAL AGREEMENT. A written a.gre~ment between the Contractor and the owner covering:' (1) work that would increase or decrease the total amount of the awarded contract, or any major .contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. 10-44 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds which are furnished to the owner by the Contractor. 10-45 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. 10-46 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract,: 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 with regular work for at least 6 hours toward completion of the contract. Unless work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work, requiring the presence of an inspector, will: be consid~red as working days. . END OF SECTION 10 10-5 ~l II IJ ~ I I) IJ J SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (Notice to Bidders). An official notice to contractors stating the work to be undertaken and the time and place for submission of Proposals. The invitation for the work under this project is contained in the Notice To Bidders, a separate section of these specifications. Ij II I I: I Ii : I , I , I I , I ,,...J I ., I I I I I , 20-02 PREQUALlFICATION ,OF BIDDERS. Each bidder shall furnish the owner satisfactory evidence of his/her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish !the owner: satisfactory evidence of his/her. financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report 'of the bidder's financial resources and liabilities as of the last calendar year or the :Contractor's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the. bidder shall further certify whether his/her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect his/her (bidder's) true financial condition at the time such qualified statement or report is submitted to the owner: Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State Highway Division. and is on the current "bidder's list" of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted. as evidence .of financial resp~nsibility in lieu of the certified statements or reports hereinbefore specified. Each bidder:: shall submit "evidence of competency" and "evidence of financial responsibility"~ to the owner no later than 1 0 days prior to the specified date for opening bids. 20-03 CONTENTS OF PROPOSAL FORMS. The owner shall furnish bidders with proposal forrlis. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The proposal,forms to be used for the work as hereinafter described and as contained in these specifications are conta,ined in the Proposal Section of these specification' documents. 'No other proposal form will be accepted for the work under this project. 20-1 The proposal forms contain the date for submission of the proposal, estimated quantities of the various items of work to be performed and the basis of payment. The proposal also states the time for completion of the work covered under these specifications, the Equal Employment Opportunity Requirements of the contractor and instructions to the contractor with regards to the Proposal. The plans, specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. 20-04 ISSUANCE OF PROPOSAL FORMS. The owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: 3. Failure to comply with any prequalification regulations of the owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the owner) at the time the owner issues the proposal to a prospective bidder. ' c. Contractor default under previous contracts with the owner. d. Unsatisfactory work on previous contracts with the owner. 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner or the Owner's Engineer do not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials fumished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. 20-2 I I I I ~~~1 $-2f ~ ~ I ...1 ~ I ! I ( - I t I , I i f I [ r I IiJ -I LJ I J ., j I i ________.......~___,.~-~..........__.~.,____._,._.^____..._.,__~~___'__.~'___...v....._,._""'.............~,_.., ...___.._,~_..._'.,_._..,_______..."....-.-_, - ,~_____....______.~"""_.__.......___..__~_..~..~,",._._.___..~~,..".__~."..~..._,_.__,,~.,.._.."_._._,_._ I j I) j Ii I ~ ~ ~ - . I J I 1 1 I I ! I I ..3 I .-j 1 I ) The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied ,as to the conditions to be encountered in performing the work and as to the requirement~ of the proposed contract, plans, and specifications. Boring logs and other' records of subsurface investigations and tests are available for inspection of bidders at the office of the Engineer. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the owner's design and estimating purposes, only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions,. deductions,or conclusions which he may make or obtain from his/her ,~xamination of the boring logs and other records of subsurface investigations and tests that are furnished by the owner. 20-07 PREPARATION OF PROPOSAL. The bidder shall submit his/her proposal on the 'forms furnished by the owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in, ink or typed) both in words and numerals for which he proposes to do each pay item furnished in the proposal. In case of conflict between words and numerals, th~ words, unless obviously incorrect, shall govern. The bidder shall sign his/her proposal correctly and in ink. If the proposal is made by an individual, his/her name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. Ifmade by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his/her authority to do so and that the signature is b,inding upo.n the firm or corporation. , 20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: a~ If the proposal is on a form other than that furnished by the owner, or if the owner's form is altered, or if any part of the proposal form is detached. b.. If there are unauthorized additions, conditional or alternate pay items, or irregularities, of any kind which, make the proposal incomplete, indefinite, or otherwise ambiguous. c~ I If the proposal does not contain a unit price for each pay item listed in the I proposal, except in the case of authorized alternate pay items, for which the bidder is not required to fu'rnish a unit price. , I 20-3 , I . ! d. If theproposal contains u.nit prices that are obviously unbalanced. e.lf the proposal is not accompanied by the proposal guaranty specified by the owner. I I I .~.--..:> 20-4 ,I ~',,"" " :) I l'1;..I.. '11 I f I I i I J - j I I .1 - \ I ; .1 I , I , I J .1 i"'l ~~i: :,1 :, :l ~,..J I -j '1 i I ! i The owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the owner and conforms to local laws and ordinances pertaining to the letting 'of construction contracts. 20-09 BID GUARANTY. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the owner. 20-10 DEL,.IVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business, address of the bidc;ler, his contractor's license number and bidder's license number, as applicable on the outside. When sent by mail, preferably registered, the sealed. proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal. will be considered unless received at th~ place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for wit~drawal is received by the owner in writing or by telegram before the time specified for opening bids: Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are Invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the owner until any such participating bidder has been reinstated by the owner as a qualified bidder. I] __J --I ~ ~ -. ~ I .J 1 I 1 1 I, I 1 .\ I I I I 1 "....l 1 ..',...J I j I J I , c. If the bidder is considered to be in "default" for any reason specified in the subsection titled ISSUANCE OF.: PROPOSAL FORMS of this section. 20-14 ADDENDA - CHANGES WHILE BIDDING. No interpretation of the plans, technical specifications. or other contract documents, nor correction of any apparent ambiguity, inconsistency or error therein, will be made to any bidder orally. Every request for such interpretation or correction shall be in writing, addressed to the Engineer and must be received at least five (5) calendar days prior to the opening of bids in order to be given consideration. All such interpretations and supplemental instructions will be in the form of written addenda to the contract documents which, if issued, will be sent by telegram, certified or registered mail, or hand delivered to all prospective bidders (at the respective addresses furnished for such purposes) not later than two (2) calendar days prior to the date fixed for the opening of bids. If any bidder fails to acknowledge the receipt of such addenda in the space provided in the bid form, his bid will nevertheless be construed asthough the receipt of such addenda has been acknowledged. Only the interpretation or correction so given by the Engineer in writing shall be binding, and prospective bidders, are warned that no other source is authorized to give information concerning, explaining, or interpreting the contract documents; , END OF SECTION 20 20-5 II J Ii J I: j ~ I _.3 I .l ~ I J I j I I I I : I ) I I ..,) I ,J I .! I I I J SECTION 30 AWARD AND EXECUTION OF CONTRACT 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the owner reserves the right to reject a bidder's proposal for any of the following reasons: I a.' If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a' contract is made, the owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the owner and is in conformance with app,licable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the owner's best interests. 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 90 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. ': Award of the contract shall be made by the owner to the lowest, qualified bidder whose proposal conforms to th~ cited requirements of the owner. The owner may make, a contract award prior to FAA approval, provided the award stipulates that the award is made subiect to FAA approval, including but not limited to the contractor's EEO and DBE requirements as applicable and as may be contained in these specifications. 30-03 CANCELLATION OF AWARD. The owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract ha~ been fully executed by all parties and is approved by the owner in accordance 'fIith the subsection titled APPROVAL OF CONTRACT of this section. 30-1 .' . --.-.-......- ...._----~---~-..... "---'-"--._'~'--'''''''-'-:-'''''._-'-'~' .:....-. ...----...... .-....-...',_.. ---""~......._--~~..... ....._....->...-----_.----.~.,-....._-- 30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, other than bid bonds, except those of the two lowest bidders, will be returned immediately after the owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the owner until such time as the contract is executed, at which time, the unsuccessful bidder's proposal guaranty, other than bid bonds, will be returned. The successful bidder's proposal guaranty, other than bid bonds, will be returned as soon as the owner receives the contract bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. Bid bonds will be returned only upon specific written request. 30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract, the successful bidder shall fumish the owner a surety bond or bonds which have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. 30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is recommended. 30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the owner's approval to be bound by the successful bidder's proposal and the terms of the contract, except as provided under Subsection 30-02. 30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the owner. END OF SECTION 30 30-2 I I .. I , I "~~\ ~S3 ;1 !fl3 I I I I I I 1 ) I , I i I i I I I ( , j I LJ I J I i "I i I I' J I! J Ii i ~ ~ I I ) ~ I J 1 i I . I , I I 1 I I _J I ____.J I I SECTION 40 SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work 'in accordance with the plans, specifications, references, and terms of ,the contract. 40-02. ALTERATION OF WORK AND QUANTITIES. The Owner reserves and shall have the right to make such alterations in the work as he may deem necessary or desirable to complete the work originally intended. Unless otherwise specified herein, the Owner shall, be and is t;)erebyauthorized to make such alterations in the work as may increase or decrease the ori,ginallyawarded contract, quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major cQntract item by more than 25 percent (total cost being based on the unit prices and estimated quantities ,in the awarded contract). Alterations which do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations which are for work within the general scope of the contract shall be covered by "Change Orders" issued by the Owner. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. . Should the aggregate' amour-it of altered work exceed the 25 percent limitation hereinbefore specified, . such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. All supplemental agreements ihvolving AlP funding shall be approved by the FAA and shall include valid wagedeterlllinations of the U.S. Secretary of Labor when the amount of the supplemental agreement exceeds $2,000. However, if the Contractor elects to waive the limitations on \vork that increases or decreases the originally awarded contract or any major contract item by more than 25 percent, the supplemental agreement shall be subject to the same U.S. Secr~tary of Labor wage determination as was included in the originally awarded contract. ' All supplemental agreements. shall require consent of the Contractor's surety and separate performance and payment bonds. 40-1 . 40-2 I I .-- I I '."1' Jrilj I ~ti .J I J I I ! I I I ( I j , I i I J I j I I ,I E~~ I J I i I ; I I 40-03 OMITTED ITEMS. The Engineer may, in the owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04. EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called Extra Work. Extra work that is within the general scope of the contract shall be covered by written change order. Change orders for such extra work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such extra work. When determined to be in the owner's best interest, the Engineer may order the Contractor to proceed with extra work by force account as provided in the subsection , titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of extra work that is not covered by written agreement approved by the Owner (change order or supplemental agreement) shall be rejected by the owner. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. ~ ~ ~ ~ ~ I J ~ - ~ I I j I ; I ) I j I _J I ,.,J I I I ) With respect'to his/her own operations and the operations of all his/her subcontractors, the Contractor shall provide marking, lighting, and other8cceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire-r~scueequipment, or maintenance vehicles at the airport.. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor ,shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodat~ traffic. The Contractor shall furnish erect, and maintain barricades, warning signs, flagmen, and other traffic control devices in reasonable conformity with the . manual of Uniform Tra,ffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The Contractor shall also constru'ct and maintain :in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow'removal for such existing road, street, or highway. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic ,specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. 40-06 REnnOV AL OF EXISTING STRUCTURES. All existing structures encountered within the established 'lines, grades, or grading sections shall be removed by the . Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing.structures.(where no pay item for "removal" is provided) shall not be measured or paid for directly, but shall be inCluded in the various contract items. ,Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such 'structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the owner when so utilized in the work. 40-3 ' j a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, I I I I .'-.,11 ,j/!il I .,~3 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either: 40-4 I I 1 I J I , " i I ! i I ; I j I I , I I i I L] I ,-J I j I , I b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for his/her own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his/her exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-08 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps ~ I 1 I J ~ I '_J - .. I I I j I j I i I i I I I 1 I j I I -,J I 1 ! I J or portions of. trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will hot be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner. ';.' END OF SECTION 40 40-5 I J 1 .J ~ I I I J I , I j I . I , I I ) I J I , I ,; ~ I J 1 I I SECTION 50 CONTROL OF WORK 50-01 AUT~ORrrYOF THE' ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. He shall decide. all questions which may arise as to the interpretation of the specifications or plans relating' to the work, the fulfillment of the cqntract on the part of the Contractor, and the rights of different ,Contractors on the project. ' Th13 Engineer shall determine the amount and quality of th~ several kinds of work performed and materials furnished which are to be paid for the under contract. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials . furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. " If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and sPE?cifications but that the portion of the work affected will,.in his opinion, result in a finished product having a level of safety, economy, durability, and' worklT1anship acceptable to the owner, he will advise the owner of his/her determination that the, affected work be accepted and remain in place. In this event, the Engineer will (document his/her determination and recommend to the owner a basis of acceptance which will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his opinion, needed. Changes in the contract price shall be covered by' contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are . not in reasonably close conforrTiity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise correCted by and at the expense of the Contractor in accordance with the Engineer's written orders. , For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans" 'and specifications. The term shall not be construed as waiving the Engineer's right to insist on strict compliance with the requirements of the contract, . plans, and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. ' ' ' 50-1 For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority to use good engineering judgment in his/her determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. I I .J I ,., il );tiI ~ 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as bindi89 as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for materials or testing' and cited FAA advisory circulars. 11 ~un U1 ./ 50-2 I I , I j I i ) I ~ i I J , I ; I I ,I ~A ;1 , 1 ;,..".1 I I ; I , \ I The Contractor shall not take advantage of any error or omiSSion on the plans or specifications. In the event the Contractor discovers any error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation 'and decision, and such decision shall be final. 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with two copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans and' specifications. Additional copies of plans and specifications may be obtained by the Contractor from the Engineer at the Engineer's oo~. . The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer, inspectors and with other contractors in every way possible. The Engineer shall allocate the work and designate the sequence of construction in case of controversy between contractors. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be c~pable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his/her authorized representative. 50-05 COOPERATION BETWEEN CONTRACTORS. The owner res~~es the right to contract for and perform other or additional work on or near the work covered by this 00 ntract. When separate contracts are let within the limits of anyone project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of cOmpletion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. ~ I , J I J I ~ I i I , I j 1 ) I I - I I I ..J I ".1 I I I Each Contractor involved shal,l assume all liability, fin~ncial or otherwise, in connection with his/her contract and shall protect and save harmless the owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. , , The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the ,limits of the : same project.. He shall join his/her work with that of the others in an acceptable m,anner and ~hall perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES. The contractor shall provide for all lines, grades ,and measurements as may be necessary to layout the work in accordance with the detailed plans, and to il1sure proper control of the job to its completion. It shall be the contractor's responsi,bility to satisfy himself as to the accuracy of all measurements before construction, and he shall not take advantage of any errors which may have been made in laying out the work. The contractor shall have a properly qualified instrument man with rodmen and/or chainmen with instruments and equipment approved by the Engineer available to the' project at all times. . ~ ,I The Engineer will, during the progress of the work, che,ck the accuracy of the contractor's measurements and may, at his discretion, supplement the measurements called for in the plans with additional lines and grades to implement the progress of the work. Such stakes and markings as the Engineer may set ,for either his own or the contractor's guidance shall be scrup~lously preserved by the contractor. In case of negligence on the part of the contractor or his employees, resulting in the destruction of such stakes or markings, the same shall be immediately replaced by the contractor at his expense. The Contractor shall be responsible for maintaining a set of as-constructed plans on the project at all times noting any changes, deviation, etc., with the responsibility to furnish the owner, at the completion of the project, a set of as-constructed plans. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction ,of the automatic controls occurs, the equipment may be operated mCinually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operation will produce results which conform to all other requirements of the contract. : , ' I I I 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the; owner shall be authorized to inspect all work done and all material furnished. Such' inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, 50-3 or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman' for the Contractor. I , ~ I , I i 1 "I ,~~1i 2(!i! I nspectors employed by the owner are authorized to notify the Contractor or his/her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconformi'ng materials in question until such issues can be referred to the Engineer for his/her decision. 50-4 II !''!fl. "'i'] I J I j I I J I I I I I I 1 I , i I i I ( .i I ill ,I J I J I 1 I J 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Owner's representative. 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 facilitate his inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, 'the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without inspection by an authorized representative of the owner may be ordered removed and replaced at the Contractor's expense unless the owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. However, this in no way relieves the Contractor from his responsibility for compliance of work with the contract. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) owner, authorized representatives of the owners of such facilities shall have the' right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. The administration, inspection, assistance and actions by the Engineer or the representative of the owner, as herein provided, shall not be construed as undertaking supervisory control of the construction work or of means and methods employed by the contractor and shall not relieve the contractor from any of his responsibilities or obligations under the contract, nor shall the contractor request or require the Engineer or the representative of the owner to undertake such supervisory control or to act in any manner so as to relieve the contractor from such responsibilities or obligations. The fact that the Engineer or the representative or the owner has not made early discovery of faulty work or of work omitted, or of work performed which is not in II 11 IJ ~ ~ I J IJ I J 1 .i I I 1 I : I , I I .-;1 I .. "' accordance with the contract requirements, shall not bar .the Engineer from subsequently , ,~,. rejecting such faulty work. ' , . , 50-1 0 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section.. . . Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance ,with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. No work shall be done without lines and grades in conformance with the plans and specifications. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without prior written approval, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. ,. , Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Owner will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and, to deduct the costs (incurred by the owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage which may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or,to any other type of construction will not be permitted. Hauling of materials over the base course,surface course, or other cOQtract items under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense. 1 . . 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during: construction and for a period of one year after the work is accepted. This maintenance shall constitute cc;mtinuous and effective work prosecuted day by day, with I . . - 50-5 adequate equipment and forces so that the work is maintained in satisfactory condition at all times. I .i I ..., I Maintenance shall include by shall not be limited to watering, mulching, fertilizing, weeding, guying, staking, pruning and insect and disease control. ; ,~ 50-6 ,I !lflY ~ I ..d I j I I , I I I I I \ I f , , i , ; I ; i .1 :",J .1 J I J I r l I In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory' maintenance condition~ The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Owner may suspend any work necessary for the owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the owner shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, the Owner may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor instructions for correction of same, and the Contractor shall immediately comply with and execute such instructions. . Upon correction ~J II J I) ~ ~ ~ ~ ~ ~ - I I 1 I , I i I _I I _.J I .I I I of the work, another inspection will be made which shall constitute the final inspection, provided the, work has been sa~is!actorily completed and tt'e Engineer will make the final acceptance. : In such event, the Engineer will make the final acceptance and notify the Contractor in' writing of this acceptance as of the date of final inspection. Such final acceptance Shall in nO way relieve the Contractor from responsibility for defective work. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing of his/her intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept accmmt of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit, his/her written claim to the Engineer who will present it to the owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on ,differences in measurements or computations. END OF SECTION 50 ,. , 50-7 . - , I I ~ I, I ~ I j I, I , I J I I I I I J I J I , I I .) I 1 1 , I J " SECTION 60 CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on ,the work shall conform to the requirements of the contract, plans, and specifications. Unless othe~ise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). I " In order to expedite the inspection and testing Of materials, the Contractor shall fumish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contractbut, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is started. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. ~ The Contractor shall furnish meteorological, navigational, and airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specifica.tion for the equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: . a. ' Listed in FAA Advisory Circular (AC) 150/5345-1, Approved Airport 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. . , The equipme'nt required for this contract and to be furnished by the Contractor in accordance with. the requirements of this subsection is contained in the Proposal and Technical sections of these specifications. 60-02 SAMPLES, TESTS,. AND CITED SPECIFICATIONS. All materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without written approval or written permission of the Engineer shall be performed attlle Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, . shall be removed at the Contractor's expense. Unless otherwise designated, tests in i accordance with the cited standard methods of AASHTO or ASTM which are current on : the date of advertisement for bids will be made by and at the expense of the owner. : Samples will be taken by a qualified representative of the owner. All materials being used : 60-1 are subject to inspection, test, or rejeGtion at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/her request. 60-03 CERTIFICATION OF COMPLIANCE. The Owner may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Owner. When a material or assembly is specified by "brand name or equal", the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal" material or assembly, he shall furnish the manufacturer's certificates of compliance for the specified brand name material or assembly. However, the Owner shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The Owner reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION. The Owner or his/her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. Should the Owner conduct plant inspections, the following conditions shall exist: 60-2 I I I ,I .lJ.iij Yi't II ~m .J I I , , I 1 I ! I I i I , i I j , I j I I 1 ,.., ',,\, j...Jl -.1 j I i , , . , I I I .I ~ I J I ,-J I ....J . I l I J I " I i I I l I , I , I ,] a. . The Owner shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted for materials. I', ': '. b.' 'The Owner shall have full entry at all reasonable times to such parts of the plant that concern the manufactl,lre or production of the materials being furnished. c.. If required by the Owner, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the owner shall have the right to retest any material which has been tested and approved at the source of supply after it has been delivered to the site. The Owner shall have the right to reject only material which, when retested, does not meet the requirements pf the contract, plans, or specifications. 60-05 ENGINEER'S FIELD'OFFICE AND LABORATORY. A field office for the Owner's resident project representative 9nd testing personnel will be required for this project. This office shall b~ provided by the Contractor at no additional cost and shall be adequately sized to accommodate, the needs of the resident project representative's use in maintaining project recoras, as well as adequate storage of project records. 60-06 STORAGE OF ;MA TERIALS. Materials ~hall be so stored as to assure the preservation of their qu~lity and fitness for the work. ,. Stored materials, even though approved before storage, may again be inspected, prior to their use in the -work. Stored materials shall be locat~d so as,to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Owner. Materials to be stored on airport property shall' not create an obstruction to air navigation nor shall they interfere with the free and uno~structed mpvement of aircraft. Unless otherwise shown on the plans, the storage of materials, and the location of the Contractor's plant and parked equipment or vehicles shall.be as directed by the Owner. Private property shall not be used for storage purposes without written permission of the owner or lessee of ~uch property. The Contractor shall make all arrangements and bear all expenses for the storage of materials. Upon request, the Contractor shall furnish the Engineer a copy of the property , owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/her entire expense, except as otherwise agreed to (in writing) by the owner or,lessee of the property. , ~ , - I 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 be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. - - 60-3 ~ .. , I I I No rejected material or assembly, the defects of which have been corrected by the Contractor, shall be returned to the site of the work until such time as the Engineer has I approved its use in the work. 60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified herein (if any) to be fumished by the owner. Owner-furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing owner-furnished materials shall be included in the unit price bid for the contract item in which such owner-furnished material is used. After any owner-furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies which may occur during the Contractor's handling, storage, or use of such owner- furnished material. The owner will deduct from any monies due or to become due the Contractor any cost incurred by the owner in making good such loss due to the Contractor's handling, storage, or use of owner-furnished materials. 60-09 SHOP DRAWINGS. The. contractor is responsible for the preparation of detailed shop drawings necessary for the fabrication, erection and' construction of all parts of the work in conformity with the contract documents. Copies of shop drawings shall be submitted to the Engineer for approval in accordance with the procedures herein described. The number of copies submitted shall be sufficient for the Engineer to keep three (3) copies and the remaining copies returned for the Contractor's distribution. "Shop Drawings", wherever referred to, shall be defined as drawings, diagrams, illustrations, schedules, catalog cuts, performance charts, brochures, and other data prepared by the Contractor, which illustrates how specific portions of the work shall be fabricated and/or installed. Where it is difficult to provide shop drawings, transparencies such as for "catalog cuts", "brochures" or "photographs", the Contractor shall submit a minimum of five (5) copies of such "cuts", "brochures", or "photographs". Additional copies shall be supplied when required by the Engineer. All submissions of shop drawings, brochures and catalog cuts shall be accompanied by a transmittal letter listing the drawings submitted by number and title. Each reproducible shop drawing shall contain title block with the following information provided: (a) Number and title of drawing, including contract number; (b) Date of drawing or revisions; 60-4 il !',.,I ;'11"[1 ,I n '5;;;). '''1 ~,...f I 1 ,j ~ I I I , I , I I ; I ~ I , ! I t ,I ~,,~ .,.J -I ..'j' ~;" I I I j I I I J I .I I j I ,,::I I :.:J ~I I, J - I I J I I I ; I I , I I I _.1 I ) - I (c) (d) (e) (f) (g) Name of contractor or subcontractor submitting drawing; PrOject number; , Specification section title and number; I, . ,. . Space above the title block for engineer's approval stamp Submission number (whether first, second, third, etc.) Each shop drawing shall- have listed on it all contract references, drawing numbers, plus shop drawing numbers on related work by other subcontractors, if available. Non-reproduy,ible shop drawings shall be submitted with a cover sheet containing all of the information required on reproducible shop drawings. Shop drawings shall be'complete in every detail, including a location plan relating the work to space identification and column numbers. Materials, gauges, method of fastening, size fitting, drilling, and any and all other .necessary information as per usual trade practi~eor as required for any specific purpose must be clearly shown. The contractor shall check and approve all shop drawings to make sure that they conform to the drawings, specifications, and other contract requirements, and correct the drawings found to be inaccurate or: otherwise in error. The contractor shall verify all field dimensions and crjteria' and shall be responsible for the coordination of work by all subcontractors. Shop drawings, at the time of submission, shall bear the signature of the contractor's checker, date and stamp of approval for submission to the engineer as evidence that such drawings and/or details have been reviewed, checked and approved by the contractor. Drawings submitted without such stamp of approval will be returned to the contractor unapproved and will 'require resubmission. In such event, it will be deemed that the contractor has not complied with the requirements of this subsection and shall bear the risks of delays as if no drawings or details had been submitted. Both sepia and prints must bear contractor's stamp. The contractor, by approving and submitting shop drawings, represents that he has determined and verified all field measurements and quantities, field construction criteria, materials, catalog numb~rs, and similar data, and that he has reviewed and coordinated the information in the s,hop drawings with the requirements of the work and the contract documents. At the time of submission, the contractor shall inform the engineer in writing of any deviation in ;the shop drawings or samples from the requirements of the contract documents. ' The engineer will review and ,!3pprove shop drawings and samples with reasonable promptness so as to minimize delay, but only for conformance with the design concept of the contract and with the information given in the contract documents. The engineer's approval of a separate item shall not indicate approval of an assembly'in which the item 60-5 . functions. The engineer will return the shop drawings transparency/sepia to the contractor for his use and distribution. The engineer's approval of shop drawings or samples shall not relieve the contractor of responsibility for any deviation from the requirements of the contract documents unless the contractor has informed the engineer in writing of such deviation at the time of submission and the engineer has given written approval to the specific deviation, nor shall the engineer's approval relieve the contractor from responsibility for errors or omissions in the shop drawings or samples. ' No materials shall be ordered and no portion of the work requiring shop drawings or sample submission shall be commenced until the submission has been approved by the engineer. All such materials and portions of work shall be in accordance with approved shop drawings and samples. The contractor shall, when requested by the engineer in writing, submit additional shop drawings to those required by the technical specifications or special provisions. Prior to final acceptance of the work" the contractor shall deliver to the Engineer five (5) complete sets of all maintenance manuals, parts lists, operating instructions and other necessary documents required for all installed materials, equipment, or machinery. Such documents shall be furnished concurrently with the installations of the respective materials, equipment or machinery. All shop drawings submitted by the contractor and approved by the engineer become part of the contract documents. END OF SECTION 60 60-6 I I ,"' I ,,~,.:J ;1 .h.;,,. i&W !I m~~ ..1 I I I 1 I J I ! I , \ I ! ) I 1 I I 1 ~ ;1 ~;~J t_', ~ I i -I i , ~ I J I , J ) l' -, ~ I ,J I I J I J I i I ! I J I .) I J I J , - SECTION 70 . LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times oq,serve and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the owner and all his/her officers, 'agents, or selVants ag~inst any: claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her .employees. 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prose~ution Of the work. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for su<;:h use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the owner, any third party, or political subdivision from a'ny and all claims for infringement by reason of the use of' any such patented design, device, material or process, or any trademark or copyright,' and shall indemnify the owner for any costs, expenses, and damages which it maybe obliged to pay by reason of an infringement, at any time during the prosecuti9n or aftert~e completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service; FAA or N9tional Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress , of the work. ' The Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the owner of public or private utility selVice, FAA, or NOAA facility, or a utility selVice of another government agency be authorized to construct, reconstruct, or: maintain such utility service or facility during the progress of the work, the Contractor shall : I , I cooperate with such owners by arranging and performing the work in t~is contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered ,as extra work by the Owner, the ." 70-1 Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For AlP contracts, the United States Government has agreed to reimburse the owner for some portion of the contract costs. . Such reimbursement is made from time to time upon the owner's (sponsor's) request to the FAA. In consideration of the United Sates Government's (FAA's) agreement with the owner, the owner has included provisions in this contract pursuant to the requirements of the Airport Improvement Act of 1982, as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987, and the Rules and Regulations of the FAA that pertain to the work. As required by the Act, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, FAA, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the Act, the rules and regulations implementing the Act, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 SANITARY, HEALTH, AND-SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. This shall include, but not be limited to sheltered portable outdoor toilet facilities located near the construction site or contractor staging area. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions which are unsanitary, hazardous, or dangerous to his/her health or safety and the Contractor shall assure that all work is carried out to insure safety to all personnel on the project. 70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience 70-2 I I I I ".\ )J~ :.&1:.. I ~m I I I I I I I I I I i~~ I ~] I 1 I , I I j I ...J I j I ...J .~ I J I , I J I I 1 J I 1 I J I , I J I -) and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. Add~tional Safety Requirements 1. Equipment not in use will be parked in areas designated by the resident project representative at least 300 feet from the active runway and at least 200 feet from active taxiways and aprons. Working equipment closer than this to active paved areas will be permitted only with specific permission and coordination, with the Airport Manager through the resident project representative. 2. No excavation will be made closer than' 50 feet to active paved areas except with expressed permission and coordination with Airport Manager through the resident project representative. All such excavation left open overnight will be adequately lighted with flashing lights as approved and directed by the resident project representative. Open flame will not be permitted. 3. Where construction requires cutting of active roadways, taxiways, runways and aprons, same shall have temporary barricades and flashing lights placed at'entrance as'd!rected by the resident project representative. 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public ,and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights 'and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office). . I , When the work requires closing an air operations .area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to, the requirements of AC 150/5370-2E, Operational Safety on Airports During Constructjpn. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavati9ns, temporary stock piles, and his/her parked construction equipment thCit may be hazardous to the operation of emergency fire-rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2E, Operational Safety on Airports During Construction. I I I I I - J The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2E. ' 70-3 The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work which requires such erection and shall maintain the barricades, warning 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. Construction Activity and Aircraft Movements (1) For construction activity to be performed in other than active operational areas, the storage and parking of equipment and materials, when not in use or about to be installed, shall not encroach upon active operational areas. In protecting operational areas, the minimum clearances maintained for runways shall be in agreement with Part 77 of the Federal Aviation Regulations. (2) Because of frequent necessity to accomplish construction within areas defined by FAR Part 77, while aircraft operations are in progress, the following distances from runway, taxiway edge and runway approach area may be authorized by the engineer due to construction activity. Distance from runway edge Distance from taxiway edge Runway approach areas 150 feet 47.5 feet 20: 1 slope The presence of construction equipment, rough grades, or open excavation in excess of 4 inches deep within the above areas, shall require closure of the operation area and such closure must be approved in advance by the engineer. Details on necessary procedures for marking and lighting runway and taxiway closures may be found in AC 150/5340-1 H. Warning signs should have flashing lights and be located in taxi areas in advance of the construction site. Limitation on Construction (1) Open-flame welding or torch cutting operations shall be prohibited unless adequate fire and safety precautions are provided. (2) Open trenches, excavations and stockpiled material at the construction site should be prominently marked with red flags and lighted by light units acceptable to the engineer during hours of restricted visibility and/or darkness. (3) Stockpiled material shall be constrained in a manner to prevent movement resulting from aircraft blast or wind conditions in excess of 10 knots. Motorized Vehicles. 70-4 I I j I ; , j ~I , ,;1 t~il 11 ,,~.~, . ".'] I I \ ,I i . \ I i I i I I I ! I I I I LiJ ~I :.J I , -I , I I J I: J ~ I I I I ~ I J I j I I I - I I I I .,..J I I I I (1 ) (2) (3) When any vehicle other than those routinely used in the aircraft movement area and runway 'approach area is required to travel over any portion of that area, it should be escorted by a vehicle properly identified to operate in the area or provided with. a flag on a staff so attached to the vehicle so that the flag will be readily visible. The flag should be not less than 3 feet square consisting of a checkered pattemof international orange and white squares of not, less than 1 foot o,n each side and displayed in full view above the vehicle. A flag or escort vehiCle is not required for vehicles which have been painted, marked and lighted for routine use on aircraft movement areas. Any vehicle operating on, the, mdvement area during the hours of darkness should be equipped with a flashing dome-type light, the color to be in accordance with local and/or state Godes. If the, airport has a security plan, all such identification and control shall be in compliance with the security plan. Vehicular traffic crossing active movement areas must be controlled either by two-way radio with the FBO, by escort, flagmen, signal light such means to be approved by the engineer. The clearance shall be confirmed by the driver's personal obselVation that no aircraft is approaching his position. It may be required to clearly identify the vehicles for control purposes by either assigned initials or numbers prominefltly displayed on each side. The identifying sy~bols, if required, shall be of 8-inch minimum, block type characters of a color easily read. They may be applied by use of tape or water soluble paint to facilitate removal. In addition, all vehicles must display the identification media as specified in the approved airport security plan, if applicable. Debris. Waste and loose material capable of causing damage to aircraft landing gear, propellers or being ingested in jet engines shall not be placed on active aircraft movement areas. Material tracked on these areas shall be removed continuously during the work. 70-09 USE "OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of: the work, the Contractor shall exercise the utmost care npt to endanger life or property, including new work. The Contractor shall be required to obtain a blasting permit from the City Fire'Department, but the permit fee will be waived. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be ,stored in a secure manner in compliance with all laws and ' ordinances, ~nd 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 (300 m) from the work or from any building, road, or other place of human occ~pancy. The Contractor shall notify each property owner and public utility company having structures or "facilities in proximity to the site of the work of his/her intention to use . , 70-5 70-6 I J I J I J i~ t~ !~ ,~ ~ I 1 ~ I I I ! - t I 1 I j I J I .1 LJI I 'I ......,1 I ! I ~ I , I ~xplosives. Such notice shall be given sufficiently in advance to enable them to take such .steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property, unless specifically approved by the Owner. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the nonexecution thereof by the Contractor, he shall restore, at his/her own expense, such property to a condition similar 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. 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The contractor shall forever indemnify and forever hold harmless the engineer and the owner (as well as their respective past, present and future members, officers, employees, agents, shareholders, if any, directors, if any, successors, assigns, heirs and representatives) for any and all expenses (including but not limited to attorneys fees), costs, causes of action, claims, demands, settlements and judgments arisin~ out of or due or related in whole or in part to any breach of this contract, or any negligence of the contractor or any of his subcontractors of whatever tier, or the performance of this contract, or any infringement of a patent, trademark or copyright. As additional protection for the owner, any monies due the contractor pursuant to this contract may be withheld by the owner pending the resolution of, or the payment of, any such expense, cost, cause of action, claim, demand, settlement or judgment. The obligation of the contractor as set forth in this paragraph shall not be deemed to be reduced, waived or modified in any respect by reason of any insurance or bond provided by the contractor pursuant to this contract and especially pursuant to this subsection 70-11. The insurance to be maintained by the contractor must include, but is not necessarily limited to, the insurance required by the provisions of this subsection 70-11. The contractor shall require each subcontractor of whatever tier to maintain and furnish him with satisfactory evidence of adequate workers' compensation, employer's liability and such other forms and amounts of insurance as the contractor deems appropriate; ~ I J ~ ~ I ~ I ) ~ - I ; I I oJ I i I J I provided that the maintaining and furnishing of insurance by any subcontractor shall not be deemed to reduce, waiver or modify any of the obligations of the contractor as set forth in this subsection 70:"11. " ~' ,'. ., ': .~',': The contractor shall secwe and maintain, during the life of this contract, such Public Liability Insurance as shall protect him and all subcontractors of every tier from claims for damages for personal injury, including but not limited to accidental death, as well as from claims for prop'erty dam~ge arising out of all operations under the contract, whether such operations b~ by himself or by all subcontractors or by any of them or any combination of them or by anyone directly or indirectly employed by any of them. The contractor shall maintain at least the following insurance: "X", "C", and "U" Hazards; Owner's Protective Liability; Contractor's Protective Liability; Personal Injury (all insuring agreements) deleting the employee exclusion; Broad Form Property Damage, including completed operations - to modify care, custody, or control exclusion; and Contractual Liability - required when a hold hCirmles~ agreement has been signed. The amounts .of such insurance shall be in at least the limits as set forth below: 1. Workers' Compensation and Employer's Liability Insurance affording (a) protection under The Workers' Compensation Act of the state in which the work is performed and workers' compens.ation acts of any other states in which any of the work is performed, and (b) Employer's Liability Protection subject to a minimum ,of $100,000. 2. Comprehensive General Liability Insurance including XCU coverages in an amount of not less than $1,000,000 per occurrence. This insurance shall include contractual coverage in the amount of not less than $1,000,000 and completed operations:coverage in the amount of not less than $1,000,000. 1 , ' . l . I .; I 1 I 3. Comprehensive Auto Liability Insurance covering owned, hired and nonowned vehicles in the: amount of not less than $1,000,000 per .occurrence. 4. The contractor shall be responsible for and shall maintain such insurance as will fully protect the owner from liabiHty for damages for personal injury, inCluding but not limited to death, which may arise from operations under this contract. Limits of coverage required for this insurance shall be in the amount of not less than $1,000,000 CSL, and shall be in addition to the liability limits required above. I 5. In respect to the Comprehensive General Liability Insurance, the' Comprehensiye Auto Liability Insurance and the owner's protective liability insurance, excess coverage in an amount of not less than $1,000,000 to incl,ude bodily injury and property damage. 70-7 In the event an insurance carrier should terminate or modify any of the above insurance coverages, the contractor shall immediately contract with another insurance carrier to provide the requisite coverage and shall immediately deliver to the owner for review and approval a replacement certificate. If the owner does not approve a certificate, a modified certificate must be submitted to the owner for its consideration. I I I,.j I ..1 :1 ':m..1 iliill ~I .-.'.'.".1 ~!~i I j ~ I ,J I , ! i I i I , .I I I .: I ~j ,I , :J I ) , i I All of the above policies name the contractor and the owner and its past, present and future members, officers, employees and agents as insureds, and they shall be written through insurance carriers which are qualified to do business in the state in which the work is performed. On or before the date on which the contractor signs this contract, the contractor shall deliver to the owner certificates of the above insurance coverage for review and approval. If the owner does not approve any certificate, a modified certificate must be submitted to and approved by the owner prior to the commencement of any work. All certificates must affirmatively state without any disclaimer or limitation whatsoever that the coverage or coverages referred to therein shall not and cannot be terminated or modified until the owner has received thirty days written notice thereof. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his/her own estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by the owner. Upon completion of any portion of the work listed above, such portion shall be accepted by the owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the 70-8 ~ I J I J ~ I ~J I J ~ 1 J I , I 1 I , I I I I ....J - - I I , work so opened that is not attributable to traffic which is permitted by the owner shall be repaired by the Contractor at his/~er expense. ~ , ! ) I The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensatiolil by reason. of delay or increased cost due to opening a portion of the contract work. 70-14 CONTRACTOR'S RESrONSIBILlTY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection .titled PARTIAL ACCEPTANCE of Section 50, th'e 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. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion ofthe work before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such, as earthquake, tidal wave" tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. 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 erect necessary temporary structures, signs, or other facilities at his/her expense. During such period of suspension of work; the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in, newly established planting, seedings, and soddings furnished under his/her contract, and shall take adequate precautions to protect new tree growth and other importaht vegetative growth against injury. 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF .oTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control his/her operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility: services of another governmental agency are known to exist within the limits of the i contract work, the approximate locations have been indicated on the plans and the! owners are identified. ! I It is understood and agreed th.at the owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or 70-9 It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the owners of all' utility services or other facilities of his/her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. I I I ;1 :~ II '~';l ~,..J omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service. In addition to the general written notification hereinbefore provided, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his/her plan of operations that would affect such owners. , , - I I I , I I I I I I ;1 "",J I U I I j -I , I i Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's opinion, the owner's presence or a representative of the owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Owner. The Contractor's failure to give the two day's notice hereinabove provided shall be cause for the Owner to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods necessary to prevent damage within 3 feet (90 em) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The contract owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. 70-10 ~ I, j 1 J 1 ..J ~ ~ ~ I J I ., J I I ~ I r 1 I ".;3 I ; I J I I I 70-16 FURNISHING RIGHTS-OF-WAY. The owner will be responsible for furnishing all rights-of-way. upon which. the w<;>.rk is to be constructed i,n, advance of the Contractor's operations. .: .,' .' . 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there shall be: no liability upon the Engineer, his/her authorized representatives, or any officials of the owner either personally or as an official of the owner. It is understood that in such matters they act solely as agents and representatives of the owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the owner and engineer will 'expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or estop the owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the owner be precluded, or stopped from recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of th~ owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. ; The Contractor, without prejudice to the terms of the contract, shall be liable to the owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the owner's rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens"chemic;:als, or other harmful materials and to prevent pollution of the atmosphere from particulate 'and gaseous matter. ' Tree clearing shall be held to the minimum required,for the specific improvements. All commercially marketable timber, pulpwood or other wood' products shall be sold, hauled off and processed at existing plants. The remnants shall be given to the general public if anyone finds:themuseful enough to haul off. The contractor shall not be allowed to use burning as a method of clearing the site of small vegetative growth. No burning of any type will be permitted. ' AIR POLLUTION CONTROLS. (a) Common constructiof') operations which may cause excessive dust include: (1) Quarry drilling and rock crushing. (2) r Clearing, grubbing, and stripping. (3), EXGavatiori and placement of embankment. (4) Cement and aggregate handling. 70-11 (5) (6) (7) (8) Cement or lime stabilization. Blasting. Use of haul roads, Sandblasting or grinding. (b) Other construction items which may cause air pollution area; (1) Volitiles escaping from asphalt and cutback materials. (2) Use of herbicides or fertilizer. (3) Smoke from asphalt plants or from heater/planers. (c) Control of dust and other air pollutants; shall be the responsibility of the contractor and may include: (1) Drilling apparatus equipped with water or chemical dust controlling systems. (2) Exposing the minimum area of land. (3) Applying temporary mulch with or without seeding. (4) Use of water sprinkler trucks. (5) Use of covered haul trucks. (6) Use of stabilizing agents in solution. (7) Use of dust palliatives and penetration asphalt on temporary roads. (8) Use of wood chips in traffic and work areas. (9) Use of vacuum-equipped sandblasting systems. (10) Use of plastic sheet coverings. (11) Restricting the application rate of herbicides to recommended dosage. Materials shall be covered and protected from the elements. Application equipment and empty containers shall not be rinsed and discharged so as to pollute a stream, etc., or the ground water. (12) Bituminous mixing plants shall be equipped with a dust collector, to waste or return uniformly to the hot elevator all or any part of the material collected. (13) Delay of operations until climate or wind conditions dissipate or inhibit the potential pollutants in a manner satisfactory to the engineer. PERMANENT AND TEMPORARY WATER POLLUTION CONTROL (SOIL EROSION). (a) Construction shall include temporary pollution control measures to ensure that soil erosion which might cause water pollution is kept to a minimum. Such measures may consist of construction of berms, dikes, dams, drain, and sediment basins, or use of fiber mats, woven plastic filter cloths, gravel, mulches, quick growing grasses, 'sod, bituminous spray, and other erosion control devices or methods. 70-12 I I , 0.-' I ~I h~l~ . ~''':~ t1ili I jf!i ,;J I J I , , , I I ~ I , . I i I I \ I l I ; f I t,l tid I :,3 I I 'Oi ,I I j I i ; II l ~ I J I ~ ~ ~ ~ 1 J I I I 1 I I I J I j I , I ~ .J I . ) I j I I (1). At the preconstruction confe~ence, the contractor shall be required to submit, for acceptance, ,his schedules for'accomplishment of temporary erosion and pollution control work. He shall also submit, for acceptance, his areas and his plan for disposal of, waste materials or erosion control details for other potential sources of pollution. (2) The GOntractor shall be required to complete all permanent erosion control features at the earliest practicable time. Temporary pollution control measures shall be used to correct unforseen conditions that occur during construction or those that are needed prior to completion of permanent measures. (3) If necessary, the engineer shall limit the surface area of erodible earth material exposed; by clearing and grubbing, excavation, or borrow and fill operations. The amount of surface area of erodible earth at' one time shall not exceed 750,000 square feet, unless otherwise approved by the engineer. (4) 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 in a timely manner, the contractor shall perform such work at his own expense. ' (5) In case of repeated failures on the part of the contractor to control erosion/pollution, right shall be reserved to the owner to employ outside assistance to provide the necessary corrective measures. Such incurred costs, plus related costs, shall be charged to the contractor and appropriate deductions made from the contractor's payments. (6) The erosion control features installed by the contractor shall be acceptably maintained, by the contractor during the time that construction work is being done. OTHER WATER POLLUTION CONTROLS. (a) The contractor shall not be permitted frequent fording of live streams with construction~quipment; therefore, temporary bridges or other structures should be used wherever such crossings-adversely affect sediment levels and an appreciable number of stream crossings are ne.cessary. , (b)' All waterways shall promptly be cleared by the contractor of falsework, piling, debris~ or other o~structions placed during construction work and not a part of the finished work. (~) Water from aggregate washing or other operations containing sediment! shall be treated by filtration, a: ;settling basin or other means sufficient to reduce the sediment content to not more than that of the stream, etc., into which it is discharged. . - 70"'-13 (1) Use of smoke density charts. (2) Measurement of weight and density (micrograms per cubic meter of air) of suspended particulate. (3) Differentiation between allowable particulate limits by land use, such as residential, commercial, or industrial. (4) Permissible weights of emission in pounds/hour versus pounds/hour of material processed. (5) Open burning. (6) Dust collection systems for asphalt plants. (7) Erosion control measures. I I I ; 11 ~~~, ii.tJJ I !~~ I ! , I , I I ! J - ! I , I , I 1 I ! I I , I I ;1 ~;j -, ,J I j I 1 , I (d) Pollutants such as fuel, lubricants, bitumens, raw sewage, and other harmful materials shall not be discharged into or near rivers, streams, and impoundments or into natural or manmade channels leading thereto. Wash water or waste from concrete mixing or curing operations shall not be allowed to enter live streams, etc. CONFLICT WITH OTHER CONTROLS. (a) In the event of conflict between these requirements and pollution control laws, rules, or regulations of other federal, state, or local agencies, the more restrictive laws, rules, or regulations should apply. . (b) Some states, municipalities, and pollution control authorities have very specific (egulations for air and water pollution controls. For information, note that these may include requirements for: 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his/her operations, any building, part of a building, structure, or object which is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Engineer order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract 70-14 11 II ~j I I I' ! Ii , time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80.. 70-21 REVIEW OF RECORDS' The contractor shall allow the owner to inspect all payroll records, invoices for materials, book of accounts and other relevant records pertinent to the contract both during the performance of the contract and for a period of five years thereafter. I' , I I .J I J I I I J I . J ~ I j 1 4 I ..3 1 J I ! , '" . END OF SECTION 70 70-15 I] Ii I Ij ~J ~ ~ ~ ~ ~ I J I I i I ! I J I .J I ,j I I SECTION 80 PROSECUTION AND PROGRESS I , 80-01 SUBLETTING OF CONTRACT.' The owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a ,: qualified superintendent, or by other designated, qualified representative who is du,ly authorized to receive and execute orders of the Engineer. . Should the Contractor elect to assign his/her contract or any part thereof, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the owner, and shall be consummated only on the written approval of the owner. In case of approval, the Contractor.shallfile copies of all subcontracts with the Engineer. 80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the 90ntractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set in the written notice to proceed, but in any event, the Contractor shall notify t~e Engineer at least 24 hours. in advance of the time actual construction operations, will b,egin. ',I 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion' of.the project in accordance with the plans and speCifications within the time set forth in the proposal. If the Contraclor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. ' For AI P contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued. 80-04 LIMITATION OF OPERATIONS. The Contractor shall control his/her operationSj : and the operations of his/her subcontractors and all suppliers so as to provide for the free I and unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport. I When the work requires the Contractor to conduct his/her operations within an AIR I OPERATIONS AREA of the airport, the work shall be coordinated with the owner 1 80-1 . . I (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AIR OPERATIONS AREA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AIR OPERATIONS AREA of the airport on an intermittent basis (intermittent opening and closing of the AIR OPERATIONS AREA), the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are provided. Detailed information of opening and closing the AI R OPERATIONS AREA of the airport is contained in the Project Special Provisions. The contractor shall not commence work that would be prejudicial to work already started. 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the contractor or by any subcontractor who, in the opinion of the owner, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the owner, be removed forthwith by the contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without the approval of the owner. Should the contractor fail to remove such person or persons or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the owner 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 the requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. 80-2 I I I I ;Iii; I !in , ,J I I I I I I , I I , I ; l I ul I ~J I I I i j I I j I I I J ~ I .J I J I j I j I 1 I } I I , I I j I ~J I .I When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed .in the contract, the Contractor:is free to use any methods or equipment that will accQmplish: the work in conformity with the requirements of the contract, plans, and specifications. : ' When the contract specifies the, use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given,' it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining, work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other correctiv.e action as the Engineer may direct. No change will be made in basis of payment for the contract ,items involved nor in contract time as a result of authorizing a ~hange in methods or equipment under this subsection. 80-06 TEMPORARY SUSPENSION OF THE WORK. The Engineer, acting for the Owner, 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. In the event that the Contractor is ordered by the Engineer, acting for the Owner, 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 order to suspend work to the effective date of the order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays Que to inclement weather, for suspensions made at the request of the Contractor, or for any' other delay provided for in the contract, plans, or specifications. ' - If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction to aircraft - 80-3 {; j, J 80-4 I ..J I j I ; ..J f, .., ..t:~t: ~~~, ~.,., ~J I j I 1 I .~ I 1 j I ; I i I ~ I \ I I .1 . ...1 L.:il , "J I ; , j I traffic, be damaged, or cause deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar days allowed for completion of the work shall be stated in the proposal and shall be known as the CONTRACT TIME. The CONTRACT TIME shall consist of the number of calendar days stated in the proposal counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and nonwork days. All calendar days elapsing between the effective dates of the Engineer's orders, acting for the Owner, to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. If the Contractor finds it impossible for reasons beyond his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this section, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Owner for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Owner finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 80-08 FAILURE TO COMPLETE ON TIME. Time is of the essence of this contract. Certain airport facilities will be unusable while the contract is in progress and the owner could experience a loss of revenues. The owner is willing to accept the loss of revenue as part of the cost of making the needed improvements, up to the time specified for completion of the work. However, for each calendar day that any part of the work remains uncompleted after the date stipulated for completion of the work in the contract, or as extended by additional work or materials ordered after the contract is signed, the sum shown in the proposal shall be deducted from any monies due the contractor or if no money is due the contractor, the owner shall have the right to recover said sum or sums from the contractor from the surety or from both. The amount of these deductions are to cover liquidated damages to the owner incurred by additional and other expenses and loss of revenues due to the failure of the contractor to complete the work or any part of the work within the time specified. 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 part of the owner of any of its rights under the contract. I, ~ II Ii J , ~ I ,/ ~ I .) I j I j I j 1 , I j I , I ".;1 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of nis/her,.contract and such default will be considered as cause for the owner to terminate tile contract for any of the following reasons if the Contractor: a., Fails to begin the work under the contract within the time specified in the "Notice to Proceed," or ' b'"Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may have been rejected as unacceptable and unsuitable, or d. Discontinues the ~rosecution of the work, or . e. Fails to re~ume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or:insolvency, or g. Allows any final judgment to stand against him unsatisfied for a period of 10 days, or h. ~Makes an assignment for the benefit ofcreditors, or i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. . . ,. J Should the Owner consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractors surety as to the reasons for considering the Contractor in default and the owners intentions ~o terminate th,e contract. If the Contractor or surety, within a period of 1 0 days after such notice, does not proceed in accordance therewith, then the owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractors failure to comply with such notice,. have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to. the terms and provisions thereof, or use such other methods as in the J 80-5 I All costs and charges incurred by the owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the owner the amount of such excess. I f I , "j I '. opinion of the Engineer will be required for the completion of said contract in an acceptable manner. . 80-6 J iJ ~ ~I '4 I j , ) I \ I I 1 I I I i I I , I I . ~ I ~:~ :.1 "'I I j I I j I 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims for loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerning any just claim arising out of the work performed. END OF SECTION 80 1.1 'IJ IJ I ~. II I I~ II J IJ I: I j I I j I I ,~ j:.~ I .~.J I , - I r GENERAL PROVISIONS SECTION 90 MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES All work completed under the contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method' of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, andt;lo deductions will be made for individual fixtures (or leave-outs) having an area of 9 square feet or less. Unless otherwise specified, transverse measurements for .area ,computations will be the neat dimensions shown on the plans or ordered in, writing by the Engineer. Structures wil,l be measured according to neat lines shown on the plans or as altered to fit field conditions.. Unless otherwise specified, all ,contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be , measured parallel to the base or foundation upon which such items are placed. In computing ,volumes of excavation the average end area method or other acceptable methods will be used. . The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. , . The term "ton" will mean the short ton consisting of 2,000 pounds avoirdupois. All materials which, are measured or proportioned by weights shall be weighed on accurate, approved scales by c9mpetent, qualified personnel at locations designated by' the Engineer. If materi,al is shipped by rail, the car weight may be accepted provided j that only the' actual weight of material be paid for. However, car weights will not be: acceptable for material to be 1 passed through mixing plants. Trucks used to haul! material being paid for by weight shall be weighed empty daily at such times as the: Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by vqlume in the hauling vehicle shall be hauled in approved vehicles and measured therein ,at the point of delivery. Vehicles for this purpose may 90-1 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 arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard may be weighed, and such weights will be converted to cubic yards for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon or tori. When measured by volume, such volumes will be measured at 600 F or will be corrected to the volume at 600 Fusing ASTM D 4311 for asphalts or ASTM D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton or hundredweight. Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such identification will' be considered to be nominal weights or 90-2 I I ,j I ..i ,I .'.'1 " &rh , I J ~ ~ I j I , I , I I ; I J I I I i ; ,.1 '1 t,J1 -I :d I ,J I 1 I j I: :J IJ 1 ,J 1 (..J I _J 1 1 ) 1 1 I J I I I I , ~ I ; I , I ~J I' ,J I , I l I J dimensions. d' Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances esta,~lished by the industries involved will be accepted. ,. ' Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniforlll in' spacing throughout the graduated or marked length of the beam or dial and shall 'not exceed one-tenth of 1 percent of the nominal rated capacity of the scale, but not less than 1 pound. The use of spring balances will not be permitted. Beams, dials, platforms', and 'other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall 'have available ten standard 50-pound weights for testing the weighing equipment or suitable weights and devices for other approved equipment. l: . .'1 Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the' platform level and rigid bulkheads at each end. . Scales "overweighing" (indicating more than correct weight) will not be permitted to operate, and 'all materials received subsequent to the last previous correct weighing- accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent. . In the event inspection, reveals the scales have been "underweighing" (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor wiU be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. , When the estimated qua,ntities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for, payment will be revised in the amount represented' by the authorized changes in the dimensions.' , 90:-3 il-" 90-02 SCOPE OF PAYMENT The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in ~ complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear' elsewhere in the contract, plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for, the accepted quantities of work actually Gomple,ted and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner. Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or non perform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for 'at the actual cost to the Contractor and shall thereupon become the property of the owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature and the amount of such costs. 90-4 I I nJ I I (ll.~"~l ;..tfi . I F l~~~t I J I I I I I j ) ~ j I 1 I i I I j I L:~J I ,j ;.J I j 'I 1 J I . I , ~ II I) ~ ~ ~ I! 1 I I I I I , I, I I I ! I J I _J 1 _J I I I J 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK Extra work, performed in ,accordance with ,the subsection titled EXTRA WORK of Section 40, will be paid for at' the contract prices or agreed. prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. a. Miscellaneous No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. b. Comparison of Record The Contractor alJd the Engineer shall compare records of th~ :cost of force account work at the end of each day. Agreement shall be indicated by signature ofthe Contractor and the Engineer or their duly authorized representatives. c. Statement No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and ~quipment. (3) Quantities of materials, prices, and extensions. (4) Transportation of materials. (5) Cost of property damage, liability and workman's compensation insurance premiums, un~mployment insurance contributions, and social security tax. Statements shall be accompani,ed and supported by a receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the, Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. 90-06 PARTIAL PAYMENTS Partial payments will be made at least once each month as the work progresses. Said payments will be based upon estimates prepared by the Engineer of the value of the: work performed and materials complete in place in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance 'with the subsection titled. PAYMENT FOR MATERIALS ON HAND of this section. - J 90-5 a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. I .5 I I ,I '"5 ~j II {1'1 '] I j I ! I J I I I , I i i I ! I I J I j I J I \,&[ tt:il .1 :.j I I -, ; , I "No partial payment will be made when the amount due the Contractor since the last 'estimate amounts to less than five hundred dollars. From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (90 percent) of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such 10 percent retainage shall be deducted. When not less than 95 percent of the work has been completed the Engineer may, at his/her discretion and with the consent of the surety, prepare an estimate from which will be retained an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. 90-07 PAYMENT FOR MATERIALS ON HAND Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the owner. Such delivered costs of stored or stockpiled materials 'may be included in the next partial payment after the following conditions are met: b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. 90-6 IJ II IJ ~1 ~ IJ II 4 11 j Ii J Ii I Ii ! I j I I I I ...J I ..J I ! I J e. The Contractor has furnished the owner evidence that the material so stored or stockpiled is insured a'gainst loss by damage:to or disappearance of such materials at anytime prior to use in the work. It is understood and agreed that the transfer of title and the Owners payment for such stored or stockpiled materials shall in no way relieve the Contractor of his/her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, a~d specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the 'material is intended to Qe used; No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. " 90-08 PAYMENT OF WITHHELD FUNDS At the Contractors option, he/she may request that the Owner 'accept (in lieu of the 10 percent retainage on partial payments described in the subsection titlea PARTIAL PAYMENTS of this section) the Contractors deposits in escrow under the following conditions. a. The Contractor shall bear all expenses of establishing and maintaining an , , ' escrow account and escrow agreement acceptable to the Owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the 10 percent retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the Owner. d. The Contractor shall obtain the written consent of the surety to such agreement. 90-09 ACCEPTANCE AND FINAL PAYMENT When the contract work has been accepted in' accordance with the require'ments of the subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the; Engineer of his/her objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the: contract as amended by change order or supplemental agreement. The Contractor and. the Engineer shall resolve all disputes (if any) in the measurement and computation of, final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30-day period, a dispute still exists, the . -, 90-7 Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. END OF SECTION 90 90-8 I I I I fTtlt .(;;I.::.~ I ill! I I I I. I I I I I I ;:~ ~ ;!.;! I ;.) I .1 . I IJ I] II ~ I ~ Ii 1 , " SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM 100-01 GENERAL. When the specifications require a Contractor Quality Control Program, the Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain ,minimum requirements are specified herein and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The intent of' this sectidn is to enable the Contractor to establish a necessary level of control that will: I: J I. I I I I I I _,J I .J I 1 I a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineer that the specification .requirements can be met. c. Allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and present, at the preconstruction conference, l:1is/her understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. . '.j . . l , , 100-02 DESCRIPTION OF PROGRAM. a. General Description. The Contractor shall establish a Quality Control Program to perform ihspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. This QUplity COr:ltrol Program shall ensure conformance to apPlicable,' specifications :and plans with respect to materials, workmanship, construction,. finish, and functional performance. The Quality Control Program shall bel effective for ,control of all construction work performed under this Contrac( and shall specifically include surveillance and tests required by the technical, specifications, in addition to other requirements of this section and any other . 1 00-1 100-2 I ~ I , I I 7ff.~ .:PtJ I !'~~ I 'i I I 1 I I i I ; j I I I I ! j I ; 1 ',Ie" I ;j I \ I j } I activities deemed necessary by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document which shall be reviewed by the Engineer prior to the start of any production, construction, or off-site fabrication. The written Quality Control Program shall be submitted to the Engineer for review at least 5 calendar days before the start of work. The Quality Control Program shall be organized to address, as a minimum, the following items: a. Quality control organization; b. Project progress schedule; c. Submittals schedule; d. Inspection requirements; e. Quality control testing plan; f. Documentation of quality control activities; and g. Requirements for corrective action when quality control and/or acceptance criteria are not met. The Contractor is encouraged to add any additional elements to the Quality Control Program that he/she deems necessary to adequately control all production and/or construction processes required by this contract. 100-03 QUALITY CONTROL ORGANIZATION.. The Contractor's Quality Control Program shall be implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be utilized for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall consist of the following minimum personnel: a. Program Administrator. The Program Administrator shall be a full-time employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of 5 years of experience 'in airport and/or II II I' ,~ ~ ~ ,~ I ~ I J I 1 I - I I J I I I ..J I, ,) I 1 1 highway construction' and shall have had prior quality control experience on a project of comparable size and scope as the contract. ~., Additional qualifications for the Program Administrator shall include at least 1 of the following requirements: (1) Professional engineer with 1 year of airport paving experience acceptable to the Engineer. (2) Engineer-in-training with 2 years of airport paving experience acceptable to thEfEngineer. ' (3) An' individual.with3' years of highway and/or airport paving experience acceptable to the Engineer, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). (5) Highway materials technician certified at Level III by NICET. (6) Highway construction' technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with 5 years of highway and/or airport paving experience acceptable to the Engineer. . . . The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications. The Program Ad'ministratorshall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within 2 hours after being notified of a problem. b. Quality Control Technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either engineers, engineering technicians, or experienced craftsman :with qualifications 'in the appropriate field equivalent to NICET Level II or higher construction ~ iTlaterials technician or highway construction technician and shall have a minimum of 2 years of experience in their area of expertise. The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: , ' ' , (1) Inspection. of all ~aterials, construction, plant, and equipment for! conformance to the technical specifications, and as required by Section 100- : 06. ' (2) Performance of all quality control tests as required by the technical: speCifications and Se~tion 100-07. ,j t, 1 00-3 Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET certification. c. Staffing Levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. 100-04 PROJECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), PERT, or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 100-05 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all submittals (e.g., mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include: a. Specification item number; b. Item description; c. Description of submittal; d. Specification paragraph requiring submittal; and e. Scheduled date of submittal. 100-06 INSPECTION REQUIREMENTS. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by Section 100-07. Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements: a. During plant operation for material production, quality control test results and periodic inspections shall be utilized to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications: All equipment utilized in proportioning and mixing shall be inspected to ensure its proper operating 100-4 I " I ; I ,J ;1 h;0l ~1 I .~ I, I j I I , 1 I I - \ ,; I \ i I I , I I I , I \1 k-:lt I " "I ..-'" I j ., f ; I ; ~ 11 II I ~ ~ - I) Ii I I j I j I I I ; I I .;..J I , J I I I condition.. The Quality. Control Program shall detail how these and other quality control fUllctions will be accomplished and utilized. ,j b. During field operations, quality control test results and periodic inspections shall be utilized to ensure the quality of all materials and workmanship. All equipment utilized in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control fU[lctions will be accomplished and utilized. . 100-07 QUALITY CONTROL TESTING PLAN. As a part of the overall Quality Control Program, the Contractor shall hnplement a quality control testing plan, as required by , the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional quality control tests that the, Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number (e.g., P-401); b. Item description (e.g., Plant Mix Bituminous Pavements); c. Test type (e.g., gradation, grade, asphalt content); d. Test standard,(e.g., ASTM or AASHTO test number, as applicable); e. Test frequency (e.g., as required by technical specifications or minimum frequency when requirements are not stated); f. Responsibility'(e.g., plant technician); and g. Control requirements (e.g., target; permissible deviations). The testing plan shall: contain 'a statistically-based procedure of random sampling for acquiring test samples' in accordance with ASTM D 3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality control test r~sults shall be documented by the Contractor as required by Section 100-08. , , 1 00-08 DOCUMENTATION. . The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factuaL evidence that the required inspections or tests have been performed, including type and; number of inspections .ortests involved; results of inspections or tests; nature of! defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective, actions taken.' These records must cQver, both conforming and defective or deficient features, and! must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily, The records shall cover all work placed subsequent to . 100-:-5 the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily Inspection Reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations on a form acceptable to the Engineer. These, technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following: (1) Technical specification item number and description; (2) Compliance with approved submittals; (3) Proper storage of materials and equipment; (4) Proper operation of all equipment; (5) Adherence to plans and technical specifications; (6) Review of quality control tests; and (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. b., Daily Test Reports. The Contractor shall be responsible for establishing a system which will record all quality control test results. Daily test reports shall document the following information: (1) Technical specification item number and description; (2) Test designation; (3) Location; (4) Date of test; (5) Control requirements; (6) Test results; (7) Causes for rejection; (8) Recommended remedial actions; and (9) Retests. Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts.' The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. 1 00-6 ~._~.,.~. .'_._~. . ".__,_...,.~~~...,~.~ M_"',..'_~....... ,.".,,,.. I .. I ....; - ,,;,'1 I '?it = I ""1 I. I I I I J ~ - , I 1 I , ] I " I J I ~;J I Lj I . J I 1 , I 11 II I I! J 100-09 CORRECTIVE ACTION REQUIREMENTS. Th'e Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into tontrol. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications. I ~ ~IJ - I, ; I i I ! I I I I I J I J I ....J I ..J I I The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge wh.en a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical, specifications, the Contractor shall establish and utilize statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. 100-10 SURVEILLANCE BY THE ENGINEER. - All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture , . or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality cO,ntrol system in conformance with the requirements detailed herein and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site forthe same purpose. ' Surveillance' by the Engineer does not relieve the Contractor of performing quality control inspections of either on-site or off-site Contractor's or subcontractor's work. 100-11 NONCOMPLIANCE. a. Th~ Engineer .will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately. take, corrective action. Any' notice, when delivered by the Engineer or his/her authorized representative to the Contractor or his/her authorized representative at the site of the work, shall be considered sufficient notice. b. In cases where quality control activities do not comply with either the Contractor's Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may: (1) Order the Contractor to replace ineffective or unqualified quality control. , personnel or subcontractors. (2) Order the Contractor to stop operations until appropriate corrective' actions is taken.' - 100-7 J 100-8 I I I I ~~jlf ,,", ~ I ~3 I I I I I I I I ! I j i I j-'" <1;...3 ~ j I .j ,I 1 I j END OF SECTION 100 ~l 11 J 1.1 ~ ~l -II IJ I] II ) SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 110-01 GENERAL. When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will' be determined in accordance with this section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation (Sn) of the specified number (n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values, the respective Quality index(s), QL for Lower Quality Index and/or Qu for Upper Quality Index, is computed and the PWL for the lot for the specified n is determined from Table 1. Ii I There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested. This uncertainty exists because all portions of the production material have the same probability to be randomly sampled. The Contractor's risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner's risk is the probability that material produced at the rejectable quality level is accepted. I~ I J 11 I; ; II --1 I; -~ I I - IT IS THE INTENT OF THIS SECTION TO INFORM THE CONTRACTOR'THAT, IN ORDER TO CONSISTENTLY OFFSET THE CONTRACTOR'S RISK FOR MATERIAL EVALUATED, PRODUCTION QUALITY (USING POPULATION AVERAGE AND POPULATION STANDARD . DEVIATION) MUST BE MAINTAINED AT THE ACCEPTABLE QUALITY SPECIFIED OR HIGHER. IN ALL CASES, IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO PRODUCE AT QUALITY LEVELS THAT WILL MEET THE SPECIFIED ACCEPTANCE CRITERIA WHEN SAMPLED AND TESTED AT THE FREQUENCIES SPECIFIED. 110-02 METHOD FOR COMPUTING PWL. The computational sequence for computing PWL is as follows: a. Di~ide the lot iinto n sublots in accordance with the acceptance requirements of the specification. , b. Locate the rapdom s~mpling position within.the sublot in accordance with the requirements of the specification. c. Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification. ' d. Find the sample average (X) for all sublot values within the lot by using the following formula:' - X = (X1 + X2 + X3 + . . .xn) / n 11 0-1 X1, X2 = Individual sublot values n = Number of sublots I I .j I . J ;:;;,1 w il n] I I I I I j I I j I i I I I I J I \ I J Where: X = Sample average of all sublot values within a lot e. Find the sample standard deviation (Sn) by use of the following formula: Sn = [(d12 + dl + d32 + . . .dn2)/(n-1 )]1/2 Where: Sn = Sample standard deviation of the number of sublot values in the set d1, d2, ...= Deviations of the individual sublot values X1, X2, ... from the average value X that is: d1 = (X1 - X), d2 = (X2 - X) ... dn = (Xn - X) n = Number of sublots For single sided specification limits (Le., L only), compute the Lower Quality Index QL by use of the following formula: QL = (X - L) / Sn Where: L = specification lower tolerance limit. Estimate the percentage of material within limits (PWL) by entering Table 1 with QL, using the column appropriate to the total number (n) of measurements. If the value of , QL falls between values shown on the table, use the next higher value of PWL. g. For double sided specification limits (Le. Land U), compute the Quality Indexes QL and Qu by use of the following formulas: QL = (X - L) / Sn and Qu = (U - X) / Sn Where: Land U = specification lower and upper tolerance limits Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with QL and Qu, using the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below Pu for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value of PL or Pu. Determine the PWL by use of the following formula: 110-2 I t~j (I ,j I J J '1 j I j PWL = (Pu + Pd - 100 Where: PL = percent within lower specification limit -~,..,---,.............' -,.~... ........._._~...., ---,^~._--.,~- ......-y. . . ~....... ,_. ... IJ II ,J IJ I ~ 11 I; , Pu = perc'ent withih upper specification limit EXAMPLE O'F PWL CALCULATION Project: . Example Project . Test Item: Item P-401, Lot A: A. PWL Determination. for Mat Density. 1. Density of four random cores taken from Lot A. A-1 96.60 A-2 97.55 A-3 99.30 A-4 98.35 I) I' i I: I I I I I , I , I _.J I ..J I I I I J n=4 2. Calculate average density for the lot. x = (x1 + x2 + x3 + . . xn) / n X = (96.60 + 97.55 + 99.30 + 98.35) /4 X = 97.95 percent density 3. Calculate the standard deviation for the lot. Sn = [((96.60 - 97.95l + W7.55 - 97.95)2 +(99.30 -97.95l + (98,35 , -97.95)2)) / (4 - 1 )]1 'Sn = [(1.82 + 0.16 + 1.82 + 0.16) / 3]1/2 , Sn = 1.15 . 4. Calculate the Lower Quality Index QL for the lot. (L=96.3) QL = (X -L)/ Sn QL = (97.95 - 96.30) /1.15 ,QL = 1.4384 5. Determine PWL by entering Tabl~ 1 with QL= 1.44 and n= 4. PWL =98 B. PWL Determination for Air Voids. 1. Air Voids of four rand~m samples taken from Lot A. :l! 11 0-3 11 0-4 I I -,; I I f'~ .:... I l>~,4 "",;i I .' I ) I , I " I ; i ~ I 1 I - I , J ! I i-4 {=-J I 1 'I j I , ; A-1 5.00 A-2 3.74 A-3 2.30 A-4 3.25 2. Calculate the average air voids for the lot. x = (x1 + x + x3 . . n) / n x = (5.00 + 3.74 + 2.30 + 3.25) /4 x = 3.57 percent ~} IJ I] I , I) 11 II , 3. Calculate the standard deviation Sn for the lot. Sn = SQRT[((3.57 - 5.00)*(3.57 - 5.00) + '(3.57 - 3.74)*(3.57 - 3.74) + (3.57 - 2.30)*(3.57 - 2.30) + (3.57 - 3.25)*(3.57,- 3.25))/(4 -.1)] Sn = SQRT[(2.04+ 0.03 + 1.62 + 0.10) / 3] Sn =~.12 4. Calculate the Lower Quality Index QL for the lot. (L= 2.0) QL = (X - L) / Sfl ,. QL =(3.57 - 2.00) / 1.12 QL =1.3992 Ii I 5. Determine Pl by entering Table 1 with QL = 1.40 and n = 4. I~ , I PL = 97 6. Calculate the Upper Quality Index QU for the lot. (U= 5.0) Ii I QU = (U - X) / Sn QU = (5.00 - 3.57) / 1.12 QU =1.2702 I: I Ii I 7. Determine PU'by entering Table 1 with au = 1.27 and n = 4. I: , Ii ;:] I _..J , PU = 93 8. Calculate Air Voids PWL PWL = (PL + PU) - 100 PWL :: (97 + 93) ~ 100 = 90 - . - - 11 0-5 IJ 'IJ 11 ~ '1 Ij IJ 11 11 j I' Ii 11 J 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 58 0.2872 0.2400 0.2254 ,0.2186 0.2147 0.2122 57 0.2519 0.2100 O~ 1971 0.1911 0.1877 0.1855 56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1592 55 0.1806 0.1500 0'.1408 0.1363 0.1338 0.1322 54 0.1447 0.1~00 0.1125 0.1090 0.1070 0.1057 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0792 52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 50 0.0 0.0 0.0 0.0 0.0 0.0 ,. " Ii , I 11 I' J IJ I: I , I - 11 0- 7 j ~ .-,~_..,..- --"'- ."-......"~.-~.,-.-_.-._. -"-_.~----....... --_.''---'-' '_.__......_..~..."...~.._..-._. 49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 -0.0264 48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 -0.0792 46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 45 -0.1806 -0.1500 -0.1408 -0.1363 -0.1338 -0.1322 44 -0.2164 -0.1800 -0.1688 -0.1636 -0.1607 -0.1592 43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 -0.2660 39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 -0.3753 35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 -0.4031 34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4354 -0.4310 33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 -0.4592 32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877 31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 30 -0.6787 -0.6000 -0.5719 -0.5583 -0.5504 -0.5454 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9325 -0.9281 17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9672 -0.9643 16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 13 -1.0597 -1.1100 -1.1173 -1.1191 -1.1199 -1.1204 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 10 -1.0982 -12000 -1.2290 -1.2419 -1.2492 -1.2541 I I I ,I :iild; Jltii I '00 :'.~j I ! .J I . J I I .d I i .1 I ! I ! I 1 I J I 1 j ;1 '::j f:J :1 .,;1 -.j I ..1 .1 j ! I TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Negative Values of Q (QL and QU) Limits (PL and PU) n=3 n=4 n=5 n=6 n=7 n=8 11 0-8 IJ ~I 9 I) 8 7 6 ~ 5 4 3 ~ 2 1 11 1.1 11 _ J II j I; I' 11 J 11 ) I; I: ~.:J 11 __J I: J Ii I Ii J -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 -1.1184 -1.2600 -1:3088 -1.3323 -1.3461 -1.3554 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 -1.1342 -1.3200 -f3946 -1.4329 -1.4561 -1.4716 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 -1.1456 -1;3800 -1.4897 -1.5497 -1.5871 -1.6127 -1.1496 -1:4100 -1.5427 -1.6181 -1.6661 -1.6993 -1,.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 -1.1541 -1.4700 -1~6714 -1.8008 -1.8888 -1.9520 END OF SECTION 110 11 0-9 ~1 ~ IJ ~ ~ I J I I I j I, I i I .' , I ! I j I I ':.J I ~J I j I ! GENERAL PROVISIONS SECTION 120 . REQUIRED 'BID AND CONTRACT PROVISIONS PART I. , REQUI~EMENTS TO BE INCLUDED IN SOLICITATION FOR BIDS PART II. , .WAGE AND LABOR PROVISIONS EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS MISCELLANEOUS CONTRACT PROVISIONS PART III. PART IV. PART V. REQUIREMENTS OF 49 CFR PART 23.43 DISADVANTAGED BUSINESS ENTERPRISE PROGRAM I GP-120-1 -~ ..,. --........-.,.- '-~"'",,,~,,,,,,,,,,,._,,,,_,+__,,,,,,,,,,, _-.,1,.. __,~.~._~..,,'.~ ....--'-_..... "__~_,,__ PART I. REQUIREMENTS TO BE INCLUDED IN SOLICITATION FOR BIDS A. Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246, as Amended). (1) The Offerer's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. (2) The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate work force in each trade on all construction work in the covered area are as follows: Timetables Goals for Minority Participation for Each Trade Goals for Female Participation in Each Trade , These goals are applicable to all the contractor's construction work (whether or not it is Federa,l or Federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subjected to the goals for both its Federally involved and nonfederally involved construction. The contractor's compliance with the executive order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and. training must be substantially uniform throughout the length of the 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 contractor or from project to project, for the sole purpose of meeting the contractor'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 measured against the total work hours performed. (3) The contractor shall provide written notification to the Director, OFCCP, within 10 working days of award of any construction subcontract in excess of $10,000 at any tier of construction work under the contract resulting from this solicitation. The notification shall list the name, address, telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontracts; estimated starting and GP-120-2 ..__ __~v_'_ ____... ~ ~ ~..._._ ~ ...~,. -_._~_. -- - .~ -~. _._. - '. ~,..~ ,.,~._. -~._..,_. - I' I I . ,~. t rl ^i~ li2! I ltm _..1 I I I i I I 1 ) I f I I I I I I 1 , ,.' L~ I : ' ~ >....; I i .1 J I I] II 1 Ii 1 I I I J I ) I J I j I I 1 I I I I oj I -; . . completion dates of. t~e subcontract; and th~geographical area in which the subcontract is to be 'p'ertormed. ' B. (4) As used in this notice and in the contract resulting from this solicitation, the "covered area" is Richmond County, Georgia. Requirement foro Certification of Nonsegregated Facilities: (1) Notice to Prospective Federally Assisted Construction Contractors. (a) Certification of Nonsegregated Facilities must be submitted prior to the award of a federally assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. (b) !Contractors receiving federally assisted construction contract awards ,exceeding .$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the . following notice. to prospective subcontractors for supplies and construction contracts where ,the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: 'The penalty for making false statements in offers is prescribed in 18 U.S.C.1001. , (2) No~ice to Prqspective Subcontractors' of Requirement for Certification of Nonsegregated Facilities. : " ' . , (a) A Certification of Nonsegregated Facilities must be submitted prior to the ,'award of subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. (b) Contractors receiving federally assisted construction subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the ,following "notice, .to . prospective subcontractors for supplies and 'construction contr,acts where ,the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 'U.S.C. 1001. CERTIFICA liON, TO BE SUBMITTED BY FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS AND THEIR SUBCONTRACTORS (APPLICABLE TO FEDERALLY ASSISTED CONSTRUCTION , 'CONTRACTS AND RELATED SUBCONTRACTS EXCEEDING $10.000 WHICH ARE, NOT EXEMPT FROM THE EQUAL OPPORTUNITY , ,CLAUSE), GP-120-3 CERTIFICATION OF NONSEGREGATED FACILITIES I I , I The Federally assisted construction contractor certifies that he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The Federally assisted construction contractor certifies that he will not maintain or provide, for his employees, segregated facilities at any of his establishments and 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 construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities provided for employees which,aresegregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The Federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifi<<;;ations from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that he will retain such certifications in his files. !I F'"' ~tJi II r,u ~:iJ CERTIFICATIONS OF NONSEGREGATED FACILITIES BY SPONSORS OF FEDERAL ASSISTANCE WHO ARE THEMSELVES PERFORMING CONSTRUCTION CONTRACTS I ,..1 I 1 I I . .j I 'J I , j I j , I \ 1 I ! I The Sponsor certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments and that it does not permit its employees to perform their services at any location under its control where segregated facilities are maintained. It further certifies that it will not maintain or provide for its employees any segregated facilities at any of its establishments and that it will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Sponsor 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 area, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local customs, or any other reason. It further agrees that it will obtain identical certifications from proposed contractors prior to the award of contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause; that it will retain such certifications in its files; and that it will forward the following notice to such proposed contractors: NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES I t;~ GP-120-4 ;-1 tJ I I , I ! ~ 11 J Ij 'I ~ ~ ~ I: 1 I, .J I. I I, - I I I .1 I ~_J I ...J A Certification of Non~egrega~~p Facilities must be sl,J,~'JIitted prior to the aw.a~d of a contract or subcontract exceeding $10,000 which is not exempt from the provIsions of the Equal Opportunity Clause, NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. PART II. WAGE AND LABOR PROVISIONS , .' 1. Each sponsor entering into a construction contract over $2,000 for an airport development project is required to insert in the contract the following provisions from 29 CFR 5.5. Each contractor is to include these provisions in each construction subcontract. a. Minimum Wages. - (1) All laborers and ,mechanics employed. or working upon the site of the work will be paid unconditionally c;lnd 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 31), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably It. . anticipated for bona fide fringe benefits under section 1 (b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to laborers or mechanics, subject to the provisions of subparagraph a.(4) below; also, regular contributions made or costs incurred for more than' a weekly period (but not less often than quarterly) under plans, funds,' or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly periods. 'Such laborers and mechanics shall be paid the appropriate wage. rate and tri'nge benefits on the wage determination forthe classification of work actually performed, without regard to skill, except as provided in paragraph d. of this clause. Laborers or mechanics performing work in more than one classification may' be compensated at the rate specified for each classification for the time actually' worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under a.(2) of this 'section) and the Davis-Bacon poster (WH-t321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (2) (I) The contracting officer shall require that any class of laborers or mechanics! which is not" listed in the wage determination and which is to be employed under the contract shall 'be classified in conformance with the wage determination. The contraeting officer, shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: J - iiii - J j . GP-120-5 GP-120-6 I I ..~ ' I ..h ;1 rq ~~ I Le. 1..1j I I I , I I ; I I I , I , , I i :.1 1"1 l~JJ :-1 ,J I I J I f i .1 ! (A) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (B) The classification is utilized in the area by the construction industry; and (C) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (ii) If the contractor and the laborers and mechanics to be employed in the classification. (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140). (iii) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the contraCting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator. The Administrator, or an authorized representative will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30- day period that additional time is necessary. (Approved by the Office of Management and Budget under OMS control number 1215-01,40). (iv) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (2)(ii) or (iii) of this paragraph, shall be paid to all workers performing work in the classification Ulider this contract from the first day on which work is performed in the classification. (3) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (4) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon I ] I' ) I j I ~ . I 1 I ) I j I , I I I I I , I I ..1 I I I the written request of the contractor, that t~e applicable standards of the Davis- Bacon Act have been met. The Secr,etary of Labor may require the contractor to set aside in a separate a.ccount assets for the meeting of obligations under the plan or program. (Approved by the Office of M~nagement and Budget under OMS control number 1215-0140). b. Withholding., The FAA or the sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or ,any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the. accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all, or, part of the wages required by the contract, the Federal Aviation Administration may after written notice to the contract, sponsor, applicant, or owner, . take such action as may be necessary to cause the suspension of any further payment, a~vance, or guarantee of funds until such violations have ceased. c. Payrolls and Basic Records.:. (1) Payro!ls and bas!c records relating thereto shall be maintained by the contractor during, the course of the work and preserved for a period of three years thereafter for all I,aborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, hi,S or he'r correct classification, hourly rates of wages paid (including rates of contrib,utions or costs anticipated for bona fide fringe benefits' or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deduCtions made and actual. wages paid.:; Whenev~r the Secretary of Labor has found under paragraph a.(4) of this clause that the wages of any laborer or mechanic include the amount of any costs' reasonably anticipated in providing benefits under a plan or program described in section1(b)(2)(B) of the Davis-Bacon Act, the contractor shall' maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan ,or program has been communicated in writing to the laborers or mechanics affected, and. records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainee~ under approved programs shall maintain written evidence of the registrc:ttion of apprenticeship programs and certification of trainee programs, the registration of t~e apprentices and trainees, arid the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget underOMB control numbers 1215-0140 and 1215-0017). (2) (i) The contractor shall submit weekly for each week in which any contract work is perf0rmed a co'py of all payrolls to the applicant, sponsor, or owner, as the , . GP-120-7 - , GP-120-8 I I .j I I .J )1 ~~ I I .J I ,; I j I I ) I i I f , , I I .1 LJ I : .':'1 :",,,,,) I i I j I , case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph c.(1) above. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submissio.n of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB control number 1215-0149). . (ii) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (A) That the payroll for the payroll period contains the information required to be maintained under paragraph c.( 1) above and that such information is correct and complete; (B) That each laborer and mechanic (including each helper, apprentice and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; (C) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (iii) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph c.(2)(ii) of this section. (iv) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (3) The contractor or subcontractor shall make the records required under paragraph c.(1) of this section available for inspection, copying or transcription by authorized representatives of the sponsor, the Federal Aviation Administration or the Department of Labor, and shall permit such representatives to interview employees during work hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to ~ t J I ..1 I I ,I , ) - I J I , I I I I J I J I ....;J I -' I I make such records available.may be grounds for debarment action pursuant to 29 CFR 5.12.' !" J. d. Apprentic'es and Trainees. . (1) Apprentices. Apprentices will be permitted to' work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with. U:S. Department of Labor, . Employment and Training Administration, Bu~eau of Apprenticeship 'and Training, or with a State Apprenticeship Agency recognized by the Bu'reau, or if a person is employed in his ort:ler first 90 days of probationary employment as an apprentice in such an apprenticeship program,who is not 'individually registered in the program, but who has been certified b'y the Bureau of Apprenticeship and Training or a State Apprenticeship Agency: (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the. job siteili any craft Classification. shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wag~ rate on the wage determination for the work actually performed. Where a c~ntractor is performing construction on a project in a locality: other than. that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the ' contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the'registered program for, the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for' the applicable classification. If the Administrator determines' that . a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recogniz~d by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilized apprentices at less than the applicable' predetermined rate for the work performed until an acceptable program is approved. (2) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to ' work at less than 'the predetermined rate for the work performed unless they are employed pursuant ;to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment ~md Training Administration. The ratio of trainees to , GP-120-9 GP-120-10 '1 ~1 ..1 I. j I .J I J;J II { r ~.1 , '}~: ~ I J ~ I J - I I 1 I I I j I I ; ...1 I i.~:ill I ::.:/ I ! 'I 1 I i journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for trainee's level of. progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program.lf the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there rs an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in ~xcess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment' and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (3) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. e. Compliance With Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. f. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in paragraphs a. through j. of this contract and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. g. Contract Termination: Debarment. A breach of the contract clauses in paragraphs a. through j. of this clause and a. through e. of the second clause below may be grounds for termination of the contract, and for the debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. h. Compliance With Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. _I II I I! J i. Disputes toncerninQ Labor St>andards. Disputes ?ris!ng out of the labor standards provisions of this contract shall not be subject to the 'gEmeral disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labot set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and ,the contracting agency, the U.S. Department of Labor, or the employees or their 'representatives: I I - - I J I I I I I , I I I I I I j. Certification of Eligibility. (1) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (2) No part of this contract shall be subcontracted to any person or firm ineligible for award 'of a Government contract by virtue section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (3) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. 2. The follOWing clauses in paragraphs a., b., c., d., ,and e. below, required by the Contract Work Hours and Safety Standards Act, will also be inserted in full in AlP construction contracts in excess of $2,000 in addition to the' clauses required by 29 CFR 5.5(a) or 4.6 of Pa~ 4 of Title 29. As used, in the following, the term "laborers" and "mechanics" included watchmen and guards. a. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work. which may require or involve the employment of laborers or I , . mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek' unless such laborer or mechanic receives compensation at a rate not less than one and one-half times, the basic rate of pay for all hours worked in excess of forty hours in such workweek, whichever is greater. ;;;;;;; b. Violation;: Liability fqr Unpaid Wages; Liquid~ted Damages. . In the event of any violation, of the clause set forth in paragraph a. above, the contractor or any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States, (in the case of work done under contract'for the District of Columbia or a territory, to such District or to such territory),' for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph a. above, in the sum of $10 for, each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours. without payment. of the overtime wages required by the clause set forth in paragraph a. above. I ---; GP-120-11 c. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration or the sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph b. above. I , ,J I ..J I _J I: ~j~'- .~~! GP-120-12 I ""1 .~ I I I I j I ) I ! I I i I ! , ,~, I,,' ~, ~'I '-', . d I "j I J I , i d. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs a. through d. and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs a. through d. e. Working Conditions. No contractor or subcontractor may require any laborer or mechanic employed in the performance 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) issued by the Department of Labor. 3. In addition to the provisions in 1 and 2 above for contracts in excess of $2,000, the following is to be included in all contracts for work on airport development projects involving labor: Veteran's Preference. In the employment of labor (except in executive, administrative and supervisory positions), preference shall be given to veterans of the Vietnam era and disabled veterans. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. PART III. EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS The Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246, as amended) are to be included in all Federally assisted construction contracts or subcontracts (including the Solicitations for Bids) in excess of $10,000 to be performed in geographical areas designated by the Director, OFCCP. (41 CFR 60-4.3). 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; ~l IJ ~ I I - - I j I J I I I I I I ) I ,-" I b. "Director" means Director, Office of Federal,.80ntract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to who the Director delegates authority; c. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; , d. "Minority" inCludes: (1 ) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); '(2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, pr other Spanish culture 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 Subcontinent, or the , Pacific Islands); and (4) American Indian or Alaskan native (a'lI persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). . 2. When~ver the contractor; or any subcontractor at any tier, subcontracts 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 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 must be able to demonstrate 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 clauses 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 cove'red contractor's or subcontractor's failure to take good faith efforts'to achieve the plan goals and timetables. 4. The Contractor sh~1I implement the specific affirmative action standards provided , in paragraphs 7.a through p. of these specifications. The goals set forth in the, solicitation from which this contract resulted are expressed as percentages of the GP-120-13 total hours of employment and training of minority and female utilization the contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contracts performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. I I ....-1 I -' I ltii II ~:l 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, superintendents, 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. I .i - 1 I j I I I ~ ~ - I I ! I I ;1 LtlJ 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the contractor has a collective bargaining agreement to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive Order 11246, as amended, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the contractor during the training period and the contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The contractor shall take specific affirmative actions to ensure EEO. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: GP-120-14 :1 [;'<1 t"'l.'J I I -, I I I I 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. I j I J I .J I w J ~ ~ I .J I J I - I ) I I I __.::.1 I ,,} I I c. Maintain a current fil~ of the names, address~~, and telephone numbers of each minority and fem'aie off-the~street applicant and community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the' contractor by the u.nion or, if referred, not employed by the contractor, this shall be documented in the file' with the reason therefore along with whatever additional actions the contractor may have taken. I d. Provide immediate written notification to the Director when the union or unions with which the. contractor has a collective bargaining agreement has not' referred to the contractor a minority person or woman sent by the contractor, or when the contractor has other information that the union referral process has impeded the contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for, the area which expressly include minorities and women, including upgradi'ng programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs fU/ilded or approved by the Department of Labor.' The contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the: contractor' in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with ,all employees having any responsibility for hiring, assignment,layoff, termination, or other employment decisions including specific review of these items with 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 discussing the I contractor's EEO policy with other contractors and subcontractors with whom i 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 GP-120-15 GP~120-16 I I ._J I ~l '".....1 f "d .td ~I ~~;;~ , I I I .1 I ! I 1 I ! I ! I I I j ,I [;1 "I LJ , _J -I ) I ! to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation, at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female constFuction contractors and $uppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (l.a through p.). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the contraCtor is a member and participant, may be asserted as fulfilling anyone or more of its obligations under l.a through p. of these ~pecifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's I . _I I I I ".1 I I I J - I J I ! I . I I I i I , I I I I I minority and female workforce participation, make:; a good faith effort to meet its individual goals arid timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's; and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been establi~hed. The contractor, however, is required to provide EEO and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the contractor may be in violation of the executive. order if a particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally, the contractor may be in violation of the executive order,ifa specific minority group of wQmen is under-utilized). 10. The contractor shall not use the goals and timetables or affirmative action standards to dis~.riminate against any persons because of race, color, religion, sex, or national origin. 11. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246, as amended. 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the OFCCP. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive OrQer 11246, as amended. 13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standa'rds prescribed in paragraph 7. of these specifications, so as to achieve maximum results from its' efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the executive order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to I submit reports relating to the provisions hereof as may be reqUired by the : Government, and to keep records. Records shall at least include for each I , . ' I employee, the name, gddress, telephone number, construction trade, union, affiliatipn if any, employee identification number when assigned, social. security! numb~r, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay; and locations at which the work was performed. Records shall . ~ GP-120-17 be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. I I I ;1 }~r'~. fdM 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., . those under the Public Works Employment Act bf 1977 and the Community Development Block Grant Program). ,I ~ ~3 I ~ I I J ~ I , I ! I i I , , I I ) Contractor Contractual Requirements During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations. The contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to' time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts. including Procurements of Materials and Equipment. I n all solicitations either by competitive' bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. GP-120-18 ,I 61 -I d I J ,I I I ! 4. Information and Reports. The' contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such regulations, orders, and instructions. Where any information required of a contractor is. in the exclusive 'possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. - - - I ~ I I J I -' I ,> I c' I I , I I I I I .... I I I 'I: 5. Sanctions for Noncompliance. In the event of' the contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but limited to: , .." "", . . a. Withholding of payments to the contractor under the contract until the contractor cOr1)plies; and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The contractor shall include the provisions of paragraph 1. through 5. in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing' such, proyisions'. including sanctions for noncompliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Spcmsor to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request the United States to enter into such litigation to protect the 'interests of the United States. EQUAL EMPLOYMENTOPPORTUNITY CLAUSE ", ,I During the performance of this contract, the contractor agrees as follows: 1. The contractor; ,will not discriminate against any employee or applicant for employment beci3use o,f race, color, religion, sex, or national ongm. The contractor will tak~ affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or n,ational origin. Such action shall include, but not be limited to, the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment compensation; and selection of transfer; recruitment or recruitment advertising; layoff or termination; rates of payor other forms of compensation; and selection for. training, 'including apprenticeship. The contractor agrees to postih conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination ,clause. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of, the contractor, state that all qualified applicants will receive considE?rations for employment without regard to race, color, religion, sex or national origin. 3. The contractor will send to each labor union or representative -of workers with which he has 'a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' GP-120-19 representatives of the contractor's commitments under this section, and shall post copies of the notice in 90nspicuous p'laces available to employees and applicants for employment. I I .1 .~." [I ;3 !I ~j I .. I I J I , , I i I I , I i I J 4. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 5. The contractor will furnish all information and reports required. by Executive Order 11246 of September 24, 1965, and by rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 6. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with ,procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 7. The contractor will include the portion of the sentence immediately preceding paragraph 1. and the 'provisions of paragraphs 1. through 7. in every subcontractor purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direCt as a means of enforcing such provisions; including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, ,litigation with a subcontractor or vendor as a' result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Notices to be Posted. The "Equal Employment Opportunity is the Law poster is to be posted by the contractor in a conspicuous place available to employees and applicants for employment as required by paragraphs 1. and 3. of the EEO clause. Copies of this poster will be furnished to contractors at the preconstruction conference. I lJ GP-120-20 -'1 L.J I \ 'I i I Required Reports. (1) Monthly Employment Utilization Report. This report is to be prepared on Form CC 257 (Rev. 9-78) and sent to the Area Office, Federal Contract Compliance Program (OFCCP) that serves the geographical area in which this project is Ii j ~ II J located. The commenced. includit1g the conference. , ' , report is:; due by the fifth day of.each month after work has The con,fractor will be advised 'further regarding this report, address of the OFCCP Area Office, at the preconstruction ~ I I: j I .I I I - I I I 1 I I I .-' I ...:J I (c) Contractor/Subcontractor. Is a prime contractor or first tier subcontractor; and (d) Dollar Level.' ::There ,is a contract, subcontract, or purchase order amounting to $50,000 or more or serves as a depository of government funds in any amount, or is, a financial institution which. is an issuing and paying agent for U,1S. savings bonds and savings notes. Some subcontractors below the first tier who work at the site are r~quired to file if they meet the requirements of 41 CFR 60-1.7. (e) Records. The FAA or Department of Labor OFCCP mayrequire a contractor to. keep employment or other records and to furnish, in the form requested within reasonable limits, such information as necessary. PART IV, MISCELLANEOUS CONTRACT PROVISIONS I A. Airport Improvement Program Proiect. The work in this contract is included in Airport Improvement Progra'm Project No. 3-13-0123-06 which is being undertaken and accomplished by the Augusta-Richmond County General Aviation Commission ,I in accordance with the terms and conditions of ,a grant agreement between the Augusta-,Richmond County General Aviation Commission and the United States, under the Airport and Airway improvement Act of 1982 and Part 152 of the Federal Aviation 'Regulations (14 CFR Part 152), pursuant to which the United States has agreed to, pay a certain percentage of the costs of the project that are determined to be allowable project costs under that Act. -The United States is not a party to this contract .and no reference in this contract to the FAA or any representative thereof, - - J GP-120-21 or to any rights granted to the FAA or any representative thereof, or, the United States, by the contract; makes the United States a party to this contract. B. Consent to Assignment. The contractor shall obtain the prior written consent of the OWNER to any proposed assignment of any interest in or part of this contract. C. Veterans Preference. In the employment of labor (except in executive, administrative, and supervisory positions), the contractor shall give preference to veterans of the Vietnam era and disabled veterans as defined in Section 515(c)(1) and (2) of the Airport and Airway Improvement Act of 1982. D. FAA Inspection and Review. The contractor shall allow any authorized representative of the FAA to inspect and review any work or materials used in the performance of this contract. E. Subcontracts. The contractor shall insert in each of his subcontracts the provisions contained in paragraphs A., C., and D., of this section 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 term be made. F. Clean Air and Water Pollution Control Requirements for All Construction Contracts and Subcontracts Exceeding $100,000. Contractors agree: (1) That any facility to be used in the performance of the contract or to benefit from the contract is not'listed on the Environmental Protection Agency (EPA) List of Violating Facilities. (2) To comply with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations issued thereunder. (3) That as a condition for award of a contract, they will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be utilized for performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities. ' (4) To include in any subcontract which exceeds $100,000, the requirements of (1), (2), and (3) above. PART V - REQUIREMENTS OF 49 CFR Part 23.43, DISADVANTAGE BUSINESS ENTERPRISE PROGRAM A. POLICY. It is the policy of the Department of Transportation that disadvantage business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part GP-120-22 I I I -,. I I ~ I j I j I 1 I ! I i I j I ! I , 1 [I 1];.'1 .1 ~j I . J .~ I i ~ Ii j 1.1 ...J ~ ~ Ij 11 II j II J I: ! I: I I I I 1 with Federal funds und~r,. this agreement. C!?f1~equently, the Disadvantage Business Enterprise (DBE) requirements of 49 ,CFR Part 23 apply to this contract. B. DBE OBLIGATION. The recipient or its contractor agrees to ensure that disadvantage business enterprises as defined in 49 CFR Part 23 have the maximum opportuni~y to participate in the performance of contracts financed in whole or in part with Federal funds provided under this agreement. In this regard, all recipients or contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that disadvantage business enterprises have the maximum opportunity to compete for and perform contracts. C. The following is an exc~rpt from FAA Progr;;3m Guidance Letter 88-1, December 3, 1987. On October 21, DOT published in the Federal Register an amendment to 49, CFR Part 23, Participation by Disadvantage Business Enterprise in Department of Transportation Programs. Only one change will affect the airport grant program. Effective October 210, a sponsor or contractor may count toward its DBE goals 60 percent of its expenditures for materials and supplies required under a contract and obtained from a DBE and 100 percent of such expenditures to a DBE manufacturer. Minimum Disadvantage Business Enterprise goals for this project are: DBE Goal: J! END OF SECTION 120 I: -: , =.1 ~J GP-120-23 ~ IJ I' ..I I I I: ~j ITEM M-101 MOBILIZATION DESCRIPTION 101-1.1 The work covered by this section consists of preparatory work and operations, including but not limited to those necessary for the movement of personnel, equipment, supplies, and incidental to the project site; for the establishment of all offices, buildings, and other facilities necessary for work on the project; and for all other work and operations which must be performed or costs incurred prior to beginning work on the various items on the project site. BASIS OF PAYMENT 101-2.11 All work covered by this section will be paid for at the contract lump sum price for "Mobilization" , I J I j I ! I I I ) - Partial payments for the item of "Mobilization" will be made with the first and second partial pay estimates paid on the contract, and will be made at the rate of 50 percent of the lump sum price for "Mobilization" on each of these partial pay estimates, provided the amount bid for "Mobilization" does not exceed 5 percent of the total amount bid for the contract. Where the amount bid for the item of "Mobilization" exceeds 5 percent of the total amount bid for the contract, 2-1/2 percentofthe total amount bid will be paid on the last partial pay estimate. ' Payment will be made under: Item M-101 I Mobilization - Lump Sum End of Item M-101 ._~l M-1 01-1 ~ ~ ~ I I -I J - I .i - I I , I . - - I ,,J I ..J I ITEM F-162 CHAIN-LINK FENCES DESCRIPTION 162-1.1 This item shall consist of furnishing and erecting a chain-link fence in accordance with these specifications and the details shown on the plans and in conformity with the lines and grades shown on the plans or established by the Engineer. MATERIALS 162-2.1 FABRIC. The fabric shall be woven with a 9-gauge galvanized steel wire in a 2-inch mesh an~ shall meet the requirements of ASTM A 392, Class 2, , , . 162-2.2 BARBED WIRE. Barbed wire shall be 2-strand 12-1/2 gauge zinc-coated wire with 4-point barbs and shall conform to the requirements of ASTM A 121, Class 3, Chain Link Fence Grade. , I . , . 162-2,3 POSTS,. RAILS AND BRACES. Posts, rails, and braces furnished for use in conjunction with zinc-coated, zinc-5% aluminum mischmetal alloy coated, or aluminum-coated steel fabric shall be of zinc- coated steel, zinc/polymer-coated steel, zinc-5% aluminum mischmetal alloy coated steel framework, or composite posts. Those furnished for use in conjunction with aluminum alloy fabric shall be aluminum alloy. Line posts, rails, and braces shall be galvanized steel pipe conforming to the requirements of ASTM F 1083, Post, rails, and braces, with the ex~eption of galv'ilnized steel (Schedule 40 weight) or aluminum alloy (Schedule 40 ~eight) which conform to the requirements of ASTM F 1083, shall demonstrate the ability to withstand testing in salt spray in accordance with ASTM B 117 as follows: · External: 1,000 hours' with a maximum of 5% red rust. ' Internal: 650 hours with a maximum of 5%' red rust. The dimensions of the posts, rails, and braces shall be in accordance with Tables I through VI of Fed. Spec. RR-F~191/3. . . 162-2.4 GATES. Gate frames shall consist of galvanized steel pipe and conform to the specifications for the same material under paragraph 162-2.3, The fabric !?hall be of the same type material as used in the fence. 162-2.5 WIRE TIES AND TENSION WIRES. Wire ties for use in conjunction with a given type of fabric shall be of the same material and coating weight identified with the fabric type. Tension wire shall be 7-gauge "marcelled steel wire with the same coating as the fabric type and shall conform to ASTM A 824. All material shall conform to Fed. Spec: RR-F-191/4. 162-6 MISCELLANEOUS FITTINGS AND HARDWARE. Miscellaneous steel fittings and hardware for use with zinc-coated steel fabric sha'lI be of commercial grad~ steel or better quality, wrought or cast as appropriate to the article, and sufficient in strength to provide a balanced design when used in conjunction with fabric posts, and wires of the qua'lity specified herein, All steel fittings and hardware shall be protected with a zinc coating applied in " conformance with ASTM A 153. Barbed wire support arms shall withstand a load of 250 pounds applied vertically to-the outermost end of the arm, 162-2.7 CONCRETE. Concrete shall be of a commercial grade with a minimum 28-day compressive strength of 2500 psi. 162-2,8 MARKING, Each roll of fabric shall carry a tag showing the kind of base metal (steel, aluminum, or F-162-1 aluminum alloy number), kind of coating, the gauge of the wire, the length of fencing in the roll, and the name of the manufacturer, Posts, wire, and other fittings shall be identified as to manufacturer, kind of base metal (steel, aluminum, or aluminum alloy number), and kind of coating. I .i I J I CONSTRUCTION METHODS '1 1 IBM dlI' , I J I I } I 1 j I J I 1 I 1 I I I I I I i ,I \,'-"1 "f.'..'I?J 162-3,1 CLEARING FENCE LINE. All trees, brush, stumps, logs, and other debris which would interfere with the proper construction of the fence in the required location shall be removed a minimum width of 2 feet on each side of the fence centerline before starting fencing operations. The cost of removing and disposing of the material shall not constitute a pay item and shall be considered incidental to fence construction. 162-3.2 INSTALLING POSTS, All posts shall be set in concrete at the required dimension and depth and at the spacing shown on the plans, Posts should be spaced not more than 10 feet apart and should be set a minimum of 36 inches in concrete footings, If the frost depth is greater than 36 inches, the posts should be set accordingly. The post holes shall be in proper alignment so that there is a minimum of 3 inches of concrete on all sides of the posts. ' The concrete shall be thoroughly compacted around the posts by tamping or vibrating and shall have a smooth finish slightly higher than the ground and sloped to drain away from the posts, All posts shall be set plumb and to the required grade and alignment. No materials shall be installed on the posts, nor shall the posts be disturbed in any manner within 7 days after the individual post footing is completed. Should rock be encountered at a depth less than the planned footing depth, a hole 2 inches larger than the greatest dimension of the posts shall be drilled to a depth of 12 inches. After the posts are set, the remainder of the drilled hole shall be filled with grout, composed of one part portland cement and two parts mortar sand. Any remaining space above the rock shall be filled with concrete in the manner described above, In lieu of drilling, the rock may be excavated to the required footing depth, No extra compensation shall be made for rock excavation. 162-3.3 INSTALLING TOP RAILS. The top rail shall be continuous and shall pass through the post tops. The coupling used to join the top rail lengths shall allow for expansion. 162-3.4 INSTALLING BRACES. Horizontal brace rails, with diagonal truss rods and turnbuckles, shall be installed at all terminal posts, 162-3.5 INSTALLING FABRIC, The wire fabric shall be firmly attached to the posts and braced in the manner shown on the plans. All wire shall be stretched taut and shall be installed to the required elevations. The fence shall generally follow the contour of the ground, with the bottom of the fence fabric no less than 1 inch or more than 4 inches from the ground surface. Grading shall be performed where necessary to provide a neat appearance, At locations of small natural swales or drainage ditches and where it is not practical to have the fence conform to the general contour of the ground surface, longer posts may be used and multiple strands of barbed wire stretched thereon to span the opening below the fence, The vertical clearance between strands of barbed wire shall be 6 inches or less, F-162-2 ~I tJ I j -I i I I i 162-3,6 ELECTRICAL GROUNDS, Electrical grounds shall be constructed at 500 foot intervals and wherever a power line passes over the fence, The ground shall be installed directly below the point of crossing of the power line. The ground shall be accomplished with a copper clad rod 8 feet long and a minimum of 5/8 inch in diameter driven vertically until the top is 6 inches below the ground surface, A No, 6 ~ I J I ., I w I '1 . I - I J I ; I I , I .J I I , i ..J I j I _J I l I J solid copper conductor shall be clamped to the rod and to the fence in such a manner that each element of the fence is grounded, Installation of ground rods shall not constitute a pay item and shall be considered incidental to fence construction, METHOD OF MEASUREMENT 162-4.1 Chain-link fence wilr be measured for payment by the linear foot. Measurement will be along the top of the fence from center to center of end posts, excluding the length occupied by gate openings. I Gates will be measured as complete units. BASIS OF PAYMENT 162-5.1 Payment for chain-lin~ fence will be made at the contract unit price per linear foot. Payment for driveway or walkway gates will be made at the contract unit price for each gate, The price shall be full compensation for furnishing all materials and for all preparation, erection, and installation of these materials, and for all labor equipment, tools, and incidentals necessary to complete the item. Payment will be made under: ASTM A 121 ASTM A 123 ASTM A 153 ASTM A 392 ASTM A 446 ASTM A 491 ASTM A 569 ASTM A 570 ASTM A 572 Item F-162-5,1 Chain-Link Fence--per linear foot Item F-162-5.2 2 X 12' Dual Swing Gate, Installed -:- per each , Item F-162-5,3 24' Remote Access Automatic 'Sliding Gate, Installed -- per each Item F-162-5.4 6' Pedestrian Swing Gate, Installed - per each MATERIAL REQUIREMENTS Zinc-Coated (Galvanized) Steel Barbed Wire Zinc (Hot Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged. Steel Shapes, Plates, Bars, and Strip Zinc Coating (Hot-Dip) on Iron and Steel Hardware Zinc-Coated Steel Chain-Link Fence Fabric Specification f()r Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process, Structural (Physical) Quality Aluminum-Coated Steel Chain-Link Fence Fabric Steel, Carbon (OJ 5 Maximum, Percent), Hot Rolled Sheet and Strip Commercial Quality : Hot-Rolled Carbon Steel Sheet and Strip Structural Quality High-Stre~ngth Low-Alioy Columbium-Vanadium Steels of Structural Quality F-162-3 ASTM A 585 ASTM A 824 ASTM B 117 ASTMB221 ASTM F 668 ASTM F 1043 ASTM F 1083 ASTM F 1183 ASTM F 1234 ASTM G 23 ASTM G 26 ASTM G 53 Fed, Spec" RR-F-191/3 Fed, Spec, RR-F-191/4 Aluminum-Coated Steel Barbed Wire I . i .d I , -lJ I 1 --' Metallic-Coated Steel Marcelled Tension Wire for Use with Chain Link Fence Standard Test Method of Salt Spray (Fog) Testing Aluminum-Alloy Extruded Bars, Rods, Wire Shapes and Tubes \1 !;HI .~ I ~"t :::J I ( ..J I l I J I .I I .I I I 1 ) I ~ I \ ~I till :1 U I .i I i . I i Poly(vinyl Chloride (PVC)-Coated Steel Chain-link Fence Strength and Protective Coatings on Metallndus~rial Chain Link Framework Pipe, Steel, Hot-Dipped Zinc-coated (galvanized) Welded, for Fence Structures Aluminum Alloy Chain Link Fence Fabric Protective Coatings on Steel Framework for Fences Operating Light-Exposure Apparatus (Carbon-Arc Type) with and without Water for Exposure of Nonmetallic Materials Operating Light-Exposure Apparatus (Xenon-Arc Type) with and without Water for Exposure of Nonmetallic Materials Operating Light- and Water-Exposure Apparatus (Fluorescent UV-Condensation Type) for Exposure of Nonmetallic Materials Fencing, Wire and Post, Metal (Chain-Link Fence Posts, Top Rails and Braces Fencing, Wire and Post, Metal (Chain-Link Fence Accessories) END OF ITEM F-162 F-162-4 __~___..... ,"~__~ ._.- ~''--_~' _............... _ '---"''''-'' ~"""~"'___ ____,..,.,..~,_....,..~~_'~'''T__'..,...,,''~~'.._~.~_. _ ._.~, . .__._.~_ .~ '_"___~W ".' _.'...... _"._".~_..... ". ~-' ~l,'~>_"'''''~,~~____,,,,__,,,-,_-,~,,,,. ,,-,. ..._.._,._~_.~....---<_._.,.....,.......-~...",- ~ ~ ~ I ...:J .~ I j I I I \ I J I I I I J - I i I l I J ITEM P-620' RUNWAY AND TAXIWAY PAINTING DESCRIPTION 620-1.1 This item shall consist of ' the painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Engineer. MATERIALS 620-2.1 MATERIALS ACCEPTAN~!=. The Contractor shall furnish manufacturer's certified test reports for materials shipped to the project. The certified test' reports shall include a statement that the materials meet the specification requirements. The reports can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the Engineer upon arrival of a shipment of materials to the site. 620-2.2 PAINT. Paint sh'qll be Waterborne in accordance with the requirements of paragraph 620-2,2. Paint shall be furnished in White and Yellow in accordance with Federal Standard No 595. White,- 37925 Yellow- 33538 or 3.3655 Type I. a, VVATERBORNE, Paint shall meet the, requirements of Federal Specification TT-P-1952D, 620-2.3 REFLECTIVE MEDIA. Glass beads shall meet the requirements of Fed. Spec. TT-B-1325, Gradation "AU. Glass be,ads shall be treated with adhesion promoting and/or flotation coatings as specified by the manufactyrer of the paint. CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry and when the surface temperature is at least 45 degrees F (7 degrees C) and rising and the pavement surface te~p~rature is at least 5 degrees F (2. 7 d~grees C) above the dew point 620-3.2 EQUIPMENT. Equipment-shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead and/or silica sand dispensing machine, and such auxiliary hand.painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray-type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall apply markings of uniform cross seCtions and clear-cut edges without running or spattering and without over spray. ' . I 620-3.3 PREPARATIONO~ SURF~CE. Immediately before application of the paint, the surface shall I be dry and free from dirt, grease, oil, laitance, or other foreign material that would reduce the! bond between the paint a~d the pavement. The area to be painted shall be cleaned bYi sweeping and blowing or by other methods as required to remove all dirt, laitance, and loose! materials. ! j 620-3.4 LAYOUT OF MARKINGS. The proposed markings shall be laid out in advance of the paint application. The locations of markings to receive glas~ beads are as follows: Runway threshold bar, runway centerline markings, runway sideline stripes, runway threshold markings, taxiway holding position markings, and blast pad m~rkings. 620-1 I ..-..- .-' ""-..~,........-.. ..._.~...--_._-,.,..,.. ,.._....~.,_.^...... _H~'~H_.",~___.~_.~ 1 .85 m to 18.3 m +/- 2 inches +/- 3 inches I l j I 'j -" ,I J ;~ ii I I J ~ I J I ! I I I J j I j I 1 I I J :1 l'j' ~ .\ t!:L' :..1 ~~j I 1 I j I j I 620-3.5 APPLICATION. Paint shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface has been approved by the Engineer. The edges of the markings shall not vary from a straight line more than 1/2 inch (12 mm) in 100 feet and marking dimensions and spacing shall be within the following tolerances: The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate(s) shown in Table 1. The addition of thinner will not be permitted TABLE 1. APPLICATION RATES FOR PAINT, GLASS BEADS, AND SILICA SAND Paint Glass Beads, Type Glass Beads, Silica Sand Square feet per C2 Type III Pounds per gallon gallon, fe/gal radation A Pounds per gallon of paint--Ib./gal. (Square meters per Pounds per gallon of paint--Ib./gal. (Kilograms per liter Paint Type liter, m2/1) of paint--Ib./gal. (Kilograms per liter of paint--kg/I (Kilograms per liter of paint--kg/I of paint--kg/I) Waterborne 115 ft'/gal. maximum 7 Ib./gal. minimum 12 Ib./gal. minimum 4 Ib./gal. minimum (2.8 m2/1) (0.85 kg/I) (1.45 kg/I) (0,5 kg/I) Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished which is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate(s) shown in Table 1. Glass beads shall not be applied to black paint. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. The application of glass beads by hand is prohibited, All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. 620-3.6 PROTECTION. After application of the paint, all markings shall be protected from damage until the paint is dry. All surfaces shall be protected from excess moisture and/or rain and from disfiguration by spatter, splashes, spillage, or drippings of paint. METHOD OF MEASUREMENT 620-4.1 The quantity of runway and taxiway markings to be paid for shall be t~e number of square feet of painting and the number of pounds or reflective media performed in accordance with the specifications and accepted by the Engineer. 620-2 I j I . J ~ I ,.:.:1 ~ ~ ~ ~ I I I I I I I , I I - I .J , BASIS OF PAYMENT 620-5.1 Payment shall be made at the respective contract price per square foot for runway and taxiway painting and price per pound for refl~ctive media. This price shall be full compensation for furnishing all materials and for all labor, ,equipment, tools, and inCidentals necessary to complete the item. , , Payment will be made under: Item P-620-5,1-1 Reflective Aviation Marking - White, per square foot Item P-620-5.1-2 Reflective Aviation Marking - Yellow, per square foot Item P-620-5.1-3 Reflective Media (Glass Beads), per pound TESTING REQUIREMENTS ASTM C-146 Chemical Analysis of Glass Sand ASTM C 371 Wire-Cloth Sieve Analysis of Nonplastic Ceramic Powders ASTM D 92 Test Method for Flash and Fire Points by Cleveland Open Cup ASTM 0 711 No..Pick-Up Time of Traffic Paint ASTM D 968 .' Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive ASTM D 1652 Test Method for Epoxy Content of Epoxy Resins ASTM 0 2074 Test Method for Total Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM 0 2240 . Test Method for Rubber Products-Durometer Hardness ASTM G 53 Operating Light and Water-Exposure Apparatus (Florescent UV-Condensation Type) for Exposure of Nonmetallic Materials. Federal Test Method Standard No. 141 Paint, Varnish, Lacquer and Related Materials; Methods of Inspection, Sampling and Testing MATERIAL REQUIREMENTS ASTM D 476 Specifications for Titanium Dioxide Pigments . . '"'j' Code of Federal Regulations 40 CFR Part 60, Appendix A 29 CFR Part 1910.1200 !!!!!! Fed. Spec, TT-B-1325 Beads (Glass Spheres) Retroreflective Fed. Spec. TT-P-1952D Paint, Traffic and Airfield Marking, Waterborne )" 620-3 END OF SECTION P-620 I I I "k.~ I I I l!;ti I -' I I I - Commercial Item Description (CID) A~A-2886A Paint, Traffic, Solvent Based Federal Standard 595 Colors used in Government Procurement 620-4 I I I I I ~I 1:.7,3 ~l.0 :1 i'i@ [1! I i .. I ) I - - I .1 I I - I ,I I J I " I , I I I I I I I SECTION 02110 CLEARING AND GRUBBING 1 . DESCRIPTION 1.1 The clearing work covered by this section consists of cutting, removing and properly disposing of vegetation and debris; Trees specifically identified on the plans to be preserved shall be adequately delineated and flagged by the CONTRACTOR, such that the balanceof the work may be performed in a safe and harmless manner in the vicinity of preserved trees. Such tree preservation will be considered part of the work and shall be in conformance with applicable local codes and regulations. Clearing and grubbing shall be performed in areas'as called for on the plans, the limits of which shall coincide with the construction limits and in general shall extend five (5) feet beyond top of cut and toe of fill, not to exceed the limits of the Owner's property. ' 1.2 Related Work Any reference to standard ,specifications refers to the most current published date of the following specification unless otherwise noted. " 1,2.1 Refererlce thefollowi'ng specifications for related work: 02210 Unclassified Excavation and Grading 1.2.2 Clearing and grubbing activities shall conform to Section 201 of the "Standard Specifications Construction of Transportation Systems" latest edition, published by the Georgia Department of Transportation' except that grubbing shall be performed on all cleared excavation and embankment areas and shall include the complete removal of all stumps, roots and embedded debris, ., , 1,3 The grubbing work covered .by this section consists of removing and properly disposing of all surface vegetation and debris. Where the material being removed is high in organic matter content, such as root mat and other vegetative matter, it shall be considered vegetation and removed as part of the work of grubbing. Where material being' removed consists predominantly of soils, such removal will be considered part of the work covered by Section 0221 0 of these specifications, entitled Unclassified Excavation and Gradin'g. 1.4 The work of clearing and grubbing shall also include the removal and satisfactory disposal of crops, weeds and other annual growth, fences, steps, walls, chimneys, column footings, other footings, foundation slabs, basements, other fo~ndation components, signs, junked vehicles, and other rubble and debris, and the filling of holes and depressions. .This work shall also be performed in all non-wooded areas within the constructio'n limits,' shown on the project plans upon which' seeding and mulching, sprigging or sodding is to be performed, , As a part of the work of clearing and grubbing, the CONTRACTOR will be required to cut off and plug at the right of way or construction limits, as directed by the ENGINEER, any private water or sewer 'line intercepted during the construction of ,the project, as well as cut off and remove from the construction area any septic tank or portion thereof during the construction of the project. 1.5 Clearing and grubbing operations shall be completed sufficiently in advance of grading operations as may be necessary to prevent any of the debris from the clearing and grubbing operations from interfering with the excavation or embankment operations. 1.6 The CONTRACTOR shall obtain, at his own expense, all necessary permits pertaining to clearing and grubbing work not already secured by the ENGINEER. The CONTRACTOR shall then provide a copy of any and all required permits to the ENGINEER. 02110-1 MS/7-01 2, . MATERIALS Topsoil shall be considered to mean original surface soil, typical of the area, which is capable of supporting native plant growth, and shall be free of large stones, roots, brush, waste construction debris and other undesirable material. I I , I ...;l ~I i;i . 3. INSTALLATION 3.1 Clearing and grubbing shall be performed in areas as called for on the plans, the limits of which shall coincide with the construction limits and in general shall extend 5 feet beyond top of cut or toe of fill, not to exceed the limits of the OWNER's property. il Xkj ,...." 3.2 . The CONTRACTOR shall perform all clearing and grubbing operations before construction operations begin, I ~ I ; I ,j I \ .! I i I j ~ I ,! I J 3.2.1 Where adjacent areas within the site but outside the limits of construction are disturbed as a result of clearing and grubbing activities, the CONTRACTOR shall remove all debris and restore to the original grades and equal or better condition, ' 3.2,2 The CONTRACTOR shall exercise caution to protect and maintain all existing utilities and underground works which are to remain, Any existing utilities or underground works which are to remain that are disturbed during construction shall be repaired or replaced at the CONTRACTOR's expense, 3.2,3 The CONTRACTOR must comply with all local, state and federal laws, ordinances and regulations in the removal and disposal of clearing and grubbing of all vegetation, timber, waste and all surface debris that must be hauled from the Project Site, No burning of materials will be allowed on site. The CONTRACTOR shall properly dispose of all cleared materials at his expense, in conformance with all applicable local and state laws and ordinances with the exception of any materials to be reused or recycled as directed elsewhere in this contract. 3,3 Stripping and Storage of Topsoil All topsoil suitable for reuse, in the opinion of the ENGINEER, shall be stripped to its full depth, all topsoil to be moved shall be free of large stone, roots, brush, waste construction materials and other undesirable matter, 3,3,1 Topsoil stripping shall be accomplished from all topsoiled areas to be disturbed. 3.3,2 Existing lawn sods may be left to decompose with the topsoil. Heavier stands of weeds and grasses shall be removed as directed by the ENGINEER prior to the stripping operations, 3.3.3 The topsoil shall be kept separate from other excavated materials and stored in stockpiles, the location of which shall be as directed by the ENGINEER. Topsoil shall be stockpiled so that it shall not be subject to abnormal erosion and loss, and so that it does not impede the flow of drainage runoff. The directed locations of topsoil stockpiles will, when construction sequence permits, be located in areas that have previously been graded to design rough grade. 3,3.4 Any excess topsoil shall be hauled off the OWNER's property by the CONTRACTOR at his expense, END OF SECTION II ~ 02110-2 MSf7-D1 ;1 ';:.Ji t..-.'} I j I J I ~ _I _I I I I .1 I ) I j I I I ) I 1 I , I , I I I --J I I , SECTION 02210 , UNCLASSIFIED EXCAVATION AND GRADING 1. DESCRIPTION This portion of the project includes the excavation, undercut excavating, grading, earthwork and compaction required as shown on the plans and all other associated miscellaneous items of earthwork construction, as shown on the plans. The CONTRACTOR shall furnish all materials, labor, equipment and incidental items necessary to complete this portion of the work as detailed on the plans and as called for in these Specifications. 1.1. Any reference to standard specifications refers to the most current published date published of the following specification unless otherwise noted. . ;. All unclassified excavation shall be in accordance with Section 210 and in the event "Borrow Fill" is required, Section ?06 of the "Standard Specifications Construction of Transportation Systems", latest edition, published by the Georgia Department of Transportation, unless otherwise directed herein, 1,2. Related Work Any reference Ita standard specifications refers to the most current published date of the following specification unless otherwise noted: Reference the following specifications for related work: 02110. Clearing and Grubbing 02222 Excavating, Backfilling, and Compacting 02231 Subgrade 02933 '. Seeding and .Mulching ASTM D698C ' Definitions Trench Rock: That rock within the trenching limits that must be removed for utility construction. Mass Rock: That rock which: must be removed by blasting to permit reaching one foot below the design finish grade. ' Geotechnical Engineer, also. known as the "Project Geotechnical Engineer": Professional soils engineer hired by the CONTRACTOR and approved by the ENGINEER for this project. Surveyor: Licensed surveyor hired by the.CONTRACTOR and approved by the ENGINEER for . this project. . ' , 2. MATERIALS 2,1, Topsoil :shall be cot;lsidered to mean original surface soil, typical of the area, which is capable of supporting native plant growth, and shall be free of large stones, roots, brush, waste, construction debris ar:ld other undesirable material or contamination. 2.2. All fill used for site grading operations should consist of a clean (free of organics and debris) low plasticity soil (plasticity index less than 30). 3. INSTALLATION 3,1.' General Requirements 3,1,1. In the event a subsurface investigation report has been prepared for this project, all excavation, filling and grading ~hall be performed in accordance with the recommendations of the subsurface report, and under the direction of the project geotechnical ENGINEER. 02210-1 MSR~1 . - ) 3.1,2, 3.1,3, 3.2. 3,2.1, 3.2,2, 3,2.3. 3,2.4. 3.2,5, Construction stakeout will be by a licensed survey firm provided by the CONTRACTOR Exact locations and grade points are to be staked or fixed by the surveying firm before construction. The CONTRACTOR shall not disturb any benchmarks, reference stakes or property line monuments. In the event it becomes necessary to remove any benchmark, reference stake or property line monument in the performance of the work, the CONTRACTOR shall reference such points in preparation for replacement. If any such points are disturbed or damaged, they shall be replaced by a Registered Land Surveyor in the state where the work is located at the expense of the CONTRACTOR I I I ~r':; ,:1 'l@'" ..,;!:, ",II, Existing utility lines (either overhead or underground), sidewalks, fencing, pavement or other structures shown on the drawings, shown to the CONTRACTOR or mentioned in the plans and specifications shall be kept free of damage by the CONTRACTOR's operations. It shall be the responsibility of the CONTRACTOR to verify the existence and loc~tion of all underground utilities within the Project Site, The omission from or the inclusion of utility locations on the plans is not to be considered as the non-existence of or a definite location of existing underground utilities. Any existing construction damaged by the CONTRACTOR shall be restored to an equal condition as that existing at the time prior to damage, at the CONTRACTOR's expense. If any existing utility is inadvertently damaged during construction, the CONTRACTOR shall notify the utility, the ENGINEER and the OWNER of said damaged utility at once so that emergency repairs may be made at the CONTRACTOR's expense and to the satisfaction of the party having jurisdiction of the utility. I '::1 I J I .I I I I j I J I i I > I ; } I Unclassified Excavation Upon completion of the stripping operations, and after all excavation of the site has been completed to the lines and grades shown on the drawings, the exposed subgrade in cut areas should be proofrolled as specified herein for areas to receive fill. Any areas which deflect, rut or pump excessively during the proofrolling or fail to "tighten up" after successive passes should be undercut to suitable soils and replaced with compacted fill. All site excavation shall be unclassified regardless of the nature of the materials encountered with the exception of rock excavation, Only that material which in the opinion of the ENGINEER cannot be removed with a caterpillar 0-9 or equal, equipped with a properly fitted single tooth ripper, or removed by a caterpillar 225 backhoe or equal, equipped with rock teeth, will be regarded as rock, The ENGINEER should be notified immediately if rock is encountered. All excavation materials which are not required for fills shall be considered as waste and shall be disposed of off the OWNER's property unless directed otherwise by the OWNER in writing, All site excavation of previously stockpiled or buried construction, clearing or demolition debris or any other refuge shall be properly disposed of offsite at the CONTRACTOR's expense. The CONTRACTOR shall obtain all necessary Federal, State or Local permits for transporting and disposing of such material, at his expense, Rock in the bottom of roadway cuts shall be excavated to a depth of 1 foot below the roadbed and ditches. Rock in building pad areas shall be excavated to a depth of 1 foot below finished grade or as indicated on the grading plans. ,1 ~s,UJi ;1 '~l I ! I j I l The CONTRACTOR shall provide all sheeting, shoring, underpinning and bracing required to hold the sides of the excavation and for the protection of all adjacent structures. The CONTRACTOR shall be held responsible for any damage to any part of the work by failure of excavated sides or bottoms. 02210-2 MS/7-01 IJ I) 11 ~ ~ II I II ~ I, I J j I I I I J ~ I . I _,J I " 1 - I 3,3, Blasting " .. .Ij~ " . .: . . ~' " ~ ". . 3,3,1. Any and all blasting operations shall be conducted in strict accordance with existing ordinances and regulations relative' to storage and use of explosives. Blasting shall be done only by experienced men and extreme caution and care shall be exercised to prevent injury to persons or damage to any pipe, mains, wires, drains, buildings, railroad tracks or other property above or below the surface of.the ground. The CONTRACTOR shall use safety nets or other equivalent measures as approved by the ENGINEER to reduce the possibility of flying rock as a result of blasting operations. The CONTRACTOR shall be held strictly responsible for any injury to persons or damage t6 public or private property~ 3.3.2. The CONTRACTOR shall submit blasting plans to the ENGINEER for review and shall not proceed with blasting operations until approval has been granted. As directed by the ENGINEER, blasting operations shall be monitored to insure that vibration levels produced by blasting are within tolerable limits, 3.3.3. The CONTRACTOR,shall obtain at his expense, all Federal, State and Local permits required to perform, blasting operations, . 3.4. Dewate'ring , , 3.4.1. The CONTRACTOR shall cOhtrol the grading in all areas so that the surface of the ground will be properly sloped, diked or ditched to prevent water from entering into excavated areas. The CONTRACTOR shall maintain sufficient personnel and equipment to promptly and continuously remove all water, from any spurce, entering or accumulating in the excavation or other parts of the work. All water" pumped or drained from these areas shall be disposed of in a suitable manner without damaging adjacent property or other work under construction. ," 3.5. Embankments. Fills and Backfills . 3.5.1, Upon completion of the stripping operations, the exposed subgrade in areas to receive fill should be proofrolled with a loaded dumptruck or similar pneumatic-tired vehicle with a minimum loaded weight of 20 tons, untjer the supervisipn of the geotechnical engineer. The proofrolling procedure should consist of four complete passes of the exposed areas with two of the passes being in a direction perpendicular to the preceding ones. Any areas that deflect, rut or pump excessively during. the proofrolling or fail to "tighten .up" after successive passes should be undercut to suitable soils and replaced with compacted fill. 3.5.2. Embankments and fills shall be constructed at the locations and to the lines and grades indicated on the:' drawings. .Material shall be placed .in horizontal layers not to exceed 8 inches in loose depth and thoroughly compacted prior to placing each following layer. All fill material shall be free from roots or other organic material, trash, and from all stones having anyone dimension greater than 6 inches. Stones larger than 4 inches, maximum dimension, shall not be permitted in the upper 6 inches of fill or embankment. Fill areas shall be kept level with graders or other approved devices. t 3.5,3. Embankment and fill compaction shall be accomplished by thoroughly compacting each layer with sheep foot rollers, pneumatic rollers, and mechanical tampers in places inaccessible to rollers, or other equipment. When material has too much moisture, grading operations shall be limited to drying soil by spreading and, turning for drying by the sun and aeration. When material is dry, moisture shall be added by sprinkling by approved means, 3,5,4. All embankments and fills shall be compacted to the following percentages of the maximum dry density as determined by the 'Standard Proctor Density Test, ASTM 0-698, Method C. , . 02210-3 MSI7-01 I . I Structure Roadway and Parking All Depths Top 12 Inches Remainder 100 100 95 I , I __1 I t .J ,I \q ~%1 3,5,5, The following table shall be used unless otherwise specified: TABLE OF COMPACTION Type Fill or Minimum Embankment Zone Density % Embankment types are defined as follows: Structure - beneath concrete slabs of buildings, floors, foundations, etc. Roadway and Parking - beneath all roads, streets, truck operations"and automobile parking lots , I 1 .~ .~ I - I I I ) I i I I , J I J ;,1 "W.'! r..It,!il :,1 ':"1 ...1 I ,j I J I 3.5.6. Where backfilling is required after the completion of drainage structures, all forms, trash, and construction debris shall be removed from excavation before backfilling begins. Backfill shall be placed in horizontal layers of 6 inches in loose depth. Compacti()n shall conform to requirements in the above table. Heavy rollers, crawler equipment, trucks or other heavy equipment shall not be used for compacting backfill within 5 feet of structure walls or other facilities which may be damaged by their weight or operation. No backfilling shall begin until concrete and masonry walls are properly cured. 3.5,7, The CONTRACTOR shall carry the top of embankments, fills, or backfills to the surrounding grade so that upon compaction and subsequent settlement, the grade will be at proper elevation. Should settlement occur during the guarantee period of the contract, the CONTRACTOR shall provide sufficient fill to bring area up to finished grade and shall reseed as required. 3.6, Proofrolling Schedule 3,6.1. Proofrolling under the observation of the Soils ENGINEER will be performed using a loaded dumptruck or similar pneumatic-tired vehicle with a minimum loaded weight of 25 tons as specified herein and as follows. 3.6.2. Immediately following stripping, all areas to receive fill shall be proofrolled as specified herein. 1 3.6,3, Immediately following the completion of excavation to proposed grades in cut areas, proofrolling shall be performed as specified herein, 3.6.4, Immediately prior to stone base course placement in pavement areas and following final floor slab preparation, all subgrade areas will be proofrolled. Any local areas that deflect, rut or pump under the roller shall be undercut and replaced with compacted fill material as specified herein, 3,7. Soillnsoection and Tests 3,7.1. All excavated and fill material shall be removed, selected, placed and compacted under supervision of a representative of a commercial soils testing laboratory which will be selected by the OWNER. A commercial soil testing laboratory shall be any firm properly equipped to perform such compaction tests and who has in their employment a Professional ENGINEER experienced in testing and soil mechanics, The laboratory representative shall have the authority to approve or disapprove the condition of the subgrade on which fill is to be placed, filled material, placement methods, compaction methods, and shall make compaction density tests as necessary to determine that the specified density is obtained, The CONTRACTOR shall notify the laboratory at least three (3) days prior to starting fill operations in order that suitability of material for 02210-4 MS/7-01 _J I) II j I - I ,J - - I , J I 1 I I J I I I I I ,--,-.j I , I I compaction may be 9hecked and no material shall be used that has not been previously checked and approved by the. laboratory; The laboratory shall be notified before any cut is made or fill is placed in order that the laboratory representative may be present during all grading operations, The CONTRACTOR shall remove, replace, recompact and retest all fills failing to meet the density requirements at his own expense. 3.7.2, A soil testing laboratory shall be retained by the OWNER to supervise fill placement and compaction at no expense to the CONTRACTOR However, extra time and trips caused by excessive delay, failure of the CONTRACTOR to properly coordinate with the laboratory, or failure of the CONTRACTOR to properly compact fill material shall be backcharged to the CONTRACTOR 3,7.3. Field d~nsity tests shall be performed by the CONTRACTOR's testing agency for each one foot of fill material placed.' 3,7.4. A minimum of one field density test shall be made for each 5,000 square feet of fill placement in building areas. 3.7.5, A minimum of one field density test shall be made for each 10,000 square feet of fill placement in all other areas where pavement is to be placed. 3.7.6, 3.8. 3.8,1. 3.8.2, 3.9, 3.10. Prior to final acceptance, the Soils ENGINEER and Surveyor shall submit certification specifying that the project compaction criteria and subgrade elevations have been satisfactorily obtained. The CONTRACTOR is responsible for the certification statement from the Surveyor. This certification should be in the form of a letter accompanied by a stamped as-built drawing showing spot elevations. Borrow and Waste Materials Borrow In the event borrow material is required, the borrow material shall be checked for suitability for compaction and approved by the soils testing laboratory. The CONTRACTOR shall notify the laboratory at least three (3) days in advance of beginning borrow operations. Borrow excavation shall be performed in accordance with referenced State Highway construction SpeCification in which s~atethe project is located except where modified herein. Waste Excavated materials not suited for backfill and excavated material in excess of that needed to complete the work shall be .wasted on the project site where directed by the ENGINEER or hauled off the OWNER's property at the CONTRACTOR's expense, Waste areas shall be left in a graded and sloped fondition to allow natural drainage of surrounding area. Residual Soil Areas If proofrolling indicates that on-site virgin soils supporting any roadway, parking, building or other structural areas are not adequ'ate as determined by the Soils ENGINEER, then these unsuitable areas shall be repaired by ,the CONTRACTOR . The necessary repair procedure shall be determined by the Soils ENGINEER and may include scarifying, drying and recompaction i procedures or undercutting and replacement procedures. i I FinalGr~ding 3.10.1. On completion of all grading, all graded areas (except building pads and pavement areas in rough. grading contracts and all cut slopes steeper than 4:1 slope) shall be provided with 4 inches of topsoil 'and brought to the finished grades shown on the drawings. Areas disturbed by operations 02210-5 MS17,01 of the CONTRACTOR shall be properly returned to their original condition with a topsoil covering of 4 inches, 3,10.2. After the entire graded area has been brought to the finished grades shown on drawings, all areas shall be left smooth and free from erosion, ridges, ditches and evidence of ponding. Final grades shall be free from all roots, debris, rock and soil lumps and left in readiness for seeding. , 3.10.3, Prior to acceptance of the entire project, the CONTRACTOR shall correct all embankments and graded areas of all damages due to washes, settlement, erosion, equipment ruts or any other cause at his expense. 3.10.4, Prior to final acceptance, the CONTRACTOR shall provide certification as specified in paragraph 3,7.6 that all grades are + .01 foot of the finished grades shown on project drawings, 3,10,5. The CONTRACTOR shall stabilize all disturbed areas, unless otherwise directed, by seeding and mulching per section 02933 of these specifications or other means of stabilization called for by the contract drawings. 3,11. Clean-Up Upon completion or termination of the work, and before final payment is made. the CONTRACTOR shall remove from site all equipment, waste materials and rubbish resulting from his operations. In the event of his failure to do so, the same may be done by the OWNER at the expense of the CONTRACTOR. END OF SECTION 02210-6 MSI7-01 I I I .....1 ,I I t~ II t~g ;.d I , ; I _.j I J I _ J I j ~ I I I j I , j ;1 t.Fl :1 !lJ I ,.1 -I i I I J ~ ~l ~ ~ I I: J - I J I J I , I i I \ I , I , SECTION 02222 EXCAVATING, BACKFILLING & COMPACTING 1. DESCRIPTION The CONTRACTOR shall furnish all labor, material, equipment, and supplies, and shall perform all earthwork including excavation and backfill, pavement removal, sheathing, bracing, shoring, pumping or . bailing, dewatering, restoration and cleanup, all as indicated, specified and/or necessary to complete the work, 1,1 Any reference to standard specifications refers to the most current published date of the following specification unless otherwise noted. 1.2 Related Work , Reference the following specifications for related work: 02270 I 02575 02933 . 3300 0-2487 Erosion and Sediment Control Pavement Repair and Resurfacing Seeding and Mulching Cast-in-Place Concrete , ASTM Uniform Soil Classification System, 1991 (US Army Corp of Engineers Standard as revised by the US ACE and the Bureau of Reclamation in 1952) ASTM Compaction Testing OSHA Regulations . 0-698 P-1926 1.2.1. Any reference to Georgia 'DOT standard specifications was obtained from the "Standard Specifications Construction of Transportation Systems" latest edition, published by the Georgia Department of Transportation, unless otherwise directed herein. 2, MATERIALS 2,1 Fill Material shall be classified as ML-Iow plasticity silt or better by the Unified Soil Classification System and tabulated below:: Unified Class Class II GM . GP " SW SP GM GC SM J SC ML Description 1/4" - 1.-1/2" well graded stone including coral, slag, cinders, crushed stone and crushed shells Coarse gravel well graded Coarse gravel poorly graded Co'arse sands well graded Coarse sands poorly graded Silty-sandy gravel Clayey-sandy gravel Silty-sands Clayey-sands Inorganic silts and fine sands . Class I Class III Class IV ....;J Fill material shall exhibit a plasticity index of less than 20 and Standard Proctor maximum density at optimum moisture greater than 90 pounds per cubic foot. The following materials are unacceptable: ~ Class IV Unified Class CL MH CH OL OH PT Description Inorganic clays - low plasticity Inorganic elastic silts Inorganic clays - high plasticity Organic silts Organic clays Highly organic soil Class V , 02222-1 MS/7-01 I , ~.; I 2.2 Washed Stone Stone material where indicated shall be crushed stone or gravel of strong, durable nature and shall conform to the following standard sizes: 1 W' 100% 1" 95-100% Y2 n 25-60% #4 0~10% #8 0-5% I ~j 3, CONSTRUCTION 11 \1~1 [44 ~I l~:\l I J I I ~ I 2,3 Class C Concrete Minimum 28-day compressive strength of 2000 psi. 3.1 Existing Facilities 3.1,1 Existing Utilities Shown on the Drawings It shall be the CONTRACTOR's responsibility to conduct the work in such a manner as to avoid damage to or interference with any utilities services shown on the drawings. If such damage, interference, or interruption of service shall occur as a result of his work, . then it shall be the CONTRACTOR's responsibility to promptly notify the ENGINEER of the occurrence and to repair or correct it immediately, at his own expense, and to the satisfaction of the ENGINEER and the OWNER of the Utility. 3,1,2 Existing Utilities Not Shown on the Drawings It shall be the CONTRACTOR's responsibility to exercise all reasonable precaution in the performance of the work to avoid damage to or interference with any utilities services, even though not shown on the drawings. If such damage, interference, or interruption of service shall occur as the result of this work, then the CONTRACTOR's responsibility will be the same as stipulated in Paragraph 3,1,1 above, 3.2 Excavation and Backfill - General Requirements I j I J I i I 3.2.1 Pavement, gutters, sidewalks, aprons and curbs which will be disturbed by excavation shall be removed and disposed of as a part of ordinary excavation. That which is to be removed shall be cut or sawn along clean straight lines from that which is to remain. Remove enough such that a minimum of twelve inches of undisturbed earth remain between the excavation and that which is to remain. 3,2.2 Where required, and as approved by the ENGINEER, sheeting and bracing shall be used to prevent injury to persons, caving of trench walls ana to conform with all governing laws and ordinances. Sheeting and bracing shall be left in place until the trench is refilled to a safe limit. The top portion may then be removed, but the lower portion shall remain undisturbed. I 1 ; 3.2,3 It is the responsibility of the CONTRACTOR to provide an adequate dewatering system where required. The system shall be capable of removing any water that accumulates in the excavation and maintaining the excavation in a dry condition while construction is in progress. The surface of the ground shall be sloped away from the excavation or piping provided to prevent surface water from entering the excavation, Disposal of water resulting from the dewatering operation shall be done in a manner that does not interfere with normal drainage, and does not cause damage to any portion of the work or adjacent property. All drains, culverts, storm sewers and inlets subject to the dewatering operation shall be kept clean and open for normal surface drainage. The dewatering system shall be maintained until backfilling is completed or as otherwise directed by the ENGINEER. All damage resulting from the dewatering operation shall be repaired by the CONTRACTOR to the satisfaction of the ENGINEER and at no cost to the OWNER. I J 02222-2 MS/7-01 J , h.;U I r I j 3,2 The CONTRACTOR shall erect, maintain, and safeguard temporary bridges, walkways, or crossings where it is necessary to maintain traffic, Where trenches are open in the vicinity of pedestrian or vehicular travel lanes, suitable carriers will be constructed and maintained and the work will be further I I ~ ~ I I I ~ I J - I ) I I I , I I I I ) I J , I I protected from sunset to sunr.is~ with ~. sufficient number of lights or flares to fully protect the public from accidents on account of construction, ,. 3,3 If the specified depth for foundations proves insufficient to reach firm ground, the ENGINEER shall be notified and will furnish insfructions for proceeding with the work. 3.4 Rock, wherever used as a name for excavation material, shall mean boulders exceeding one-half cubic yard in volume or solid ledge rock, which in the opinion of the ENGINEER, requires for its removal drilling and blasting, or wedging or sledging and barring, Where rock excavation ,is necessary, the CONTRACTOR shall excavate the same as near the neat lines of the trench as practicable and he shall take all due precautions in the pursuance of the work. He will be held strictly responsible for all injury to life and to public ~and private property. 3.4,1 Rock shall be removed from the excavation to the following limits: · Trenches - The diameter of the pipe plus 8-inches on each side, extending six inches below the pipe wall and bell. ' · Structures -, 12-inches beyond the vertical plane of .the structure on all sides and on the bottom only to the depth necessary for proper installation. 3,5 Blasting. Prior to commencing anybla~ting oPE!('ations the CONTRACTOR shall notify the ENGINEER and either the Local Fire Department - Fire Prevention Section or the County Fire Administrator (as applicable) and obtain blasting permits as required. The CONTRACTOR must furnish proof (certification) of insurance specifically cove('ing any and, all obligations assumed pursuant to the use of explosives. All blasting operations shall be conduc,ted in strict accordance with any and all decrees, rules, regulations, ordinances, laws as may be imposed by any regulatory body and/or agency having jurisdiction over the work relative to handling, transporting, use and storage d explosives. Blasting shall be done only by competent and, experienced,. men whose activities shall be conducted in a workmanlike manner. Satisfactory information must be provided to the ENGINEER, that the blaster meets or exceeds the qualifications enumerated in OSHA Regulations Part 1926, Subpart U, Section 1926.901 - Blaster Qualifications. The CONTRACTOR shall protect all structures from the effects of the blast and repair any resulting damage, If the CONTRACTOR repeatedly uses excessive blasting charges or blasts in an unsafe or improper manner, the ENGINEER m!3y direct the CONTRACTOR to employ an independent blasting consultant to supervise the preparation for each bla~t and approve the quantity of each charge, 3,5,1 Overburden Undisturbed overburden may be deemed adequate in lieu of matting but only after the actual depth of the undisturbed overburden has been determined and adjudged sufficient by the ENGINEER Under no circumstances will loose or fill,overburden be adequate without the use of weighted mats. 3.5.2 Permission to Blast The CONTRACTOR shall not be allowed to blast bf!lfore 9 a.m. or after 3 p,m, without approval of the ENGINEER and OWNER Blasting will not occur within any rights-of-way maintained by any agency (D.O.T., RR, Gas, OWNER, etc,) without specific approval of the controlling agency and only in accordance with their respective requirements (as exceeded herein). The CONTRACTOR shall be held responsible for ahy and all injury to persons or damage to public or private property. 3,5,3 The CONTRACTOR !>hall not use excavated rock as backfill material. Dispose of ' rock which is ' surplus or not suitable for use,?ls rip rap. 3,6, Structure Excavation and Backfill . . ""'l' 3,6,1 Structure Excavation shall be made at the locations shown on the plans and to the exact subgrade required, Bottom' of excavations shall be I.evel and in firm, solid material, with soft material or 02222-3 MS/7-01 I voids treated as specified. Excavated areas shall be kept free of water during the construction period. Where earth will stand, footing trenches may be cut to the exact size of the footings; otherwise, forms shall be used. Where necessary, sides of excavations shall be shored and sheathed, or cofferdams built, as required for protection of the work and personnel. I I I 90 Location Top 12" of fill pavement or surfacing Full depth beneath all roads - paved or unpaved, driveways, sidewalks and undercut backfill for structure excavation All other areas not defined above JI ~~ I 2~l I I I , ,j I , I i I I j I J 3.6.1.1 Wherever excavation for a foundation extends below the water table or where specifically indicated on the plans" washed stone shall be placed to a minimum thickness of 12 inches, unless otherwise shown, prior to placing the foundation. The washed stone shall be compacted to 90% of maximum as determined by the Standard Proctor test (ASTM 0698). . 3,6,1.2 If the specified depth for foundations proves insufficient to reach firm ground, the ENGINEER shall be notified for furnishing instructions and proceeding with the work. 3.6.1.3 An adequate dewatering system shall be provided at all structure excavations and elsewhere as directed by the ENGINEER. If a well-point system is used, the CONTRACTOR shall submit plans, to the ENGINEER for approval. The system shall be capable of removing any water that accumulates in the excavation and maintaining the excavation in a dry condition while construction is in progress. The surface of the ground shall be sloped away from the excavation or piping provided to prevent surface water from entering the excavation. Disposal of water resulting from the dewatering operation shall be done in a manner that does not interfere with normal drainage, and does not cause damage to any portion of the work or adjacent property. All drains, culverts, storm sewers and inlets subject to the dewatering operation shall be kept clean and open for normal surface drainage. The dewatering system shall be maintained until backfilling is complete or as otherwise directed by the ENGINEER. All damage resulting from the dewatering operation shall be repaired by the CONTRACTOR to the satisfaction of the ENGINEER and at no cost to the OWNER. 3,7, Structure Backfill shall be done with material free from large clods, frozen earth, organic material or any foreign matter, and shall evenly and carefully be placed and tamped in horizontal layers, Compaction equipment specifically designed for these purposes must be present and operational at the job site and shall be utilized throughout to obtain uniform compaction. The degree of compaction and the density shall be determined by the Standard Proctor Test (ASTM 0698), with compaction requirements as follows: Percent of Maximum Density at Ootimum Moisture 98 95 3,7,1 No backfill shall be placed against a structural wall until all connecting structural members are in place. It shall be the CONTRACTOR's responsibility to provide compaction to such a degree that subsidence after placing shall not be detrimental to the stability or appearance of the structure, adjacent ground, or paved areas. The CONTRACTOR shall provide adequate protection to all structures during backfilling and shall use every precaution to avoid damaging or defacing them in any way, CONTRACTOR shall be responSible for the protection of all structures from damage or flotation prior to backfill being placed. - , I ~~~~j ',1 '-. ~ ....""'J. I I , 3,7.2 Unless otherwise approved by the ENGINEER, liquid-retaining structures shall not be backfilled until tested for leakage. 3,8. Unstable Subgrade Should unstable soil, organic soil, or soil types classified as fine-grained soils (silts and clays) by ASTM 0-2487 be encountered in the bottom of pipe trenches or structure excavations, such soils shall be removed to a depth and width determined by the ENGINEER, properly disposed of and shall be backfilled with crushed stone conforming to the Department of Transportation Specifications, Size 57. Placement 02222-4 MSf7-Q1 I I I I ~' ~ I . J shall not exceed 12-inches I()ose and compacted to 90%, of the dry density determined by the Standard Proctor Test ASTM 0698 (Class;G-concrete may be substitUted in place of #57 stone at the CONTRACTOR's option. A 24-hour cure must be given before proceeding with the work). ~ ~ I I 3,9, Site Grading , Site grading shall conform :to the grades indicated by the finish contours on the plans. Where topsoil, pavement, gravel or crushed, stone surfacing and other items are shown, rough grade shall be finished to such depth below finish grade as necessary to accommodate these items. All areas where structures are to be built on fill shall be stripped to such depth as necessary to remove turf, roots, organic matter and other objectionable materials. 3,9,1 Excavation shall be made to the exact elevations, slopes and limits shown on the plans. Material excavated may be used as fill material as long as it meets the material requirements established herein, Acceptable material must be, stockpil~d neatly onsite ahd clear of all unsuitable materials to be removed from the site. ~ I j 3.9.2 Fill shall incorporate only acceptable materials defined herein. It shall not contain organic material, roots,debris or rock larger than 6 inches in diameter. I I 3,9.2.1 Where fill is to be placed, all existing vegetation, roots and other organic matter down to 12 inches below grade sl)all be stripped and disposed of as directed. 3.9.2.2 After clearing existing vegetation, at the ENGINEER's discretion, the site may require proof rolling to insure that all unstable material has been removed. Proof rolling shall be done in the ENGINEER's presence, utilizing a loaded dumptruck or similar pneumatic-tired vehicle with a minimum loaded weight of 25 tons. I. 3.9.2.3 Fill shall be placed in successive compacted layers not to exceed 6 inches compacted thickness. Each layer shall be spread evenly and compacted as specified below before the next layer is placed, I I I 3.9.2.4 Rock shall not be incorporated in fill sections supporting pavement or structures, I I 3.9.2,5 Where natural slopes exceed 3:1, horizontal benches shall be cut to receive fill material. Slopes of less than 3:1 and other areas shall be scarified prior to placing fill material. 3.9.2.6 Borrow material, as required, shall be provided by the CONTRACTOR at his own expense, Borrow material on site may be utilized provided it complies with these specifications, 3.10. Compaction Unless otherwise noted, eacl) layer of fill and backfill and the top 12 inches of existing subgrade material in cuts shall be compacted by approved equipment as specified below. The degree of compaction and the density shall be determined by the Standard Proctor Test (ASTM D698). Percent of Max. Dry Density at Optimum Moisture Content I I . . ...J Top 12 inches of fill under pavement or surface Fill under roads'and structures Fill and backfillin other are.as 98% 95% 90% . - ..J Material too dry for proper compaction shall be moistened by suitable watering devices, turned and harrowed to distribute moisture, and then properly compacted, When material is too wet for proper compaction, operations shall cease until such material has sufficiently dried. 02222-5 MS/7-01 3,11. Compaction Tests The CONTRACTOR shall provide compaction tests by an independent testing agency selected by the CONTRACTOR and approved by, the ENGINEER. The compaction tests shall be taken at appropriate locations and frequency to demonstrate that the backfill (or fill) has been placed to meet the minimum compaction density required. The testing agency shall submit written test records to the ENGINEER for all compaction tests performed. Minimum testing shall be one test per 500 CY of material placed at the ENGINEER's option and one test per 10,000 square feet of fill placed for every foot of fill thickness. In the event that the soil compaction is not in compliance with these specifications, then the CONTRACTOR shall take corrective action, at no cost to the OWNER, to compact the soils within the limits of the specifications. The ENGINEER shall be notified within 24 hours of any failing compaction tests. Any retesting of failed areas shall be performed only after corrective measures have been made by the CONTRACTOR to bring the compacted soils into compliance. All retesting shall be performed with the ENGINEER present. I I -j I _J I h~d ~ 02222-6 MSI7-{)1 I ~".c'.1 ~Pj I ! " ~ I ,! I I - i I I , I I I ! I 'r i ~I ~"i', ~~ ~H :1 .,...j t,J I j I I 3.12, Site Restoration 3,12.1 General All surfaces disturbed by the CONTRACTOR in the work shall be restored to a condition equal to or better than that which existed prior to commencement of the work, except as otherwise specified herein, 3,12.2 Pipe drains, headwalls, catch basins, curbs and gutters, and all incidental drainage structures shall be restored using like materials and details at no additional cost to the OWNER. The CONTRACTOR shall maintain drainage during construction. 3.12.3 All cuts, fills and slopes shall be neatly dressed off to the required grade or subgrade,as indicated on the plans. 3,12.4 Grassed areas shall be restored at no additional cost to the OWNER. Disturbed areas shall be covered with two (2) inches of topsoil, furnished by the CONTRACTOR from an approved source and of approved quality, then shall be fertilized, and seeded to match existing adjoining areas. All ditches shall be restored to their existing grade, line and cross section. 3.12,5 Paved surfaces shall be restored in accordance with the provisions of Section 02575. END OF SECTION ~l Ii ,I Ij I I J I j I J I J I I I I I , - I I ....,J I , _ ~1 I J SECTION 02231 " SUBGRADE 1. DESCRIPTION The work covered by this s~ction consists of the preparation, shaping and compaction of either an unstabilized or stabilized subgrade, suitable for placement of base course, pavement and shoulders or for the placement of structures as called for on the plans. The CONTRACTOR shall furnish all equipment, tools, labor and materials necessary to complete the work in accordance with the plans and specifications. 1 .1 Related Work Any reference. to standard specifications refers to the most current published date published of the following specification unless otherwise noted. I' " 1.1.1. Reference the following specifications for related work: 02210 Unclassified Excavation and Grading ASTM C977 AASHTO T26 AASHTO T -99 Subgrade work shall conform, to Section 209 of the "Standard Specifications Construction of Transportation Systems" latest edition, published by the Georgia Department of Transportation. 2, MATERIALS 2,1, Water Water shall be clean and free from oil" salt, acid, alkali, organic matter or other substances detrimental to the finished product. Water shall not contain more than 100-PPM chlorides or more than 500 PPM dissolved solids, and shall have apH in the range of 4.5'to 8.5. 2.1,1, Water f~om a city water supply may be accepted without being tested. Water from other sources shall be tested in accordanqe with AASHTO T26, unless the requirement for testing is waived by the ENGINEER. The cost of testing water shall be paid by the CONTRACTOR. t , 2.2, Lime Quicklime and Hydrated Lime for soil stabilization shall meet the requirements of ASTM C977 except that it shall contain a minimum of 90 percent available calcium oxide (CaO) on an LOI-free basis. '2.2,1. Hydrated Lime shall have a minimum of 85 percent passing a No, 200 sieve, 2.2.2. QuickliliT;1e shall meet one of the following gradation requirements: "A" Gradation (% Passing) 3/4 in, Sieve - 100% 1/8 in. Sieve - 00/0 to 5% "S" Gradation (% Passing) No.6 Sieve 100% 2.2,3, The CONTRACTOR shall furnish material certifications with each shipment of lime attesting that. the lime meets the requirements of the speCifications; however, the material shall be subject to inspection, I test or rejection by the ENGINEER at any time. I 2,3. Stabilizer Aggregate , Stabilizer Aggregate shall consist of crushed stone or gravel or other similar material having hard, strong, i durable particles free of adhe~ent coatings, I i 02231-1 MS/6-01 - L.L. P.1. 0- 30 0- 6 I -, I -. I ! .1 A1!l ,(~ I f~'I~i --" I J I i I I I l ~ I i I I I ! I l I j J STABILIZER AGGREGATE GRADATION ACCEPTANCE CRITERIA Column A Sieve Size 1 Yz" 1" %" NO.4 No. 10 No. 40 No, 200 Material Passing No. 40 Sieve Column B % Passing 98 - 1 00 60 - 1 00 36 - 84 21 - 61 10 - 50 0- 34 0- 13 3, INSTALLATION 3,1 General Reauirements All subgrade preparation shall be in conformance with local and state Department of Transportation requirements, 3.1.1 The subgrade for roadways and structures shall be shaped to conform to the lines, grades and typical sections shown on the plans or established by the ENGINEER. All vegetation, organic matter or other deleterious material shall be removed and properly disposed of by the CONTRACTOR. Nor shall the soil contain stone or gravel larger than 2 inches for the full depth of the specified subgrade thickness, In areas where the subgrade is to be stabilized with aggregate, the subgrade surface may be left uniformly below grade to provide for the addition of the stabilizer aggregate, 3.1.2 All material to a depth of 12 inches below the finished surface of the subgrade shall be compacted to a density equal to at least 100 percent maximum density per AASHTO T99. 3,1.3 A tolerance of plus or minus 0.01 foot from the established grade will be permitted after the subgrade has been graded and compacted to a uniform surface. 3.2 Proof Rolling The subgrade for roads, parking areas and other locations designated on the plans or by the ENGINEER shall be proofrolled in accordance with local and state Department of Transportation requirements, to test for stability and uniformity of compaction, The subgrade shall be proof rolled in the presence of the ENGINEER or his designee using a loaded dumptruck or similar pneumatic-tired vehicle with a minimum loaded weight of 25 tons. Any area of the subgrade which pumps or ruts excessively shall be considered unsatisfactory and shall be windrowed and dried or shall receive lime or aggregate stabilization as directed by the ENGINEER. The subgrade shall then be recompacted and proof rolled at no additional cost to the OWNER, repeating the above-outlined process until a stable, unyielding and uniformly compacted subgrade is provided, 02231-2 MS/6-01 ;1 l:J ;1 ~j I J I 1 , I I J 3.3 Lime Stabilized Subgrade Where the existing soil is incapable of providing adequate foundation for roadways or structures or where called for on the plans, the subgrade may be stabilized using lime. The treatment of subgrade soils with lime shall be in conformance with local and state Department of Transportation requirements. I J I j I .J 3.4 Aggregate Stabilized Subgrade Where the existing soil is incapable of providing adequate foundation for roadways or structures or where called for on the plans, the subgrade may be stabilized using aggregate. The treatment of subgrade soils with aggregate shall be in conformance with local and state Department of Transportation requirements. . ! . , END OF SECTION ,I I ...:J I , I J I, - - 1 1 ,1 I ) 1 , I ,;J 1 .J I 02231-3' MS/7 -01 -. - - IJ I) Ii J I ...J I II ) I , I J , SECTION 02235 AGGREGATE BASE COURSE 1. DESCRIPTION The work covered by this section consists of the construc~ion of a base composed of an approved aggregate material delivered, placed, compacted and sh'ilped to conform to the lines, grades, depths and typical sections shown on the plans or established by the ENGINEER. 1 ,1 . Related Work Any reference .to standard specifications refers to the most current published date of the following specification unless otherwis~ noted, 1.1,1. Reference the following specifications for related work: 02231 SUBGRADE AASHTO T-180 COMPACTION 1.1,2, Aggregate Base Course work shall conform to Section 310 of the "Standard Specifications Construction of Transportation Systems" latest edition, published by the Georgia Department of Transportation, . 2, MATERIALS I ! I I I , I 2,1 General Reauirements Aggregate base course material shall consist of crushed stone, crushed or uncrushed gravel or other similar material having hard, strong, durable, particle'free of adherent coatings. . 3. INSTALLATION , " 3,1 General Reauirements The subgrade shall be prepared as called for on the plans in accordance with Section 02231 of these specifications prior to placement of the base material. 3.1.1 The aggregate ma'terial shall: be placed on the subgrade with a mechanical spreader capable of placing the material to a uniform loose depth without segregation except that for areas inaccessible to a mechanical spreader, the aggregate material may be placed by other methods approved by the ENGINEER. I I ~J I ....I I 3.1.2 Where the required compacted thickness pf base is 8 inches or less, the base material may be spread and compacted in one layer, Where the required compacted thickness is' more than 8 inches, the base material shall be spread and compacted in 2 or more approximately equal layers, The minimum compacted thickness of any ~ne layer shall be approximately 4 inches. 3,1,3 Each layer of material shall hl:lVe been sampled, tested, compacted and approved prior to placing succeeding layers of base material or'pavement. 3.1.4 No base material shall be plac~d on frozen subgrade or base. 3,1.5 Base course which is in placeon November 15 shall have been covered with a subsequent layer of pavement structure or with a sand seal. Base course which has been placed between November 16 and March 15, inclusive, shall be covered within 7 calendar days with a subsequent layer of pavement structure or with a sand seal. .; . , I I 3.1.6 Failure of the CONTRACTOR to cover the base course as required above will result in the ENGINEER notifying the CONTRACTOR in writing to cover the base course with a sand seal and to suspend the operations of placing aggregate base course until such cover has been. placed. This work shall be performed by the CONTRACTOR at no cost to the OWNER. In the event that the I , I ) 02235-1 MSI7-01 CONTRACTOR fails to apply the sand seal within 72 hours after receipt of such notice, the ENGINEER may proceed to have such work performed with other forces and equipment. The cost of such work performed by the other forces will be deducted from monies due or to become due the CONTRACTOR. The application of the sand seal by the CONTRACTOR or by others will in no way relieve the CONTRACTOR of the responsibility to maintain or repair the damaged base 'or subgrade, no matter what the cause of damage, at no cost to the OWNER. 3.1,7 No traffic shall be allowed on the completed base course other than. necessary local traffic and that developing from the operation of essential construction equipment as may be authorized by the ENGINEER. Any defects that develop in the completed, base or any damage caused by local or construction traffic shall be acceptably repaired at no cost to the OWNER. 3,1.8 The CONTRACTOR shall utilize methods of handling, hauling and placing which will minimize segregation and contamination. If segregation occurs, the ENGINEER may require that changes be made in the CONTRACTOR's methods to minimize segregation, and may also require mixing on the road which may be necessary to correct any segregation, No additional compensation will be allowed for the work of road mixing as may be required under this provision, Aggregate which is contaminated with foreign materials to the extent that the base course will not adequately serve its intended use will be removed and replaced by the CONTRACTOR at no additional cost to the OWNER. . 3.2 ShaDing and Compacting Within 48 hours after beginning the placing of a layer of the base, the CONTRACTOR shall begin machining and compacting of the layer. Each layer shall be maintained to the required cross section during compaction and each layer be compacted to the required density prior to placing the next layer. 3,2,1 Each layer of the base shall be compacted to a density equal to at least 100% of that obtained by compacting a sample of the material in accordance with AASHTO T180. 3.2.2 The base material shall be compacted at a moisture content which is approximately that required to produce a maximum density indicated by the above test method. The CONTRACTOR shall dry or add moisture to the material when required to provide a uniformly compacted and acceptable base. 3.2,3 The final layer of base material shall be shaped to conform to the lines, grades and typical sections shown on the plans or established by the ENGINEER. When completed, the base course shall be smooth, hard, dense, unyielding and well bonded. A broom drag may be used in connection with the final finishing and conditioning of the surface of the base course, 3.2.4 After final shaping and compacting of the base, the ENGINEER will check the surface of the base for conformance to the grade and typical section and determine the base thickness. 3,2,5 The thickness of the base shall be within a tolerance of plus or minus 0.1 feet of the base thickness required by the plans. The maximum differential between the established grad~ and the base within any 100 foot section shall be 0.1 feet. 3,2.6 Where the base material is placed in a trench section, the CONTRACTOR shall provide adequate drainage through the shoulders to protect the subgrade and base until such time as the shoulders are completed, 3.2.7 The CONTRACTOR shall maintain the surface of the base by watering, machining, and rolling or ~ragging when necessary to prevent damage to the base by weather or traffic. 3,2,8 Where the base or subgrade is damaged, the CONTRACTOR shall repair the damaged area; reshape the base to required lines, grades and typical sections, and recompact the base to the required density at no cost to the OWNER. END OF SECTION 02235-2 MS/7-01 I I I ., !I !:1,:~ l~m II IP,'!! ...... I I , I I I , ; , I 1 I \ I I I I 1 I ! j ;1 t." Lj ~I d I , i -I I ) I Ij IJ IJ I ~ IJ I) IJ I: j SECTION 02270 EROSION AND SEDIMENT-CONTROL 1. DESCRIPTION 1.1. Erosion and sedimentation control shall be provided by the CONTRACTOR for all areas of the site denuded or otherwise disturbed during construction. The CONTRACTOR shall be responsible for all installation, materials, labor, and maintenance of erosion and sediment control devices, as well as removal of temporary !erosion and sediment control devices shown on the plans or required to protect all downstream properties, natural Vl(aterways, streams, lakes, ponds, catch basins, drainage ditches, roads, gutters, natural buffer zones,. and man made structures. , , ',. 1.2. Erosion and sediment control procedures and facilities shall conform to all legally regulated procedures for the control of erosion and sedimentation. 1.3. Related Work See the following sections for related work, 02274 Plain Rip Rap , 02275 Stone .for Erosion Control 02933 Seeding and Mulching' 02277 Silt Fen'ce 02271 Engineering Fabrics I: , I! ; I I I 1.3.1 Erosion and sediment control procedures and facilities shall conform to Section 163 of the "Standard Specifications Construction of Transportation Systems" latest edition, published by the Georgia Department of Transportation. 2. MATERIALS 2.1. Washed stone to be used in temporary sediment basins shall be of strong, durable nature, resistant to weathering and shall be graded to conform to local and state Department of Transportation requirements, 2.2. Refer to other sections within these specifications as listed in Item 1.3 above for other material specification required in the installation of erosion and sediment control facilities, 3. INSTALLATION 3.1 General Requirements I , I i ~ ',f I .4 I I I . 3.1,1 The CONTRACTORshall follow the erosion control construction sequence schedule as shown on the contract drawings, except that should circumstances dictate that extra precaution be taken to prohibit erosion and sedimentation on the project, the CONTRACTOR will, at his own expense, take preventative measures as needed, 3,1,2 The CONTRACTOR is required to maintain all erosion and sediment control facilities to insure proper performance throughout the. construction phase and until such time all disturbed areas are permanently stabili~ed, " 3.1.3 Upon completion of construction or successful permanent stabilization of all areas which were. disturbed before or during construction operations or as indicated on the construction drawings, whichever i occurs last, the CONTRACTOR shall remove all temporary erosion and sediment control devices and , 02270-1 MS/7-01 3,1.4 The CONTRACTOR shall provide temporary or permanent ground cover as called for on the construction plans within thirty (30) working days after disturbance of any areas on the site, I I ,-, I facilities from the project site, The CONTRACTOR shall retain these items for future use or properly dispose of these items offsite. END OF SECTION 11 11 I 'I .J I J I .,l I j I I , _J I ; I I I 1 I i 4. BASIS OF PAYMENT 4,1 Payment for erosion and sediment control will be made at the contract lump sum price. The price shall be full compensation for furnishing all materials and for all preparation, erection, installation and maintenance of these materials for the duration of the contract; and for all labor equipment, tools, and incidentals necessary to complete the item. Payment will be made under: 2270 Erosion and Sediment Control - Lump Sum ,I g;",j ~1 02270-2 MS/7-Q1 ., " ("!1 -:,...... I i ( I I J I j ~ I J ~ I ..cJ ~ I j - I, ..J I I I - I J I ; I "",J I , } - SECTION 02511 BITUMINOUS PAVEMENTS 1. DESCRIPTION: 1,1 The work covered by this Section consists of the production, delivery, placement and compaction. of various types of bituminous pavements for roadway and parking facilities, All bituminous pavement materials and installation shall conform to the Section 400 of the "Standard Specifications Con,struction of Transportation Systems" latest edition, published by the Georgia Department of Transportation. ' 1.2 The' CONTRACTOR shall furnish all equipment, tools, . labor and materials necessary to complete the work in accordance with the plans and specifications. 2, MATERIALS: 2,1 Prime Coat: Cut-back asphalt used as prime coat shall conform to Section 412 of the "Standard Specifications Construction of Transportation Systems" latest edition, published by the Georgia ,Department of Transportation. 2.2 Bituminous Tack Coat: ' Bituminous tack coat shall conform to Section 413 of the "Standard Specificatiol1s Construction of Transportation Systems" latest edition, published by the Georgia Dep'artment of Transportation. 2.3 Bituminous Concrete Base Course: Bituminous concrete base course shall conform to Section 400 of the "Standard Specifications Construction of Transportation Systems" latest edition, published by the Georgia Department of Transportation; , . 2,4 Bituminous Concrete Binder Course. Type B: Bituminous concrete binder course, Type B shall conform to Section 400 of the "Standard Specifications Construction of Transportation Systems" latest edition, published by the Georgia Department of Transportation. 2,5 Bituminous Concrete Surface Course. Tvoe E: Bituminous concrete surface course, Type E shall conform to Section 400, of the "Standard Specifications Construction of Transportation Systems" latest edition, published by the Georgia Department of Transportation, 3. INSTALLATION:' , , 3.1 Prime Coat: Prime Coat shall be applied to non-bituminoys base course except beneath bituminous. plant mixed pavements unless otherwise required by the plans. Prime shall be applied only when the surface to be treated is sufficiently dry and the atmospheric temperature in the shade away from artificial heat is 400F or above for plant mix and 500F or above for bituminous surface treatment. Prime coat shall not be applied when the weather is foggy or rainy. The base shall be cleaned of objectionable dust, dirt, clay and other deleterious matter prior to placing prime coat. 3.1,1 When directed by the ENGINEER, the CONTRACTOR shall dampen the surface of the base prior to application of the prime coat. Prime coat consisting of asphalt, Grade MC-30 or Grade RC-30 shall be applieq at a,rate of 0.18 to 0.45 gallons per square yards at an application temperature between gOOF and 130oF. . . , 02511-1 MS!7-D1 3.2 Tack Coat: I I .~_i I --' 11 t)".~~J ~":a I :,1 I, J I j I I . .1 I I I , J I , J I 1 I j I J 32.1 Tack coat shall be applied beneath each layer of bituminous plant mix base or pavement to be placed except where a prime coat or a newly placed bituminous surface treatment mat coat has been applied, unless otherwise directed by the ENGINEER. The tack coat material shall not be diluted or mixed with water, solvents, or other materials prior to application. 3.22 Tack coat shall be applied only when the surface to be treated is sufficiently dry and when the atmospheric temperature is 350F or above in the shade away from artificial heat. Tack coat shall not be applied when the weather is foggy or rainy. 3.2.3 The existing bituminous or concrete surface to which tack coat is to be applied shall be cleaned of all dust and foreign material prior toplacing the. tack coat. 3.2.4 Tack coat shall be uniformly applied at a rate from 0.02 to 0.05 gallons per square yard. The exact rate of application will be established by the ENGINEER. The temperature of the tack coat material at the time of application shall be in accordance with Section 413 of the Georgia DOT Standard Specifications, latest edition, 3,2.5 No more tack coat material shall be applied than can be covered with base, binder, or surface course material during the next day's operation. 3,2,6 Tack coat material shall be applied with a distributor spray bar which can be adjusted to uniformly coat the entire surface at the directed rate, A hand hose shall be used for irregular areas. Application of tack coat shall only be done in the presence of the ENGINEER or ENGINEER's representative, No base or surface mixture shall be deposited thereon until the tack coat has sufficiently cured. 3,2.7 Contact surfaces of headers, curbs, gutters, manholes, vertical faces of pavements, and all exposed traverse and longitudinal edges of each cours~ shall be painted or sprayed with tack coat before mixture is placed adjacent to such surfaces. 3.2,8 After tack coat has been applied it shall be protected until it has cured for a sufficient length of time to prevent it from being picked up by traffic, 3.3 Bituminous Concrete Base Course: 3.3.1 The bituminous plant mix shall be compacted to a density of at least 90% of the maximum theoretical density. 3.3.2 No pl~mrmix base course shall be placed that will not be covered with binder course or surface course during the same calendar year or within 15d~ys of placement if the plant mix is placed in January or February. 3,3.3 Should the CONTRACTOR fail to cover the plant mix as required, it will result in the ENGINEER notifying the CONTRACTOR in writing to cover the plant mix with sand seal. The application of the sand seal shall be done by the CONTRACTOR at no cost to the OWNER. 02511-2 MS/7-Q1 "I ,.J. ~a~ -I '.'1 'L..;J I I I I i I ~ l 3.4 Bituminous Concrete Binder Course. Type B: 3.4,1 The bituminous plant mix shall be compacted to a density 'of at least 94% of the laboratory density as determined by the Marshall method of test. _ _.. ~'~_H'~" .. ..._ .____. n____._'"'h_..._ .~.....~,~.~,-,~. .- ^ ~,~._._y--^"""",- ,,_......... ---......~.~.... ",-----.,.--. ~ I: .I I .J I LJ I ;,~l ,'I I - I ..J - I I I J I I 3.4.2 No plant mix base course shall be placed that will not be covered with binder course or surface course during the same calendar year or within 15 days of placement if the plant mix is, placed in January or February, " . 3.4.3 Should the CONTRACTOR fail to cover the plant mix as required, it will result in the ENGINEER' notifying the CONTRACTOR in writing to cover the plant mix with sand seal. The application ~f the sand s~al shall ~e done by the CONTRACTOR at no cost to the OWNER. 3.5 Bituminous Concrete Surface Course. Type E: The bituminous plant mix shall be compacted to a density of at least 95% of the laboratory density as d.etermined ~y the Marshall method of test. 4, TESTING: 4,1 All testing requested by the ENGINEER shall be done by the CONTRACTOR in accordance with the "Standard Specifications Construction of Transportation Systems" latest edition, published by the Georgia Department of Transportation. END OF SECTION I ~J - __J 02511-3 MS!7-01 I} 11 f 11 ~ _1 1'1 II , Ij I; 11 II J - - 11 Ii -~ Ii ,,] SECTION 02513 PORTLAND CEMENT CONCRETE PAVEMENT 1. DESCRIPTION 1 .1. The work covered by this section consists of the construction of a single course reinforced portland cement concrete pavement on a prepared base in accordance with these specifications and with the lines, grades, thickness, and typical sections shown On the plans or established by the ENGINEER. 1,2, The CONTRACTOR sha,1I furnish all equipment, tools, labor and materials necessary to complete the work in accordance with the plans and specifications. - 1,3, RELATED WORK Any reference to standard specifications refers to the most current published date of the following specification unless otherwise noted. : 1 ,3.1, Reference the following specifications for related work: 02231, - Subgrade ASTM C150 - Type T ,Portland Cement ASTM Material Spe,cifications as listed Concrete Products (Section 02513 Part 2) ASTM. Testing ReqUirements - As listed under testing in Section 02513,3,4.2 AASHTO Material Requirements - As listed under Concrete Products (Section 02513 Part 2) and other as referred to in this Section AASHTO Testing Requirements - As'listed under Concrete Products (Section 02513.3,4.2) 1,3,2, All portland cement concrete pavement materials and installation shall conform to Section 430 of the "Standard Specifications Construction of Transportation Systems" latest edition, published by the Georgia Depart'ment of Tral}sportation. 2. MATERIALS 2.1, Composition and Design 2,1,1, The CONTRACTOR shall submit a concrete paving mix design to the ENGINEER for approval a minimum of 30 days prior to proposed use. I , 2,1.2. The mix design criteria will be a minimum cement content of 526 pounds of cement per cubic yard, a maximl1m water cement ratio, of 0,559, air content in the range of 4.5 to 5,5 percent, a slump of 2 to 3 inches, anda minimum compressive strength of 4000 psi at 28 days. 2,1,3, The mix design shall include the source of aggregates, cement, fly ash, slag and admixtures; the gradation and specific gravity of the aggregates; and the fineness modulus (F,M.) of the fine aggregate. The CONTRACTOR shall submit test results showing that the mix design conforms to the criteria, including the 14-day flexural strength, of a minimum of 6 beams made and tested in accordance with AASHTO T126, and AASHTO T97. . The mix design shall produce an average compressive strength sufficient to indicate that a minimum strength of 4000 PSI will be achieved in the field. , . 2.1.4, The C9NTRACTOR may 'adjust the proportions of the fine and coarse aggregates and water as desired provided the cement content is not decreased, the water cement ratio is not increased, and such adjustments produce concrete in accordance with these specifications. ~J 02513-1 MS/7-01 02513-2 MS17-01 I I --' I I r~ I '0';1\ ....J I ..j I ; I , J ,.j I \ 1 I , I j I I I I I I 1 ,I L;J :1 [."3 " \.:..\:0 I . j I j I 2.1,5. Where it is necessary to provide concrete with a higher slump for hand method of placing and finishing, the mix proportions shall be adjusted by the CONTRACTOR to provide the necessary slump and to maintain the water cement ratio established by the original mix design, 2.2. Cement Portland cement shall be ASTM C150, Type I. 2.2.1. Only one brand and type of cement shall be used throughout the project unless otherwise specified. 2.3. Water Water used in mixing or curing shall be clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. Water will be. tested in accordance with the requirements of AASHTO T26. Water known to be of potable quality may be used without testing. 2.4. Admixtures 2.4,1, Air Entraining Agent shall meet the requirements of AASHTD M154. 2.4.2, Set Retarding Admixtures shall meet the requirements of AASHTO M194 for Type B - retarding admixtures, or Type D - water reducing and retarding admixtures. 2.4,3, Water Reducing Admixtures shall meet the requirements of AASHTO M194 for Type A admixtures. 2.4.4. Calcium Chloride shall meet the requirements of AASHTO M144 for Type 2, concentrated flake, pellet, or other granular calcium chloride. The ENGINEER may waive the gradation requirement. Calcium chloride shall not be used when the pavement section includes steel reinforcement. 2.5. Fly Ash shall meet the requirements of ASTM C618 for Class F or Class C except that the loss on ignition shall not exceed 4%, Fly ash shall also meet the optional physical requirements for uniformity as shown in Table 2A of ASTM C618, 2.6, Aggregate 2.6.1, Fine Aggregate 2,6,1,1, General: Fine aggregate shall consist of natural sand or manufactured sand having clean, durable, hard, uncoated particles, or other inert materials having similar characteristics, Manufactured sand shall be produced from fractured stone material. Fine aggregate shall be free from dirt, wood, paper, burlap, and all other foreign material. 2.6.1,2, Soundness: When subjected to 5 cycles of the soundness test the weighted average loss shall be not more than 15 percent. 2.6,1.3, Deleterious Substances: The amount of deleterious substances shall not exceed the following. Maximum Substance Permissible Percentaqe Clay Lumps and 2.0 by weight (Natural sand) Friable Particles 1,0 by weight (Manufactured sand) The percentage of deleterious substances will be determined in accordance with AASHTO T112, - I J I J 2.6.1.4, Gradation: Natural. sand shall meet the gradation requirements for standard size No, 2S fine aggregate, Manufactured sand shall meet the gradation requireme~ts for standard size No. 2MS fine aggregate, 2.6,2, Coarse Aggregate 2~6.2.1. General: Coarse aggregate shall consist of crushed stone, crushed or uncrushed gravel, crushed air-cooled blast furnace slag, or other inert materials having similar characteristics, Washing to remove clay, loam, dust. and similar ,adherent materials will be required for all coarse aggregate for portland cement concrete unless otherwise permitted by the ENGINEER in writing, Coarse aggregate shall be free from dirt, wood, paper, burlap, and all other foreign material. ' 2,6,2,2. Soundness: When subjected to 5 cycles of the soundness test the weighted average loss shall be not more than 15 percent. . 2.6.2.3, Deleterious Substances: ~ I .3 I I I ] I J I J I I Substance Clay Lumps and. Friable Particles . . ,1<' Maximum Permissible Percentage 3,2 by weight " The percentage of deleterious substances will be determined in accordance with AASHTO T112, 2,6.2.4. Resistance to Abrasion: Crushed stone or gravel shall have a percentage of wear of not more than 55 percent: . '., '2.6.2,5, Aggregate Sizes: The CONTRACTOR may, at his option, use either standard size No, 57 or No. 67 coarse aggregate in ClassAA,.A, B, CMB, or S concrete. 2,7, Reinforcement Reinforcing shall consist of welded steel wire fabric conforming to the requirements of ASTM A 185. 3, 'INSTALLATION I I 3.1, Preparation of Subgrade and Base 3.1 ,1. The subgrade and base beneath portland . cement concrete pavement shall be prepared in accordance with the applicable sections of these specifications. 3.1.2, The surface of the base shall 'be damp at the'time the concrete is placed. The CONTRACTOR shall sprinkle .the base when necessary to provide a damp surface. The CONTRACTOR shall satisfactorily correct all soft areas in the subgrade or base prior to placing concrete. I 3,1,3. Hauling over the base course will not be allowed except where absolutely necessary to place the concrete. ' I _.J 3.2. Placing Concrete - . . .I 3.2.1, Concrete shall be handled in such a manner as to prevent segregation and kept free from mud, I soil or any other foreign matter. I I -, 02513-3 ' MS/7-Q1 3,2,2, Paving operations shall not be undertaken or shall be discontinued when any of the following conditions exist. . When a descending air temperature in the shade and away from artificial heat reaches 400 F and not resumed until an ascending air temperature in the shade and away from artificial heat reaches 350F . When the subgrade or base course is frozen . When aggregates to be used in the mix contain frozen particles I I I 3.2.3. Construction equipment or hauling equipment will not be allowed over the pavement until representative test beams of the concrete have attained a flexural strength of 550 psi and 14 curing days have elapsed since placing the concrete, .1 ~~1 11 "'~tI ~,,";J I 3,3. Forms . Metal and of such section and design that they will adequately support the concrete and the construction equipment . Have a depth not less than the edge thickness of the pavement to be constructed and not more than 1 inch greater than the edge thickness of the pavement to be constructed. Base width shall be at least equal to the height of the form. . Top face of the form shall not vary from a true plane more than 1/8 inch in 10 feet, and upstanding leg shall not vary more than 1/4 inch. . Straight forms 10 feet in length shall have at least 3 pin pockets. Straight forms 5 feet in length shall have at least 2 pin pockets, . Form pins shall be metal and shall be capable of holding the forms rigidly in place during construction operations, The ENGINEER may require pin' holes in the base to be sealed prior to placing subsequent pavement. o Form sections shall be connected by a locking joint that shall keep the forms free from vertical and horizontal movement. o Straight forms 10 feet in length shall be used on tangents and on curves having a radius of 200 feet or more, Forms for curves having a radius of between 200 feet and 50 feet may be either straight forms 5 feet in length or flexible forms, Forms'for curves having a radius of less than 50 feet shall be flexible forms. o Thoroughly cleaned before being set and shall be thoroughly oiled before any concrete is placed, The bearing of the forms shall be checked and all areas of inadequate bearing shall be corrected. o All rejected forms that are not satisfactorily corrected immediately shall be removed from the project by the CONTRACTOR. o Set a sufficient distance in advance of the point where the concrete is being placed to provide for a continuous operation in placing the concrete and for proper inspection of line and grade. .J I .I I .I I , J I I ., I I i I ( 3.4, Acceptance Tests for Concrete I ! 3.4.1. General Acceptance sampling and testing of paving concrete will be the responsibility of the certified testing lab appointed by the OWNER. The CONTRACTOR shall furnish all materials to be tested, I ASTM C 138 ASTM C 143 Making and Curing Concrete Test Specimens in the Field Compressive Strength of Cylindrical Concrete Specimens Test for Flexural Strength of Concrete (using Simple Beam with Third- Point Loading) Test for Resistance to Abrasion of Small Size Coarse Aggregate by Use of the Los Angeles Machine Test for Unit Weight, Yield, and Air Content (Gravimetric) of Concrete Test for Slump of Portland Cement Concrete 02513-4 MSf7-01 .1 li1 :1 ,'"qf ,<,-:1 3.4,2, Testing Requirements ASTM C 31 ASTM C 39 ASTM C 78 ASTM C 131 I I I I ~ ~ ~ ~ ~ I .1 ~ I J I . I , I I I I J ASTM C 172 ASTM C 173 ASTM C 174 ASTM C 231 ASTM C 311 ASTM C 535 Sampling Fresh Concrete Test for Air Content of Freshly ~ixed Concrete by the Volumetric Method Measuring Length of Drilled Concrete Cores Test for Air Content of Freshly Mixed Concrete by the Pressure Method Sampling and Testing Fly Ash for Use as an Admixture in Portland Cement Concrete Test for Resistance to Abrasion of Large Size Coarse Aggregate by Use of the Los Angeles Machine Quality of Water to be Used in Concrete AASHTO T 26 3,5, Finishing 3.5.1. The concrete shall be screeded and float finished to the required cross section by an approved float that minimizes or eliminates hand finishing. Normally, hand finishing will not be permitted except under the following conditions. . Narrow widths, or irregular areas, where operation of mechanical equipment is impractical. . In the event of breakdown of mechanical equipment, hand methods may be used to finish only that concrete deposited on the base when the breakdown occurred. . Abnormal circumstances of short duration subject to the approval of the ENGINEER. 3.5.2. The final finish shall produce a pavement surface that is true to grade and uniform in appearance and free of irregular, rough, o~ porous areas, 3.5.3, Following the finishing of the pavement by the screed and float and the checking with straightedges, the surface. of the pavement shall be further finished by burlap dragging, or other acceptable method which will produce a uniform surface texture acceptable to the ENGINEER. The burlap drag shall be operated in a longitudinal direction, ' , 3.5.4. After final finishing, hand finishing may be required on the edges of pavement and/or joints whenever irregularities in surface texture or alignment occur, Care should be taken in hand finishing pavement edges in order to avoid .ridges or high places. 3:5.5. The us~ of excessive water during the finishing operations will not be permitted. .3,6, Protection From Cold Weather and Rain 3.6,1, Concrete pavement less than 72 hours old that may be subject to damage by freezing shall be adequately protected until the concrete reaches an age of.72 hours, Concrete damaged as a result of freezing shall be removed and replaced by the CONTRACTOR at no cost to the OWNER. I , ~ I ,~,) I I 3.6.2, Protective coverings that will protect the surface of the freshly placed pavement from rain shall be readily available daily at the location of each proposed day's operations prior to beginning work. An adequate quanti,ty of these 'materials shall be stored at the job site, Concrete damaged as a result of failure on the part of the CO~TRACTOR to adequately protectthe concrete from rain shall be repaired or removed and r~placed by the'CONTRACTOR as directed by the ENGINEER at no cost to the OWNER. 3.7, Curing I 3.7.1. General I 3,7.1,1. Immediately after finishing operations have been completed and surface water has disappeared, all exposed surfaces of the pavement shall be cured,. 02513,..5 MSJ7..Q1 . -, I 3.7,1.2. Curing shall be applied to the edges of the pavement immediately after the forms are removed. I I ,j I ""'\ ~.'l ht. I j~i I j I I i I I ..I 3.7,1.3. The total curing period required shall be 3 curing days for all methods, 3.7.1.4, A curing day will be considered as any consecutive 24-hour period, beginning when the manipulation of each separate mass has been completed, during.which the air temperature adjacent to the mass does not fall below 400F. 3.7.2. Membrane Curing Compound The entire surface of the pavement shall be sprayed uniformly with white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete has taken place. The curing compound shall not be applied during rainfall. Curing compound shall be applied by mechanical sprayers under pressure at the rate of 1 gallon (4 liters) to not more than 150 square feet (14 square meters), The spraying equipment shall be of the fully atomizing type equipped with a tank agitator. At the time of use, the compound shall be in a thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle. During application the compound shall be stirred continuously by effective mechanical means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal of forms will be permitted. Curing compound shall not be applied to the inside faces of joints to be sealed, but approved means shall be used to insure proper curing for 72 hours. The curing compound shall be of such character that the film will harden within 30 minutes after application. Should the film become damaged from any cause within the required curing period, the damaged portions shall be repaired immediately with additional compound. Upon removal of side forms, the sides of the exposed slabs shall be protected immediately to provide a curing treatment equal to that provided for the surface, 3.7,3, Polyethylene Film The top surface and sides of the pavement shall be entirely covered with polyethylene sheeting. The units shall be lapped at least 18 inches (45 em). The sheeting shall be placed and weighted to cause it to remain in contact with the surface covered. The sheeting shall have dimensions that will extend at least twice the thickness of the pavement beyond the edges of the pavement. Unless otherwise specified, the sheeting shall be maintained in place for 72 hours after the concrete has been placed. ' I ! ) - i ; 3.8, Joints I 1 { I I I , i I i 3.7.4, White Burlap-Polyethylene Sheets , The surface of the pavement shall be entirely covered with the sheeting, The sheeting used shall be such length (or width) that it will extend at least twice the thickness of the pavement beyond the edges of the slab, The sheeting shall be placed so that the entire surface and both edges of the slab are completely covered. The sheeting shall be placed and weighted to remain in contact with the surface covered, and the covering shall be maintained fully wetted and in position for 72 hours after the concrete has been placed, 3.8,1, Gelleral 3,8.1,1. All joints shall be constructed in accordance with the requirements of these specifications and the details shown on the plans. 3.8,1,2. Deviations from the method of joint construction required by the plans or specifications may be permitted provided prior approval has been obtained in writing from the ENGINEER. Such approval will be considered conditional and will be subject to obtaining satisfactory results. ;- l3 3,8,1.3. If the CONTRACTOR desires to utilize any construction techniques not shown on the plans to minimize potential cracking, permission shall be obtained in writing from the ENGINEER prior to beginning the affected work, .1 t~} LJ 02513-6 I MS/7-()1 -I I IJ II J II j I :J 3.8,2. Transverse Contraction Joints 3.8.2,1, Transverse contraction joints shall be constructed in accoraance with the details and dimensions shown on the plans, and shall be formed by sawing with an approved concrete saw. 3.8,2,2. Sawing shall be performed at such intervals and frequency to control random cracking. Such control sawing shall be done to the full depth required by the plans as soon as the concrete has hardened sufficiently to be sawed without significant spalling and raveling but not more than 24 hours after the concrete is placed. ' I :J Ii J I: J I 3.8,2.3. The additional sawing necessary to provide the full joint width required by the plans shall be done no earlier than 10 days prior to the sealing of the joint. 3,8.2.4. At his discretion, the ENGINEER may order any concrete pavement where uncontrolled cracking has occurred prior to final acceptance to be removed and replaced at no additional cost to the OWNER Where permitted by the ENGINEER, the CONTRACTOR may be allowed to repair the cracking in a manner acceptable to the ENGINEER I 3.8.3, Longitudinal Contraction Joints 3,8.3.1. Longitudinal contraytion joints shall be constructed in all pavements wider than 16 feet in accordance with the details and dimensions shown on the plans, and shall be formed by sawing with an approved concrete saw. . I 3.8.3.2. Sawing to the full depth required by the plans shall be done as soon as the concrete has hardened sufficiently to be sawed without spalling and raveling but not more than 24 hours after the concrete is plac:ed, I I, I I I 3.8.4. Transverse Cqnstruction Joints . 3,8.4.1, General: Transverse construction joints shall be constructed by use of an approved form at the end of each day's operations (planned joint) or whenever the placing of concrete is suspended for more than 30 minutes (emergency joint), All transverse construction joints shall be sawed to the dimensions shown on the plans, 3,8.4.2, Planned Transverse Construction Joints: This type joint shall be located at the same spacing required for contraction joints. Dowel bars of the size and spacing shown on the plans shall be used. 3.8.4.3. Emergency Transverse Cons'truction Joints": This type joint shall be used when the placing of concrete is suspended for more than 30 minutes, Tie bars of the size and spacing shown on the plans shall be used. The spacing of contraction joints shall not be changed due to emergency construction joints and the emergency construction 'joints shall not be located less than 6 feet from any contraction jOint or planned construction joint.' Emergency transverse construction joints shall be sawed and sealed in the same manner as required by the plans for planned transverse construction joints. - ., , .- 3.8.5. Longitudinal Construction Joints . Longitudinal construction joints shall be constructed by the use of tie bars in accordance with the details shown on the plans. The joints shall be sawed to the dimensions shown on the plans, 3.8.6. Transverse Expansion Joints Transverse expansion joints shall be constructed in accordance with the details shown on the plans utilizing an appr~ved joint assembly, -, 02513-7 MSf7-01 3,8.7, Sealing Joints . General: All joints shall be sealed with low modulus silicone sealant. . Age of Pavement: The concrete shall be at least 14 calendar days old before the joints are sealed, .~ I i ~ii I END OF SECTION ,.] !I L ,,-.I '2a I I i ..1 I J I . J I J I i I 1 I ( - ; I J 0251 3-8 MS/7-01 ,I ~ ~I L1 I i I I I) .J I] Ii . J SECTION 02527 CONCR~TE CURB, CURB AND GUTTER, AND GUTTER ~ I I: ; , I , I ) I , I I 1 I - 1, DESCRIPTION The work covered by this Section consists of the construction of Portland cement concrete curb, curb and gutter, concrete ,noses and concrete gutter necessary to complete the project. The CONTRACTOR shall furnish all equipment, tools, labor and materials necessary to complete the project in conformance with the plans and specifications. ' , , 1 .1 . Related Work Any reference to standard specifications refers to the most current published date of the following specification unless otherwise noted. 1,2. Reference the following specifications for related work: 02231 .Subgrade 025~ 3 Portland Cement Concrete Pavement ASTM C150 - Type TPortland Cement . ASTM Material Specifications as listed Concrete Products (Section 02513 Part 2) ASTM Testing Requirements - As listed under testing in Section 02513,3.4.2 AASHTO Material Requirements - As listed under Concrete Products (Section 02513 Part 2) AASHTO Testing Requirements - As listed under Concrete Products (Section 02513.3.4.2) . , 1.3 All concrete curb, curb and gutter, and gutter installation shall conform to the "Standard Specifications Construction of Transportation Systems" latest edition, published by the Georgia Department of l"ransportation. . 1.4. The CONTRACTOR shall furnish all equipment, tools, labor, and materials necessary to complete the work in accordance with the plans and specifications, 2. MATERIALS All materials shall meet the requirements of Section 02513, Portland Cement Concrete Pavement, of these specifications. 3, INSTALLATION 3,1, General All concrete curb, curb and gutter, and gutter installation shall conform to the "Standard SpeCifications Construction of Transportation Systems" latest edition, published by the Georgia Department of Transportation; and the Georgia DOT Standard Sheets referenced on the drawings, -) 3,2 Concrete ,Class 8 concrete shall be used. Prior to placing forms the base or subgrade shall have been compacted to the degree required by the applicable section of these specifications. 3.3 Forms .' Forms shall be of such section and design that they will adequately support the concrete and any construction eqyipment used to construct the work. Straight forms shall be within a tolerance of 1/8 inch in 10 feet from a true line horizontally and vertically. Form pins shall be metal and shall be capable of holding the forms rigidly in place during construction operations. The form sections shall be connected by i' a locking joint that shall keep the forms free from vertical and horizontal movement. I , , . .......1 3.4 Finishing The con.crete shall be given a light broom finish with the brush marks parallel to the curb line or gutter line. 02527 - 1 MS/7-01 3.5 Joints I I I \ ,I ~ 3.5.1 Joints shall be located as shown on the plans except as otherwise provided herein. Joint spacing shall not be less than 10 feet. Where concrete is placed adjacent to Portland cement concrete pavement, the joints shall be located so as to line up with the joints in the concrete pavement. 3,5.2 Grooved contraction joints shall be formed by the use of templates or by other approved methods, Where such joints are riot formed by templates, the move shall be of the depth shown on the plans. 3.5.3 Grooved butt joints shall be placed between the work and adjacent pavement except where expansion joints are required by the plans. 11 t~J 3.5.4 All joints shall be sealed except for joints in curb sections not having an integral gutter. In curb and gutter the joint sealer shall not be poured above the top surface of the gutter. Joints in gutter shall be filled with joint sealer to the top surface of the gutter. Joints shall be sealed before backfilling or other adjacent operations are performed, END OF SECTION - I . I J I i ; ~ I i I I J I I I I 02527 - 2 MSI7-01 I L'l t~ ;1 d I I I . , ~ , I J I J I ...j , I I , I .J I I I 1 I J I j I ,J I .j I I .,.:1 - SECTION 02722 DRAINAGE PIPE AND CULVERTS 1. DESCRIPTION The work covered by this section consists of all excavation, bedding, laying pipe, jointing and coupling pipe sections, and backfilling necessary to install the various types of pipes, pipe culverts and fittings required to complete the project. The CONTRACTOR shall furnish all equipment, tools, labor and materials necessary to complete the work in accordance with,the plans and specifications. 1 ,1 Related Work , , Any reference to standard specifications refers to the most current published date of the following specification unl~ss otherwise noted. ' 1.2. Reference the following specifications for related work: 02721 Drainage Structures and Inlets ASTM C76 Concrete Pipe ASTM C507 'Reinforced concrete Elliptical Pipe 1,2.1. All drainage structures and inlets shall conform to Section 550 of the "Standard Specifications Construction of Transportation Sys,ems" latest edition, published by the Georgia Department of Transportation. 1.3. The CONTRACTOR shall furnish all equipment, tools, labor, and materials necessary to complete the work in accordance with the ptansand specifications. , , 2. MATERIALS 2.1. Drainage pipe and culverts shall conform to local and state Department of Transportation requirements. 2.2. Shop drawings consisting of catalog cuts and related data shall be submitted by the CONTRACTOR to the ENGINEER for approval. 2,3, All reinfprced concrete pipe, flared end sections, tees and elbows shall be clearly marked showing the pipe class, type of wall and date of manufacture, 2.4. Reinforced concrete drainage pipe shall conform to ASTM C76, Class III, wall thickness B. Joints shall be tongue and groove. 2.5. Concrete flared end ~ections shall be reinforced, Concrete used in flared end sections shall attain a compressive strength of 3500 psi at 28 days. 2,6. Reinforced concrete elliptical drainage pipe shall conform to ASTM C50l, Class HE-II. Joints shall be tongue and groove. 3, INSTAllATION 3,1. General Requireme~ts 3.1 ,1 , Drainage pipes and culverts of the type and quantity and in the locations as called for on the plans or as directed by the ENGINEER shall be installed in conformance with local and state Department of Transportation requirements;' . . ' . 3,1.2, Where proposed culvert~ are to be installed under existing roadways, the construction shall be performed in such a way that half the roadway will be maintained and available to traffic or as directed by , the governing ,agency. I 02722-1 MS/7-Gl 3.2. Unloading and Handling All pipes shall be unloaded and handled with reasonable care, When any joint or section of pipe is damaged during unloading or handling, the undamaged portions of the joint or section may be used where partial lengths are needed or, if damaged sufficiently, the ENGINEER will reject the joint or section as being unfit for installation and the CONTRACTOR shall remove such rejected pipe from the project, at no cost to the OWNER. 3.3. Preoaration of Pioe Foundation 3,3.1. The pipe foundation shall be prepared in accordance with the applicable method shown on the plans and shall be true to line and grade and uniformly firm. Bedding material shall be placed and shaped beneath the pipe. The pipe foundation shall be shaped to fit the outside of the pipe for at least 10% of its outside diameter under all pipe culverts. Where bell and spigot type pipe is used. recesses shall be excavated to receive the pipe bells. 3,3.2. Where the foundation material is found to be of poor supporting value or of rock. the ENGINEER may make minor adjustment in the location of the pipe to provide a more suitable foundation, Where this is not practical, the foundation shall be conditioned by removing the existing foundation material by undercutting to the depth as directed by the ENGINEER, within the limits established on the plans, and backfilling with either a suitable local material secured from unclassified excavation or borrow excavation at the nearest accessible location within the project, or foundation conditioning material consisting of crushed stone or gravel or a combination of sand and crushed stone or gravel approved by the ENGINEER as being suitable for the purpose intended. The selection of the type of backfill material to be. used for foundation conditioning will be made by the ENGINEER. 3.3.3. When necessary, the CONTRACTOR shall provide for the temporary diversion of water or dewatering in order to maintain the pipe foundation in a dry condition, and shall continue to maintain the trench in a dry condition until backfill and compaction activities are complete. 3.4, Laving Pipe 3,4,1. Rigid pipe shall be carefully laid on the prepared foundation, bell or groove end upgrade with the , spigot or tongue fully inserted and each joint check for alignment and grade as the work proceeds. Flexible plastic joint material shall be used. Joint material of other type or design may be used when designated on the plans, by special provisions, or when permitted in writing by the ENGINEER. 3.4.2. Flexible pipe (except structural plate pipe) shall be carefully placed on the prepared foundation starting at the downstream end with the inside circumferential laps pointing downstream and with the longitudinal laps at the side or quarter points. 3.5, Backfilling 3,5,1. The fill around the pipe shall be placed in accordance with the applicable method shown on the plans, and shall be placed in layers not to exceed 6 inches loose unless otherwise approved by the ENGINEER and compacted to the density required. Select backfill material shall be used when called for on the plans. 3.5,2. Care shall be taken during backfill and compaction operations to maintain alignment and prevent damage to the joints, The backfill shall be kept free from stones, frozen lumps, chunks of highly plastic clay, or other objectionable material. 3.5.3, All pipe backfill areas shall be graded and maintained in such a condition that erosion or saturation will not damage the pipe bed or backfill. . 3,5,4, Heavy equipment shall not be operated over any pipe until it has been properiy backfilled and has a minimum cover as required by the plans, Where any part of the required cover is above the proposed finish grade, the CONTRACTOR shall place, maintain, and finally remove such material at no cost to the 02722-2 MSI7 -01 I I I I ~ I tr~ I. I I I I I I I I I LJ I ~,J I I I . , 1 J 1 I I ~ .~ I j I J I I I I I j - - ~ I ~ 11 I I' OWNER. Pipe which becomes misaligned, shows excessive settlement, or has been otherwise damaged by the CONTRACTOR's operations shall be removed and replaced by the CONTRACTOR at no cost to the OWNER., " '~ ,.,. 3.6, Maintenance 3.6.1, The CONTRACTOR shall maintain all pipe installations in a condition such that they will function continuously from the time t~~ pipe is installed until the project is accepted, 3.6.2. The ENGINEER may require the CONTRACTOR to thoroughly clean out and maintain all existing pipe and drainage structure!? at his own expense when necessary erosion control measures not taken by the CONTRACTOR resulted in fouling' existing drainage systems, 3.7. Reinforced Concrete Pipe 3.7,1. Reinforced concrete drainage pipe shall be installed so as to prevent damage to the pipe. Joints shall be mortar or packing tYpe, and shall be close fitting and generally watertight. Elliptical pipe shall be installed with the major axis horizontal. . 3.8, Corrugated Steel Pipe 3,8.1. Bituminous coated corrugated steel pipe and paved invert pipe shall be handled with special care to avoid damage to coatings, Paved invert pipe shall be installed with the paved invert centered on the bottom. 3,8,2. The pipe sections shall be joined with coupling bands, fully bolted and properly sealed. Coupling bands for annular and helical corrugated metal pipe shall provide circumferential and longitudinal strength sufficient to preserve the alignment, prevent separation of the sections, and prevent infiltration of backfill material. ' 3,8,3. All pipe 72 inches or. larger in diameter shall be wire braced at the place of fabrication to retain its shape while being handled, install~d, and backfilled. Wire bracing shall be removed by the CONTRACTOR when no longer needed. 3.9. Corrugated Aluminum Pipe 3.9.1, The pipe sections shall be joined with coupling aluminum bands, fully bolted and properly sealed. Coupling bands for annular: and helical corrugated aluminum pipe shall provide circumferential and longitudinal strength sufficient to preserve the alignment, prevent separation of the sections, and prevent infiltration of backfill material. . 3.9,2. All pipe 72 inches or larger in,diameter shall be wire braced at the place of fabrication to retain its shape while being handled, installed, and backfilled. Wire bracing shall be removed by the CONTRACTOR when no longer needed. . 3.10. Corruqated Steel and Corrugated Aluminum Alloy. Structural Plate Pipe and Pipe Arch 3,10.1, Erection shall be in accordance with the manufacturer's assembly diagrams and instruction sheets. All erection procedures and methods shall meet with the approval of the ENGINEER. All structural plate shall be handled with reasonable care. The plate shall not be dragged or skidded. If the spelter coating, has been broken during handling or backfilling operations, the plate or the assembled pip~ or pipe arch will be rejected,~or shall be repaired as directed by the ENGINEER. I 3,10.2. The e~tire pipe line shall be completely assembled before any backfill is placed, unless otherwise permitted by the ENGINEER. Elongated pipe shall be erected with the long diameter in a vertical position, Should spiraling occur during erection, the bolts shall be loosened and the pipe assembly adjusted to the correct position. 02722-3 MSf7..Q1 . .. _,.-.~. . . ,..-,.,.............., ,. . -,.,~.~_.--;.-~,1I' '. ,.._........""'--.;+0>..., -~._-- ..+;..~-,r-r~__""""~...,.,_..-....,,... 02722-4 MSf7-01 I I I I ~ I 'H I, I I I I I I I I I ~;;:J I t '~I! '.."'''" I I I 3.10.3. All bolting shall be done in a careful and workmanlike manner in accordance with the procedure specified by the manufacturer and approved by the ENGINEER before backfill is placed, All nuts shall be tightened to a minimum of 100 foot-pounds and a maximum of 200 foot-pounds of torque, Nut tightness shall be checked with a properly calibrated torque wrench before, during, and after backfill is placed. 3.10.4, Where necessary, the invert grade shall be cambered by an amount sufficient to prevent the development of sag or back slope in the flow line. The amount of camber used will be determined by the ENGINEER. 3,10.5. First class workmanship shall be used in installing the pipe and pipe arch. Evidence of defective workmanship shall include but not be limited to the following. . Uneven laps . Improper shaping . Variation from a straight center line . Ragged edges . Loose, unevenly lined or spaced bolts . Illegible identification stamp on any plate . Bruised, scaled or broken spelter coating . Dents or bends in the metal itself 3.10.6, Defective workmanship may constitute sufficient cause for rejection of the completed or partially completed work, or of any materials proposed for use in the work. END OF SECTION IJ I) II ~. 'J a -J SECTION 02933 ~EEDING AND MULCHING 1. DESCRIPTION The work covered by this seCtion consists of furnishing all labor, materials, and equipment to perform all necessary operations to topsoil, fine grade, fertilize, mulch and maintain temporary and permanent seeding of all graded, cleared, or disturbed areas during construction, The work covered by this section shall be in conformance with the latest version of local and state Department of Transportation requirements. . ' . 11 IJ II J 1.1 . Related Work See following sections for related work. 02110 Clearing and Grubbing 02210 Unclassified Excavation and Grading 02270' . Erosion and Sediment Control SS-A617A FS Liquid Mulch Binder The work covered by this section shan be in conformance with Section 700 of the "Standard Specifications Construction of Transportation' Systems" latest edition, published by the Georgia Department of Transportation. ' 2, MATERIALS I' I: 11 I Ii I I J 2.1. Topsoil Topsoil shall be from stockpiles created from stripping and required excavation. Should additional topsoil be required in excess of that obtained from stripping and excavation, the contractor shall obtain material from other sources on the site where authorized by the OWNER, or from approved sources off the site, The topsoil shall be natural, friable soil, possessing characteristics of representative soils in the vicinity which produce heavy growths of crops of grass, It shall be obtained from naturally well-drained areas, shall be reasonably free from subsoil, brush, objectionable weeds, and other litter and shall be free from toxic substances, clay lumps, stones, roots and other objects larger than 1 inch in diameter, or any other material which might be harmful to piant growth or be ahindrarice to grading, planting, and maintenance operations. 2.2. Fertilizer Fertilizer shall be the product of an approved commercial fertilizer manufacturer and shall be 5-10-5 grade, unifornf in composition,. freE!-f1owing material suitable for application with approved standard equipment. The fertilizer shall conform to the applicable State fertilizer laws and shall be delivered to the site in bags or' other convenient containers each fully labeled and bearing the name, trademark, and warranty of the producer. I ........J 2,3. Lime I , Lime shall be ground limestone containing not less than 85% of total carbonates and shall be ground to such fineness that at least 50% will pass through a 100-mesh sieve and at least 90% will pass through a 20-mesh sieve, Coarser materials will be acceptable provided the specified rates of application are increased proportionately o,n the basis of quanti~ies passing the 1 OO-mesh sieve, but no additional payment will be, made for th~ increased quantity. . I --., I 2.4. Mulch Mulch shall be ,straw from wheat or oats. Materials for securing mulch may be one of the following. · Mulch Netting: Lightweight plastic, cotton, jute, wire orpaper nets shall be used. . Peg: and Twine:. Bailing twine and soft wood pegs 1/2" x 1" x 12", 02933-1 MS/7-Q1 - . - I I . Liquid Mulch Binder: RC-2 cut back asphalt conforming to the requirements of Federal Specifications SS-A67IA, and asphalt emulsion shall conform to the requirements of Federal Specification SS-A-674, Type V, . Seed: Seed used shall conform to GDOT Specifications Section 890 Seed & Sod. Seed that has become wet, moldy, or otherwise damaged in transit or storage will not be acceptable. The seed used shall be that shown in seeding schedule specified herein or on the plans. I 3. INSTALLATION I , ., ~ 3.1. Seedbed Preparation 3.1.1, Clearing Prior to or during grading and tillage operations, the ground surface shall be well drained, cleared of all brush, roots, stones larger than 2 inches in diameter, or any other material which may hinder proper grading, tillage, or subsequent maintenance operations, I HU .... I I 3,1.2. Fine Grading Areas to be seeded shall be graded as shown on the drawings or as directed and all surfaces shall be left in an even and properly compacted condition so as to prevent the formation of depressions where water will stand. Areas to be topsoiled shall be graded to a smooth surface and to a grade that will allow topsoiling to finished grade. I 3,1.3. Topsoiling Immediately prior to placing topsoil, the subgrade, where excessively compacted by traffic or other causes, shall be loosened by scarifying to a depth of at least 2 inches to permit bonding of the topsoil to the subgrade. Topsoil shall be uniformly spread by approved equipment in sufficient quantity to provide a compacted layer of 4 inches in thickness over the designated areas and in such manner that planting can proceed with little additional soil preparation or tillage. Topsoil shall not be placed when the subgrade is frozen, excessively wet, extremely dry, or in a condition otherwise detrimental to the proposed planting or to proper grading. Topsoil shall be graded to the lines indicated or as directed and any irregularities in the surface resulting from topsoiling or other operations shall be corrected to prevent formations of depressions where water will stand, . I I I 3.1.4. Tillage After topsoiled areas required to be seeded have been brought to the grades shown on the plans and as specified, they shall be thoroughly tilled to a depth of 3 inches by approved methods, until the condition of the soil is acceptable to the ENGINEER. Any objectionable undulations or irregularities in the surface resulting from tillage or other operations shall be removed before planting operations are begun. The work shall be perforrT)ed only during periods when satisfactory results are likely to be obtained. When conditions are such, by reason of drought, excessive moisture or other factors, that results are not likely to be satisfactory, the ENGINEER will stop the work and it shall be resumed only when, in his opinion, the desired results are likely to be obtained. I I 3.2. Limestone. Fertilizer and Seed I 3,2.1, General Seasonal limitations for seeding operations, the kinds and grades of fertilizers, the kinds of seed, and the rates of application of limestone, fertilizer, and seed shall be as shown in the seeding schedule. I ,\,''',1 k< 3.2.2. Equipment to be used for the application, covering, or compaction of limestone, fertilizer, and seed shall have been approved by the ENGINEER before being used on the project. Approval may be revoked at any time if equipment is not maintained in satisfactory working condition, or if the equipment operation damages the seed, 1 1.::1 02933-2 MS/7-01 1 -I I I] IJ 11 I - II - I J I, I I I I I I I 3.2,3. Limestone, fertilizer,and se~d shall be applied within 24 hours after completion of seedbed preparation unless otherwise permitted by the ENGINEER, but no limestone or fertilizer shall be distributed and no seed shall be sown when the ENGINEER determines that weather and soil conditions are unfavorable'for such operations. 3,2.4. During the applica'tion of fertilizer, adequate precautions shall be taken to prevent damage to structures or any other appurtenances. The CONTRACTOR shall either provide adequate covering or change methods of application as required to avoid such damage. When such damage occurs, the CONTRACTOR shall repair it, including any cleaning that may be necessary, 3.3. Limestone and Fertilizer Limestone may be applied as a part of the seedbed preparation, provided it is immediately worked into the soil. If not so applied, limestone and fertilizer shall be distributed uniformly over the prepared seedbed at a specified rate of application and then harrowed, raked, or otherwise thoroughly worked or mixed into the seedbed. . 3.3.1. If liquid fertilizer is u$ed, storage containers for the liquid fertilizer shall be located on the project and shall be equipped for agitation of the liquid prior to its use. The storage containers shall be equipped with approved measuring or metering devices which will enable the ENGINEER to record at any time the amount of liquid that has been removed from the container. Application equipment for liquid fertilizer, other than a hydraulic seeder, shall be calibrated to insure that the required rate of fertilizer is applied uniformly. 3.4. Seeding . . ' Seed shall be distributed uniformly over the seedbed at the rate indicated in the seeding schedule, and immediately harrowed, dragged, raked, or otnerwise worked so as to cover the seed with ,a layer of soil. The depth of covering shall be as directed by the ENGINEER. If two kinds of seed are to be used which require different, depths of coyering, they shall be sown separately. 3.4.1. When a combination seed and fertilizer drill is used, fertilizer may be drilled in with the seed after limestone has been applied and worked into the soil. If two kinds of seed are being used which require different depths of covering, the seed requiring the lighter covering may be sown broadcast or with a special attachment to the drill, or drilled lightly following the initial drilling operation. 3.4.2, When a hydraulic seeder is used for application of seed and fertilizer, the seed shall, not remain in water containing fertilizer for more than 30 minutes prior to application unless otherwise permitted by the ENGINEER.' , 3.4.3. Immediately after seed has. been properly covered I the seedbed shall be compacted in the manner and degree approved by the ENGINEER. , I. '.. 3.5. Modifications When adverse seeding conditions are encountered due to steepness of slope, height of slope, or soil conditions, the ENGINEER may direct or permit that modifications be made in the above requirements which pertain to incorporating limestone into the seedbed; covering limestone, seed, and fertilizer; and compaction of the seedbed.' 3.5.1. Such modifications may includ,e but not be limited to the following. 3,5.1.1. The incorporation of I.imestone into the seedbed may be omitted on (a) cut slopes steeper than 2:1 : (b) on 2:1 cut slopes when a seedbed has been prepared during the excavation of the cut and is still in an: acceptable condition; or (c) on areas of slopes where the surface of the area is too rocky to permit the I incorporation of 'the .limestone: . . 02933-3 MS/7-G1 - 3,5.1,2. The rates of application of limestone, fertilizer, and seed on slopes 2:1 or steeper or on rocky surfaces may be reduced or eliminated. . 3.5,1.3, Compaction after seeding may be reduced or eliminated on slopes 2:1 or steeper, on rocky surfaces, or on other areas where soil conditions would make compaction undesirable. I I .~.i I 3,6. Mulch I k1 3.6,1. General All seeded areas shall be mulched unless otherwise indicated on the plans or directed by the ENGINEER. Application rate of mulch shall be indicated in seeding schedule. ' 3,6.2. Mulching Mulch shall be applied within 36 hours after the completion of seeding unless otherwise permitted by the ENGINEER. Care shall be exercised to prevent displacement of soil or seed or other damage to the seeded area during the mulching operations. 3.6,3, Mulch shall be uniformly spread by hand or by approved mechanical spreaders or blowers that will provide an acceptable application. An acceptable application will be that which will allow some sunlight to penetrate and air to circulate but also partially shade the ground, reduce erosion, and conserve soil moisture. I :1 I j I I 3.6.4. Mulch Binding Mulch shall be held in place using devices approved by the ENGINEER as per manufacturers recommendations. During application, the CONTRACTOR shall take adequate precautions to prevent damage to structures or appurtenances. 3.7, Maintenance I I I I , ; I I 3.7.1. Gene'ral The CONTRACTOR shall be responsible for the proper care and maintenance of the seeded areas until the work under the entire contract has been completed and accepted by the ENGINEER. Maintenance shall consist of repair and replacement of eroded areas, watering, refertilizing, reliming, reseeding, and remulching as necessary to provide an even, fixed growth of grass. In addition, the CONTRACTOR shall provide protection against traffic and shall erect the necessary barricades and warning signs immediately after planting is completed. 3,7.2, Mowing The seeded areas shall be mowed with approved m'owing equipment as per seeding schedule. If weeds or other undesirable vegetation threaten to smother the planted species, such vegetation shall be removed at no cost to the OWNER. 3.8 Inspection and Testing 3.8.1 Fertilizer and Lime The ENGINEER shall be furnished with duplicate copies of invoices for all fertilizer and lime used on the project. Invoices for fertilizer shall show the grade furnished. Invoices for lime shall show total minimum carbonates and minimum percentages of the material furnished that pass 100-mesh and 20-mesh sieve. Upon completion of the project, a final check of the total quantities of fertilizer and lime used will be made against the total area topsoiled and seeded, and if the minimum rates of application have not been met, the ENGINEER may require the distribution of additional quantities of these materials to make up the minimum application specified at no additional cost to the OWNER. 02933-4 MS/7-01 , "..J I'.;.'i' I U I ; ,I I "~ II 11 I I - - I j - - I I I I I I .oJ I .) I I I , I 3,8.2 ~eed The ENGINEER shall be furnished duplicate signed copies of a statement from the Vendor, certifying that each container of seed delivered is fully labeled and in full accordance with the specifications in this section and the seeding schedule. END OF ~ECTION / .. 02933-5 MS/7.01