Loading...
HomeMy WebLinkAboutRunway Crack Sealing Daniel Field '--- Augusta Richmond GA DOCUMENT NAME: RUN w 4~/ e../tl'\C-K. C;S eAU N d bA'" I Ie L F i e'-D . DOCUMENT TYPE: C. OtJ T dZA CT YEAR: ll19 ~ BOX NUMBER: tp FILE NUMBER: \ ~q 315 NUMBER OF PAGES:. ~to ,:<;~~:;,>>~~":':(::I. ':: :':\ .':-." .,,'. ..,::~,:~~';'(<\S)i~; ;'~':'\~,~.::;:~:~;:,.,:~,~, :.::: , ::.,..' '.: ,. : .:-~ ,:';: ..':',:':.." '::. ~H.:~,;: .~,~:, . " ".' I., ': .t 'tt,., ":' ""~'''' I' ~ \, l\' ' .1. "'1. . t '~~1 t"-' 4,,: ~!, \11 ,",\..i..\.} 3' ,'. '" '...'1'-. ..,.,1 't" ',' 1 "" ,,"!...: ,.,'" .."".,..~.j, :"';','!"'~"":..;;:"';"\".":"6"""9f".: ....; .:.','.;..".,;.:'. .;:.." . .' ;;';'~" ".;',,~~~'-'::;:.~.~:,.,j:L~~ ,.;.(:",:.. .~. ~J;it ':;} , , ". . , ,t1. 'I' .., .' . . '.' . .' J' ,,:':'Y:;jj/.ji;:>" . ", <. ./+::g; :::, , ',::',,: ~:'Y::";:'" ',. .;,?':~,.~;,;/':,i(,{ '?i';>,""'" "'::";:(!::~,', : ,: .... -.1 : I-- " . .,' , > ,~., . - " . ~." ~. ,'"." .~ ,:. - ' . :..... , :l .' .t ", f_:)~... I' .,. '." ".",' ,..).,-. ~..,--' . -. ". .. ,." ~. " - "".'..' I. ; .' '", '. ",', , :'; ;. :"," :.. .' ::- " -.:' ..... .... " . ".:. >.:- :1 \' '." t '). ; I; "'17 .""1....",..1. '. :""~. . -'-,! . ~ l , .:.1.... :, \;. .. - <~. ~. 1 , I' :.~. I .'1')':; .' '." :,t' 4f_~~ . :; .'1' ~_:' ~ i" '1: 'I: .... ,,~ :.'1'.. ,.~"r ;.J.... ~.,;: '''..' 'I. ','" .,.... . . ..' \' 'r '- ,'". . ". ....~ f,:": - ~ ~. '. ,t .'r~: ,,...; ,'" i ',J:, ,. .~.. '.._~, -- .,'. ~ f J-(~;; f. . , ~ . : r.~ .. ~ -,' t. ' :. ; \' . ~'... ~'. i', ""', ....' . . . /'~.,..' '. ,', {~ . ~ .. :".' .'~ - -;:.. " ,':. " ,:.c . t ~ .r .........., . . . ....!.... .":<'>.:~~;. ','. \ ~. . t '. .:~. " :. ..:~ "~. "...'~ .; ~ .. -u"" [ ~",,:_",,-.: .: '.. l;,.:'. ", .\. .... ." . ,;;;.,/'.. :....... . J ;. ~ ~ -..... ' ..~. .." " ., - ~" .;. ,. :, ~i 't ~- t ,; ." \ _)~,":.' , ... I ~I;. ~~"'l: ".;, ,1 I": ~ .' ~ . ,-'.:~;,.... ~ . ~:'" -..( 1 .' ':.. ',/ L~: 'i' :I,':':~; ~ ,. ' + ... '.'.1 ", , ' , ......: . ""}. ~. .(" t i:., .~ "t ' ., , . j. ,.'-.: ~. -' ..". t: ..'~ .~:' . ':~:! \ 'f} '. J L ., :',.' ,+ ~;,\... . :;.:. l.,~', . .'~: ~; } ~ j~ -. f' ....>, (.:' ;-;;~. ,".;' ;/ .':- " . -" .., "\. f.... ,:,' "'1'.> :,. y, H.t , . . ".' ~ ~-~, .'. .:. -~~.~_. ~'. 1 .... ", 1 :- ~", . ,,: ., \. . ' ~'.. r. '-I. J"; J,. . :~..:.;~:;;~::~;:;~~{:;:Y:~:t.,:< ;/.-:' . .\' ~. .......:1; . ..~:;'~-,.t.. . .:...,~'- ~ ~""'~.' .. .... ..' " :..' .', .-" " ; : h :,..:~~",:".~:::.;:J:'S~,~~~~\~>::'.~~:"" >. '. ,.. . "::.'.,.; ~ >:...~.,:;.t,~t?;~::'.~;t~ :;:. ..' ,. :, ';~ . ;"" .,' ~;:.:..'.~~':;~.:;:S~~!:~t'~::~~'~~,:'> .'- '. .,.' ,;::' ..:;~ ~ - ~ ": . . ~'. ~'.: (;~~.~\:~1:~~ ~:.:::: ~1~'~~~/ .. ~~,:':..~..L;~J;q~~')f:~f~'~~~~:,:~:.: ,.; .': ,". :~~',~' .f~. " . , .f 't .' _;:.:..' '~"-', ;.; :..... ~ .~. 'l' \ \ . . . f~~;:,. " " - . '.' :.~ :'.~,;,:~{~t~t~~.: ' . . . i < :~':.~'; . " , -: .. f' ~ '+.1 -.. -~ ,- . ':' \ ;." 1: '-'r, . . .I,;.~ ':.:':~~-.~..,:~'~' "-;-.);"~{~:~~>'~ i,~O:~' :', . .' .' .' ",f" :'_" .__ - . ..... .' ;.~ .~ ~~l:~ .:,-'~:;' ~ /'-';/.:~; .'-! '.\ ,.... ,:". G :>:\:~:-::.'~}.j:i;;::':;":;':~ h. . "" .,.' .'.:.~"'. ~. .'. .' ~. ,: V'.~. ....,.' ~ ':.\~r;.:..~::~~.;;;.: '._' ;:' "'. ... .,.~.' ~.' ~'... ";'. ::\;~::~fl;A;i,:i,~:' .:. /~:~:,:;':.. ..:~:~ ~\: :H.'.=':." " :,. -. ,;..' .,_.,.,.~::y~::V::~~ 't'" . , IV'. '.. ~.,.-,., .*-' ....~~..:~;~I".;~~:.~~~i.~.,. ....;'..'.;>:.~.,:_.L . . .-, IiiiII ~1iiIiI ~ .., '-II I':~ - *. :'.' .' ~ -.". . . . . " '<" ~:;~"il.~g~titri'fet~~;,;Pl~n~~ers, .~. $UrV~yo~:r ',' ,:~: :.,.>-~,; ,.,.;. ,., -". :":',:,:.'::;,'~",~Ldn~s.cap'e, Architects ': '. ", _. ,,; '?,. . d ,;},':~~iJ:~;'''d':''~- ::,,: .'. . :0.,,' '.~- n~~ ~~tf.,' : . ... "'-"'~ ~. , . . ~ '-,;'~."1 "I. J'.' :: ,~ .....-: ..r ~ ".~- '1.._ ~. . no. -' if - " 'r .' ....., .{.: '., ~'.':" '.- ~ . . ~ ..'.:; ~. '-.." .:: :.~ . ..~~ , :1.... i.... t .~ . f-" ,,, -7' . . '- r;.' ..-> ", .;.... ,.... '..<t" :",',-f .'. " .\~" '. .' , ~ ~ . ',.: ' :1 -~'. . . -, ~. . : ~1'-: . 't i...... "'1'. ,:,.f.,<.... .. . .<.~... ;:;~:':: . - ',\ T;' ..~ '.-~: -' . .'1-: ,;:' . _ ' ~ ,.<' '. I .. '. .'~.. .,' :..1....\.. .,.. . " .1.'. :., ~'~;.~~. ~' '. . _.' _-.' : ~ t: .. . , -. .....'~ . , '-': ''':.1' "'.<".:;/:~ I., ..>.. ,. . , _,.-.~ " 4.. I '.:1",:.',.,:' ., , , . . . j;' : , - ~: ". "1"' \ .,. :,.": . ';..<d ~~~:;.... ~ . . J .' . ~~ l' -' ::~;, ,. .' ..' " , ~+-: . ....: . .. .',' _. ,t.......;._ ." :,<' S7-' .... J'.; '". ., t~ .... f' ": ':1' .\"':'.: ::~:. j,"":' '.... '; : '':/~~'': ~ .... :':.,~.}~; . ..J'. :.:....~~. .,.'...'....<. . .....:..r...\...:.:. - 'l:.~:.._ T,-_~:',;. " . ,.' '... . \.'~. '. - f ~.~ ~. ., " f.. --f',.'.' .' . i'.: .': ::~:.. :,.,j " . . ~'- .. . '1 ~ -' . -~. ~ , '. - . . ,. .- ~ ..:.. . 4 ,~. . .:. , . ,.... .' i.:' ~,' - ..- ..~ -:"'" ~". ,. . .~'.- ._,,'... .-- ...- ," '.! - '~1 ';: .. .. ::\.-:'~_: .~'~."" -.~ .\ ,,,;.. ~ :...... .::."t..t . .i"..i~~ ~'~ .,"', '<~.~!:. ;'i:. ... ! '.,',1,. ~,'-. ;: ~--'. -~:. - :::.r~;', ." .~ " ",- - . I...,; '.-<r. I. ".' '.;: '- : -/.' .' i <': Y =,+"- ',' , .' ~ '" 't'-}- . . ' ;. ", -,... .: . ;,~. -.. .: ... 'J., '; - :.' . .,\": .... . . '\ ;- ( ~ ':'f'" :f .'~ .. .,.' .'r., ...j,: ~.. "r: . . " ~ '" . . . ;. '. ~ ;'.. ; , ,. ..T ' . . :'~ .~. . ; .~ .-'" . ',_. . - ...... ~ . - ....:,:-... t,: }1..'; 1 --' ..~ . '. . . '. . . ~ : ' ;',:.. ~"':: _:. .,...~.Sj. ~ /..'.'\.; .. " . , . '. ~ . ~ ~';~ " "'z' '. - .' '2 ~. . .~".'; '...:/.\.: .: .:;.:~~~i" ~<- ~..: ~. " .:; ,^ ~ ,~ . '. ~ .. ',,; . ." ~ :. :~l '.: ..' .~.:-~ 'j;'. l~2' !;;>~;,,;: '~.'. . ., ,. ,;. .....,..... ~ -: "".' - " " .. :' , - '. ";"'" ~, '~.", .t.~ . .". ~' , .. , ~' '-.- , ..\: ~ "'" "1. ..... " :.;,::,>,-,:'].' :~,,;.' -'-~ '-~'\.~''''; ~~ '. ~ '. 'I':' '. '::;::"~', '''":' .'-- .'i1 ,,' ..:,':..- ~..; , .,'. .' r , " , . 1. . "..' .' .. .' . . . . ,,:~ -b: :X.:~:~i:'=~{t(';'~~I\~:~ '. :;.,~'_-:\~{)-i;l~f~i;i/( '~.::. ".'. . "'". '?- -. ....;. ,,,..... ~ . ".'"i!., ,~~ ~'.-- ~,~"-,-, . .."? .- '1 .....\' . '.: , ":' t:'.::.:~':...,.:-,,,~ ':. " ,::~-~"f~~"":"" . , "'~':~'; . '1' -./ .:.' ._ .t.~. ' '\., " ..:..J 1, " .r I I .1 II I I I ,I I I I ,I :1 I I I I I .'1 SPECIFICA TIONS AND CONTRACT DOCUMENTS RUNWAY CRACK SEALING DANIEL FIELD AUGUSTA, GEORGIA GA. DOT NO. AP 99-9100-25(245) JULY 1998 WK DICKSON 1640 Powers Ferry Road Bldg. 11, Suite 100 Marietta, GA 30067 770-955-5574 Charlotte, NC Asheville, NC Hickory, NC Raleigh, NC Wilmington, NC Columbia, SC WKD No. 98377.60 .-:., .1 I' .1 I I ,I I, 'I 1\ I I I ,I I 'I I I 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-4 CONTRACT........................................................................................................ C-1 TO C-3 PERFORMANCE BOND................................................................................ PB-1 TO PB-2 LABOR AND MATERIALS PAYMENT BOND.........................................LMB-1 TO LMB-2 GENERAL CONDITIONS............................................................................ GC-1 TO GC-15 PROJECT SPECIAL PROViSiONS............................................................... SP-1 TO SP-5 DIVISION I SPECIFICATIONS 01 000 MOBILIZATION ..... ..... ............. ................. .............................. .............. .01000-1 . 01010 SUMMARY OF WORK ....................................................... 01010-1 to 01010-2 01030 AIRPORT PROJECT PROCEDURES ...............................01030-1 to 01030-8 01040 PROJECT COORDINATION.............................................. 01040-1 to 01040-2 01070 ABBREVIATIONS AND SYMBOLS ................................... 01070-1 to 01070-2 01090 DEFINITIONS ..................................................................... 01090-1 to 01090-3 01150 MEASUREMENT AND PAYMENT .................................... 01150-1 to 01150-3 01300 SUBMITTALS ..................................................................... 01300-1 to 01300-5 01400 QUALITY CONTROL SERVICES ...................................... 01400-1 to 01400-2 01510 TEMPORARY FACiLITIES................................................. 01510-1 to 01510-2 01600 MATERIAL AND EQUiPMENT........................................... 01600-1 to 01600-5 01700 CONTRACT CLOSEOUT................................................... 01700-1 to 01700-2 01710 CLEANING AND DISPOSAL............................ ............... ................. ..... 01710-1 01720 PROJECT RECORD DOCUMENTS.................................. 01720-1 to 01720-2 01740 WARRANTIES AND BONDS .............................................01740-1 to 01740-2 DIVISION II SPECIFICATIONS 607 Joint and Crack Preparation and Sealing ......................................607-1 to 607-2 I I I 'I ,I I I I I 'I I I I I 'I I I I 11 NOTICE TO BIDDERS Bid Item # 98-179 Runway Crack Sealing at Daniel Field Airport Sealed proposals will be received by Augusta-Richmond County General Aviation Commission, at the office of the Augusta-Richmond County Purchasing Director, 530 Greene Street, Room 605, Augusta, GA 30911, until 11 :00 am on Friday, October 9, 1998 and immediately thereafter publicly opened and read for the furnishing of labor, material and equipment for Runway Crack Sealing at Daniel Field. Complete plans, specifications and contract documents will be available for inspection in the offices of the Augusta-Richmond Purchasing Department, 530 Greene Street, Room 605, Augusta, Georgia 30911, Associated General Contractors in Atlanta, Georgia, and F. W. Dodge Corporation in Atlanta, Georgia, and in the office of the Engineer, W. K. Dickson & Company, Inc., 1640 Powers Ferry Road, Suite 100, Marietta, Georgia 30067, (770) 955-5574 and at Daniel Field. Such plans and specifications and contract documents may be obtained from the Engineer at a non-refundable cost of Seventy Five Dollars ($75.00). 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 NTB-1 I I \1 I I I I I, I I I I I, I I il "I I I will be required for 100% of the contract price, with a surety or sureties legally authorized to do business in the State of Georgia. A bid may be withdrawn only as provided by the Georgia General Statutes. If a bid is withdrawn within 90 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. It is the wish of the Owner that minority businesses are given the opportunity to bid on the various parts of the work. This desire on the part of the Owner is not intended to restrict or limit competitive bidding or to increase the cost of the work. The Owner supports a healthy free market system that seeks to include responsible businesses and provide ample opportunity.for business growth and development. The Owner reserves the right to reject any or all bids and to waive informalities and minor irregularities. Publish: Augusta Chronicle - September 14, 22, 28 & October 2, 1998 Metro Courier - September 16, 1998 NTB-2 I I :1 I I I I I I I I I I I I I I I' I 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 executed by a sole proprietor, that fact shall be evidenced by the word "Owner" appearing after the name of the person executing them. (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. (D) All signatures must be in ink and properly witnessed. Proposals shall be addressed and delivered to the Airport Authority, enclosed in 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 Augusta-Richmond County 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 ITB-1 I I I I I I I I I I I I I I I I I I I found to disagree after the contract is awarded, the Engineer shall be the judge as to what was intended. 2. PROPOSAL GUARANTY Each bid 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, 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 be a responsible bidder by furnishing financial statements, experience in completion of similar projects, the names of holders of trade licenses and similar information. 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 Part 5) nor a proposal from any firm, corporation, partnership or proprietorship in which an ineligible contractor has 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 by a 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 ITB-2 I I I I I I I I I I I I I I I I I I I 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. 7. BIDS TO BE RETAINED No bid shall be withdrawn within 90 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. ITB-3 !~~~ ~~.; ~-::- ~~=-" ~ ~.~ . ti~':':l~-"':' !"~iii ;..;~:ii ~..- .,.'-' :::'~'~':';;F ~::;,~ . Date: /o/'1Av . .- .: ,F ':".',~.' .'::~':." . :,.,r , ,+.'''''1-' PROPOSAL ......'1. :t .TO: '.j ~ '. Mr. Larry E. Sconyers, Mayor Augusta-Richmond County Daniel Field 1775 Highland Avenue Augusta, GA 30904 '~':.I .. k'.. " !. "<, The undersigned, as bidder, hereby declares that the only person or persons interested in this proposal ?I 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; thatthis proposal is made without (-~ connection with any other person, company .or parti~s making a bid or proposal; and that it is in all . t~i respects fair and in good faith without collusion or fraud. . ....- ' : :::' The bidder further declares that he has examined the site of the work a'nd informed himself fully in ::.'1. regard to all conditions pertaini.ng 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 '".. .'1-- 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. . , . . ~-:-'~'~" ('11 The bidder proposes and agrees that if this proposal is / accepted, to contract with the Augusta-' \.:. Richmond County in the. form of contract specified, to furnish all necessary transportation and labor :~: : nece~sary to perform all construction in full' and complete agreement with the plans and specifications '(I." C\ind contract documents to the full and entire satisfaction of Augusta-Richm. and County '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 actuarquantities included in the work. ~. ., . :'.:.1 The bidder agre~s not to withdraw his. bid within 90 days after the scheduled closing time for receipt of .>'bids. ' "'.. .... r ,~. A bidd~~: shall be considered disqualified for al}yof the following. reasons, among others: .. .. ."'.1. . (a) ~ubmitting m~~e than one propos,al'fromthe same partnership, firm or corporation under ..:' :.. the same or different name. . .' , , '. . ,. :~'I ' (b) Evidence of coliusion among bidders;' Bidders participating in such collusi~n shall be " . d.isqualified as bidders for any future work of the Owner' until any such participating bidder has been ~.:tl reinstatE?d by the Owner as.a qualified bidder. \. , , 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 Airport. .. .. '. '. ". Bidders are hereby notified that all bids 'may be rejected if the lowest responsible bid(s) received ,~.I exceed~ the Engineer's e~timate by more than 7% and it is determ~ned that an award of the contract ;' :.. P-1 ~fil i;L~::. , . ,~. o;~. . ;\ fl~!!. -. . _ . '. . ~,~~::.would cause excessive inflationary impact. Nothing in this paragraph shall limit in any manner the ~~y~t.Owner's right to reject any and all bi~s if it appears in its judgment to be its best interest to do so. '.' ~~.. . ~~t_.\. ~J::::--The bidder agrees, if.awarded the contract to commence work on the commencement date stated in ~;1~ the Notice to Proceed orwithin ten (10) days after such specified commencement date. ., . I~,"'The bidder further agrees that in the qase of failure on his part'to execute said 'contract and the bonds ~Y.' required within ten (1 0) cons~cutivecalendar d~ys a~er .written notic~ i~ given of the award of the ~;i~. 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 sh~1I be returned to the undersigned. i':f:..' . ;;:..'~;: ~ : ~;.,;;,,, . :~~'I5' :. ?}:I The undersigned hereby certifies to Augusta:Ri'chmond County that: CERTIFICA TION . tbl1. . The undersigned has not been debarred from construction co~tracts pursuant to Executive <,~ Order 11246 of 24 September 1965; and further certifies that the undersigned has assisted construction ~i('.' contracts pursuant to the said Executive Order. ~... . ~;~!ThiS .project and all work performed thereunder are SUbj~ct to the Clean Air Act and Federal Water ::'.. Pollution Control Act. . i:... 2.'. The undersigned hereby certifies that any facility to be utilized in the performance of the work ~;~~..under thi~ contract is not listed on the EPA List of Violating Facilities. y. . . ~~.;: 3. The undersigned certifies that, in the performance of the work under this contract, it will comply ;~.."Yith 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. . . ':.-, ::i::1 4.. '. The undersigned certifies that it will notify Augusta-Richmond County of the receipt of any .):.ii.communication from the EPA indicating that a facility to be utilized for the performance of work under r..... this contract is under consideration to be listed on th.e EPA list of Violating Facilities. ~~ii. r:= 5. The undersigned certifies that it will include, or cause to be included, in any subcontract with .,;.;.-.,., respect to this project which exceeds $1 00,000.00, the criteria and requirements in these paragraphs. &~~!. '.' . . .... :;~,. DEBARMENT. SUSPENSION. INELIGIBILITY. AND VOLUNTARY' EXCLUSION: . 'f::\.~.'" . -..:;; ~ ,;::.. ~;:.The bidder certifies, by submission of thisproposai Of acceptance of this contract, .that neither it nor its i~~~ principals is presently debarred, suspended, proposed for debarment, declared ineligible; or voluntarily J.~. excluded from participation in this transaction by any Federal department or agency. It further agrees {I 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 ~W!!participant is unable to certify to this statement, it shall attach an explanation to this proposal. ...... . ~.:T:. . .-.....'"'; ~. : ~;;. ....~'- :.:'.:.iiii ~,-:-~~ ?X::~:'" :.-):.:.':i~.. .' P':'2 ''-;-' ~l~.:.' .-~;-~ .,-,....~. . IJs.~~q .~ ~ :.~iil o. .!~2!! ~ . ~:~~::. :~. '. ~~I;~~: :.....:.. . ' .;'i.>. . ~.e.:_".:' . ~ ~"'.. . Item # . . J0~:.: ~ 'Spec.' . : t~}.-' . -':' ,-.. . ::~j;;".",. ....1... , :2~~.:::: .."a 1 000 . ,.. . :.:;.."::.'. .... ... ~. '. . .- , t;~.;~/. . "~;~2. ;(f.;=;r. P-6D7 -.:: (~. ,~, . '~-~i~~:.::.. 0.: . {11.' ~~}~. : ~ .-, ".' .. .. Description & Unit Prlce . in Words '. '. : . Mobilization @ (write in words) . j &2~t!7f'~- , . ~~~i- .~_~J . Joint & Crack Preparation & Sealing" ~':1~ iJ:O~~ ~ . tz.;4 -t;Y '!!" ,tP. OS" ::r'.. .... ~.I" .. . .. , ~;:: :..:i TOTAL BASE BID: .~~ :..... ..~...- ...... '\ "'1. ~'r' .~'''; . f;~,7~O. I SASE' SID Contract Time: 14 Calendar Days Liquidated Damages: $~DD.DDI Calendar Day "',~', - . ,~"~'- '~', .' ....." . r{;..: ltem # 'L~ :':. & Spec. :~I: . ~~~.' . rr!j~~~7-( . ~. . :, .... .;":~ ,: f;!~.<,' ':.' . . *~i-./ '.', .:J. .. \~~:3~r~.-:. -.'1 ",..':" ',-, -. ';;:':=".-:: ,.'. - ~ " i~jr'~6TAL ADDITIVE BID No.1: / ~ J / '/0 :f!':>' '.. ;. ':.. .. / '.":.;:;;A(mITlVE BID NO.1 Contract Time: 7 Calendar Days.. :..1....... - . i~F;j;;,,;. ~iq~idated Damages: .$50.0..0.0.1 Calendar Day . ;~:.I. ..... ",-1 .' ;::~ . '-. - "" ',.,....: , ~"':'''-' .' , :\{I:.:":: . .' Description & Unit Price in Words .. :' :0:' . '. "'"J. _' :,0;.'.; SCHEDULE OF WORK BASE BID f"" .' . Quantity . Unit :. :.> .Price' . . .::; Extended . . ,. -Total .' <: ... Unit 1 . Lump . .Sum ,.:;_..' tl;i'Oo~-1Ij~o D~.!!:: "," . \ 11,0.0.0. .Linear . Meter '/.3t~~?~O . . ;;.. \ . \ ,.' :' . SCHEDULE OF WORK ADDITIVE BID NO.1 Quantity \ Unit Extended Unit Price Total Linear ' . /, 'I '7 fj ?/70 , Meter .. - ,.'fi~-~~t. .". ~/::=" L.!..~.. . -.' !":"~~",,: ~Z.~:'i-;;'-; ~ . ~~F~~:-:"-" :" . ' . _. ~;~-;",",;~ ':" . , ~~;;i;i~~. ::: Joint & Crack Preparation & Sealing . / . . . @ (write in words) J 't::j d;!~A-~, . I. ..Je<.) ~ I . , . . . 11,0.0.0. 0-.... P-3 .- ,i ...... ) [~i.,,:.ACKNOW~EDGEMENT OF AD9ENDA ,..,...'-' , .'", ",-.-." ". ,',-- NO .~':.:~7;::~" .----: ;~;,~.'~.. .... : -..~ .~ ~} " ,~-\::= 3 "~.~- . r.~,~):.,'.-, ,. ~~~:;~Jj:" ' ' ' ~_...c:,.,."" ~;;=/'TOTAL BASE BID: E~B{;.1:'~. ,'.:... ~ '. ~..:".~TOTAL ADDITIVE BID No.1: ;~;-~~:~; ow' :. <<~ ,~_ ~'...J:.t..' . .- ~~~~:".:,TOTAL COMBINED BID: "':'~11:~". :.~". ...... . }i;~i-.~~~:;::." .....~..; . . .' ~.C!!.' ~~iiiii;,... '. "_.-:~_.'." i~-', ""':':_:~1: .' ~1r~:-.; ". .,. , .1 i~~_' !:"'.~_.'~. ..,.::....-. ~1:1f~~t~:,)O/~) ~ -::.':.).0., '!'"....-,.. ..~ :.~.: . -. _\.~~;,.:':.' .". i.o..:-";/ .~~:..t .,. . " I~.., ,Current GA Contractor's License ~~~.':~o. (?t!? 3 ?~6 ,. ~~~~~,:~,~~" :.~ " :.' : ':'. : . :~::... \-.' !".:.. :roI-.... --.-.; ",: - ;" . t i;;;'..'. ::- . ....~_._- '. {";~~_.., DATE ~ '.f ',fli.?~ 0 )</&. ~.:/. '? . 0 " 4,~~~:~vs~~JNI~~ w~~j~~'~7J/(~~,' '. u: \.'.' . - ~ ." . ,Respectfully submitted, .. ., .0j~ {j /}~/~/f ~~v'/~$. , . Contractor .. .., ...: . , . 'Po/&:>; 7~ S .~O!/~AJ'~:,,?C:>117 ,A~/ ' . . '. .,~~L J4;;U Y . -. '19 tA-/AVt!:. ~ Title /O/~hil Date . , ,": / . SIGNATURE .'0,', . ".:..:,.' . ;..~-~:.'" -.>;:i:_'-. : ."-...-.....-..... ;~:.,' ' li~",,:ci:;; . ~il~~':.~:..,.~:. .."... . . ~~;;; ;".', ;;!;;.'....;.;.......-. ... . ~-'- . f~~,.: ..' ~/{~! ""....,.. . '~':"- ":', '. :-- : _....-~- . i..'.".... ~:,.,'., ~: l.;"~ .' .' \ ,,':.".,:_-.., kc:;iiii '.' ~!7:;r ... / " !;. ,i. . P-4 ':J., 'I I I I I I I I I .1 I I I I I I I I 1 THE AMERICAN INS'IITUTE OF ARCHITECTS . fl.... '~i i~ "l) W AlA ()ocument AJ 10 Bid 'Bond . { KNOW ALL MEN BY THESE PRESJNTS, that we Wall Asphalt Services as Principal, hereinafler called. Ihe Pri'ncipal, an.d Markel Insurance Company a corporation duly organized under the I;lWS of Ihe State 01 Illinois as Surety, hereinalter called the Surety, are held allt! lirmly bound unto Augusta - Richmond Co. as Obligee, hereinalter called the Obligee. in the sum 01 10% of the amount bid 00 Dollar~ {$ 3 Z- 7 "3 - l. lor the payment 01. which sum well and truly to he rJlolde. the solid Princiral and the said Surcly. bind ourselves. our hClls. executors. .1UIllinistlalors. Su((cs~ors Jlld assigm. jointly and severally. lirmly by these prcsen ts. W HER E AS. the Princiral has suomillcd a b;d lor Crack Seal Daniel Field Augusta, GA NOW. Tit E R Er 0 R E. if Ih~ Oblige~ ~h.1I ant-pI ,h~ hid 01 ,I". Poncil'dl dnO Ih~ Principdl Shdll. l'nler InlO 01 Conll.1CI ,,,ilh Ih~ Ohl;!\~~ in dCCOf(fdnc~ wilh Ihe Ie."''' "I "" h bid. ..nd .!:iv~ \UI h bond or bond, 01' rn..y l.e ,pecilil'd in the bidding oi ConlrdCl Onrurnenl\ .....'Ih good dnd 'ullic;en'- ,u,ely fll' Ih.e fJilhr..1 prdorrnd"ce ..1 such Cnnl'dCl dnd fa, Ihe prompt r.ymenl 01 lahor .1nd m.ol~ri.ll fu,ni,twd in I I If.' p'O~('(u,,"n "11"1'01. III in ,he I'vr.n' of Ihe 'o1ilurl' 01 .he P'.lIeip..1 10 ellie' such ConlrdCl .nd Il,ve such bond 0' hond" 01 II". PfI'" 111011 ~hJII r.oy 10 Ihl! Oblil\ee Ihe dillcll'nc\: nol 10 c,ccro Ihe peno1lly hereol br.lwer.n ,he dmoun' ~pecl/ied ;n' ~did h,d .1nd such 1.1' ge.r dlllounl fo' which Ihe Ohlige~ moly in good fd.lh conlr.ocl with dnolhe' parly 10 perfo,m the WUlk cove,ed hy ,.1,,1 h,d. ,hen Ihi\ oulig.1liofl shall be null and VOId. olhelwise 10 'emain in lull fOlce .1nd effect. . .. Sigr,cd and scaled this 5th October 19 98 day III )JQi' ~w.e9fD Wall Asphalt Services I - ~ (Plinci,,~I'. .--- _X vIJb , ITillel w- O#'V,vG~ (ScalI ~.~ '1-' . fWi,""" Markel Insurance Company ISurely) rSedl1 --I --- AlA DOCUMfNl AltO. BID BOlIO' AlA ~ . HBRlJAR) 1'170 10 · 1111 AMrRICMI INSTl1lJH or AIIICIlIHCU, 17U N.Y. Ave" ~l W, w...~"Ir";H"'. fl c' /IWlI1It 1 :'1 I 1 I 1 I I I I I I I I I I I I 1 I - , POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FAcT KNOW ALL MEN BY THESE PRESENTS: ~ That Markel Insurance Company ("Corporatio~"), a corporation organized and existing under the hiws of the State of Illinois, with its main office at Shand Morahan Plaza in the City of Evanston, Illinois, and the administrative office at Richmond, Virginia, does hereby no~inate, constitute and appoint, for the purpose stated herein, 1. Smith Lanier & Company,.Newnan, Georgia, acting through its staff, Greg Keller or Suzanne Y. Sitler, its true and lawful attorney(s)-in-fact, with full power and authority to make, execute and deliver, for and on its behalf as surety, and as its act and deed, in Illinois and States. where the C'lirparation is qualified to act as an admitted insurer, all bonds, recognizances, undertakings, contracts of suretyship or other written ob ligations required pursuant to the payment, bid, performance, license, permit and miscellaneous bond program developed by the Corporation with a limit of liability not to exceed $5,000,000 per writing; and the execution of such bonds in pursuance of these presents shall be as binding upon said Markel Insurance Company to all intents and purposes as if duly executed by its Chairman, Vice Chairman, President and Chief Operating Officer, Executive Vice President, any Vice President, sealed with its corpqrate seal, and attested by its Secretary or Assistant Secretary. . ' .This Power of Attorney and Certificate of Authority shall only be valid if evidencing original-or facsimile signatures and only if the raised seal of the Corporation is affixed hereto; no copy, certified or otherwise, shall have any validity or effect. This Power of Attorney and Certificate of Authority is made and executed by authority ofa resolution adopted by the Board of Directors, of which the following is a true and ,exact copy'- - "RESOL VED: That, pursuant to Section 8.6 of the Corporation's Bylaws, the Chairman, Vice Chairman, President and Chief Operating Officer, Executive Vice President, any Vice President, arid Secretary, and any Assistant Secretary are hereby authorized and empowered as the Corporation's attorney-in-fact, to make and execute on behalf of the Corporation, in Illinois and States where the Corporation is qualified to act as an admitted insurer, bonds, recognizances, undertakings, contracts of suretyship or other written obligations required pursuant to the paymerit, bid, performance, license, permit an~ miscellaneous bond program developed by the Corporation and are further authorized and empowered to select and appoint individuals as its attorney-in-fact, with full power and authority to make, execute and deliver, for and on its behalf as surety, and as its act and deed, in Illinois and States where the Corporation is qualified as an admitted insurer, all bonds, recognizances, undertakings, conqacts of suretyship or other written obligations required pursuant to the payment, bid, performance, license, penn it and miscellaneous bond program developed by the Corporation; provided further, that the liability of the Corporation on any such writing executed under this authority shall not exceed S5,000,000; also to execute such instruments as may be necessary or proper in connection with the settlement of claims or the recovery of reinsurance or salvage. - . IN WITNESS WHEREOF, Markel Insurance Company has caused these presents to be signed by its duly authorized officer and the Corporate Seat 'to be hereunto affixed this ~ day of Anri! , 19.22- ' MARKEL INSUR.o\NCE COMPANY .BY'~ lu.~. Garry W. Black, Vice President COUNTY OF HENRICO ) COIv1MONWEALTH OF VIRGINIA) The foregoing instrument was acknowledged before me this ~ day of April Garrv W. Black - - ' \ ~f}~ C_ L~, . :-_.........:. . ~~~~ .~. ;>~......':t\...[I".". ~i~_ If~:p;:.~.~,. ~:.i., .....- .. ,',,-)"-;. ....-.-. ,1997 by Cynthia C. Vayo, Notary Public My Commission Expires: June 30, 2000. CERTIFICATE I, the undersigned, Assistant Secretary of MARKEL INSURANCE COMPANY, a stock corporation of the State of Illinois, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Board of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed. at the Home Office of the Company, in the City of Evanston, State pf lllinois, Dated this 5th. day of October ,19 98 ~~Q.~. By: Paula A. Francis, Assistant Secretary 1 I I 1 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 , 19_, by and between Augusta-Richmond /County, hereinafter called the Owner and Wall Asphalt Services, 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) Performance Bond and Labor and Materials Payment Bond (e) General Conditions (f) Project Special Provisions (g) Technical Specifications (h) Addendum NO.1 Dated (i) Addendum No.2 Dated 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 anddedl:Jctions 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. 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. 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 subject to acceptance by the Owner. C-1 I- I I I I I I I I I I I I I I I I I I 5. Upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls, materials, bills and 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 accepted 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 Augusta-Richmond County, Georgia, and Georgia law shall govern 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 Augusta-Richmond County, Georgia, and each party hereby waives any right or claim for a change of venue from Augusta-Richmond County, Georgia. C-2 I I I I I I I I I I I I I I I 1 I 1 I 10. The parties hereto acknowledge, represent, state and warrant that they have signed and executed this 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 sealed instrument. 11. Regardless of which party hereto is responsible for the preparation and drafting of this Contract, it shall not be construed 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 above written in six counterparts, each of which shall be deemed an original contract. WITNESS: ~~ RYlQ- (As to Contractor) -r- -""'" . '-olCHMo.,'-\", - /"" ../) "- ::"....~ ..8........ 00.A ,.;;) .. .0 c~. WITNESS: # ~c.; ... ... "..~ ~ ~~ I ~ ; '. ,01/..1 ...t." ~.: 'f.!!k~ ~.~ ~: J~~:;1~: ~ '.A '. · . ..1 : ill ...r .'1it1 .... i.... .. .. , .......... 4P \\\ GeORG\1'- __- """'-~- if/J$/~A-UJU-$ ontractor) B~~~DCJ_~ (Seal) Auqusta-Richmond County (Owner) C-3 I- I I I I I. I I I I I I I I I I I 1 I ... .. i PERFORMANCE BOND Bond /I 101700 KNOW ALL MEN BY THESE PRESENTS: That Wall Asphalt Services, as Principal, hereinafter called Contractor, and Markel Insurance Company as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County, as Obligee, hereinafter called Owner, in the amount of Thirty Two Thousand Nine Hundred and Thirty Dollars ($32,930), for the payment whereof Contractor and Surety bind themselve~, 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 Runway Crack Sealing 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 Contract in accordance with its terms and conditions, or (2) Obtain a bid or bids for completing the Contract in accordance with its terms ~nd 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. PB-1 I I' 1 I I 1 I~ " I I I 1 I 'I I 1 I I I I , '\ 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, executors, administrators or successors of the Owner. Signed and sealed this 19 th day of October .19 98 ~!-<ln;r'A 60/ p (Witness) Wall Asphalt Services (Principal) (Seal) ~~.u__"'-- (Title) \.-{ 8 \~dtc (W1t~ - - Markel Insurance Company (Surety) (Seal) /, - , -' -- ,; -5-'f ~- i Attorney-in-Fa~t ~~' ..... ...... -~ '. .:'..... -~~~,.-.,.~ PB-2 I- I. I I I .1 .; '"'\ I I I I I I I I I I I 1 I .. "\ LABOR AND MATERIAL PAYMENT BOND '. KNOW ALL MEN BY THESE PRESENTS: That Wall Asohalt Services, as Principal, hereinafter called Principal, and Markel Insurance Company as Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County, as Obligee, hereinafter called Owner, for the use and benefit of claimants as here in below defined, in the amount of Thirty Two Thousand Nine Hundred and Thirtv Dollars ($32,930), 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 Runway Crack Sealing 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 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 or 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 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 be commenced hereunder by any claimant. 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 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, LMB-1 1 I I I I " I. ~ I; 1 I I I I I I I I 1 1 1 : !, 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 expiration 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 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 19th ~1A~ ~ (Witness) day of Orrnhpr .1998 Wall Asphalt Services ~ .#~ (Title) ~ c:9p;t/~--2. ~~ () 0dc Markel Insurance Company (Surety) (Seal) "" . " Attorney-in"':Fact --:: .~~ -~ - - - - - .....- - .-- -- -::-~.::. ... -~ ;;"_: -,; ~_.-"'..... .:;,'" .' .-J.....;-.... .....::: .., ,. '-~. ..= ~..:: _...~................. ~ "..~----- LMB-2 I I I I I I I I I I I I I I I I I I I .... '", (- 1\ - POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL MEN BY THESE PRESENTS: That Markel Insurance Company ("Corporation"), a corporation organized and existing under the laws of the State of Illinois, with its main office at Shand Morahan Plaza in the City of Evanston, IIlinois, and the administrative office at Richmond, Virginia; does hereby nominate, constitute and appoint, for the purpose stated herein, J. Smith Lanier & Company, Newnan, Georgia, acting through its staff, Greg Keller or Suzanne Y. Sitler, its true and lawful attorney(s)-in-fact, with full power and authority to make, execute and deliver, for and on its behalf as surety, and as its act and deed, in IIlinois and States where the Corporation is qualified to act as an admitted insurer, all bonds, recognizances, undertakings, contracts of suretyship or other written obligations required pursuant to the payment, bid, performance, license, pennit and miscellaneous bond program developed by the Corporation with a limit of liability not to exceed $5,000,000 per writing; and the execution of such bonds in pursuance of these presents shall be as binding upon said Markel Insurance Company to all intents and purposes as if duly executed by its Chainnan, Vice Chainnan, President and Chief Operating Officer, Executive Vice President, any Vice President, sealed with its corporate seal, and attested by its Secretary or Assistant Secretary. This Power of Attorney and Certificate of Authority shall only be valid if evidencing original or facsimile signatures and only if the raised seal of the Corporation is affixed hereto; no copy, certified or otherwise, shall have any validity or effect. This Power of Attorney and Cel1ificate of Authority is made and executed by authority of a resolution adopted by the Board of Directors, of which the following is a true and exact copy. "RESOLVED: That, pursuant to Section 8.6 of the Corporation's Bylaws, the Chainnan, Vice Chairman, President and Chief Operating Officer, Executive Vice President, any Vice President, and Secretary, and any Assistant Secretary are hereby authorized and empowered as the Corporation's attorney-in-fact, to make and execute on behalf of the Corporation, in Illinois and States where the Corporation is qualified to act as an admitted insurer, bonds, recognizances, undertakings, contracts of suretyship or other written obligations required pursuant to the payment, bid, performance, license, permit and miscellaneous bond program developed by the Corporation and are further authorized and empowered to select and appoint individuals as its attorney-in-fact, with full power and authority to make, execute and deliver, for and on its behalf as surety, and as its act and deed, in Illinois and States where the Corporation is qualified as an admitted insurer, all bonds, recognizances, undertakings, contracts of suretyship or other written obligations required pursuant to the payment, bid, performance, license, permit and miscellaneous bond program developed by the Corporation; provided further, that the liability of the Corporation on any such writing executed under this authority shall not exceed S5,000,000; also to execute such instruments as may be necessary or proper in connection with the settlement of claims or the recovery of reinsurance or salvage. IN WITNESS WHEREOF, Markel Insurance Company has caused these presents to be signed by its duly authorized officer and the Corporate Seal to be hereunto affixed this ~ day of April, 19..21... MARKEL INSURANCE COMPANY By' ~ 11J. eR.JJ Garry W. Black, Vice President '", -- ~- ~o , ;;~..-' J: - :F ." "....- - COUNTY OF HENRlCO ) COMMONWEAL TH OF VIRGINIA ) ,. ..;: The foregoing instrument was acknowledged before me this ~ day of Anril Garrv W. Black . 19..21.. by ...-..- ~~~~~W.:~~~Dt?~ < . , . .. .0' ..o,.~ ;.; ~,' ..', ", ':o.:.j."; '; .. ~ ......)~~~. ~~l.~::;: j..' ~..., _1:1\ ...3'7..... ~:;~;$Jfi:;?~. {lrl:-L~ C, l~ Cynthia C. Vayo, Notary Public My Commission Expires: June 30, 2000. CERTIFICATE I, the undersigned, Assistant Secretary of MARKEL INSURANCE COMPANY, a stock corporation of the State of Illinois, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Cel1ificate of Authority remains in full force and has not been .revoked; and furthermore, that the Standing Resolutions of the Board of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Evanston, State of Illinois, Dated this 19th day of October ,193L-. ~~a.~. By: Paula A. Francis, Assistant Secretary /1 I I, I I I I I I I I I I I I I I I I GENERAL CONDITIONS SCOPE These "General Conditions" shall apply to the work as a whole and to each and all branches of the work. Subcontractors shall be supplied with a copy of these "General Conditions" and no arrangement or contracts with the subcontractors are to be such as to conflict with same. They shall also apply to any modifications or extra work. DEFINITIONS CONTRACT DOCUMENTS: The Contract Documents consist of the Advertisement, Proposal, Contract, Instructions to Bidders, General Conditions, Special Provisions, Specifications, and the Drawings, including all changes incorporated therein before their execution. These form the Contract. OWNER: The Party of the First Part in the accompanying Contract. CONTRACTOR: The Party of the Second Part in the accompanying Contract. SUBCONTRACTOR: The term "Subcontractor" as employed herein includes only those having a direct contract with the Contractor; it includes one who furnished material worked to a special design according to the Plans and Specifications of this work, but does not include one who merely furnished material not so worked. DESIGN ENGINEER: Refers to W.K. Dickson & Co., Inc., the Engineer appointed by the Owners to prepare the design, plans and specifications for the project. ENGINEER: The State Highway Engineer of Georgia, acting directly or through his duly authorized representative. WORK AT THE SITE OF PROJECT: Work to be performed including work normally done at the location of the project. The term "work" of the Contractor or Subcontractor includes labor or materials or both. "The work" as employed herein means all work to be accomplished by the Contractor under the terms of this contract. PROJECT: The work included under this Contract consists in Contractor furnishing all labor, plant, equipment and materials complete in strict accordance with the Contract Documents. GC-1 GC-2 .1 I: .1 I I I I I I I I I I I I I I I I, INSPECTION: Inspection shall be by a representative or representatives of Georgia Department of Transportation assigned to observe the construction of the project WRITTEN NOTICE: Written notice shall be deemed to have been fully served if delivered in person to the individual, or to an officer of the Corporation for whom it is intended, or if delivered at or sent by mail to the last business address known to him who gives the notice. DECISIONS OF ENGINEER The Engineer shall have general administration and direction of the work. When directed by the Owner, they shall inform the Contractor to stop the work whenever such stoppage may be necessary to insure the proper execution of the Contract The Engineer shall make decisions on all claims of the Contractor and on all other matters relating to the execution and progress of the work or the interpretation of the Contract Documents. CONTRACTOR'S AND SUBCONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all the insurance required under this paragraph and such insurance has been approved by the Owner, nor shall the Contractor allow any subcontractor to commence work on his subcontract until the insurance required of the subcontractor has been so obtained and approved. (a) WORKMEN'S COMPENSATION INSURANCE: The Contractor shall procure and shall maintain during the life of the contract Workmen's Compensation Insurance for all of his employees to be engaged in work on the project under this contract and, in case of any such work sublet, the Contractor shall require the subcontractor similarly to provide Workmen's Compensation Insurance for all of the latter's employees to be engaged in such work unless such employees are covered by the protection afforded by the Contractor's Workmen's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide adequate employer's general liability insurance for the protection of such of his employees as are not otherwise protected. (b) CONTRACTOR'S HOLD HARMLESS AGREEMENT: The General Contractor shall be responsible from the time of signing the Contract, or from the time of the beginning of the first work, whichever shall be the earlier, for all injury or damage, of any kind resulting from this work, to persons or property. The Contractor I I I I I ,I (I I, I I I :1, I I I I I I' I hereby assumes the obligation to save the Owner and Engineer from every expense, liability or payment arising out of or through injury to any person or persons including death, or damage to property of any person or the County or State in which the work is located, or to the Federal government, suffered through: (1) Any act or omission of the Contractor or any subcontractor or anyone directly or indirectly employed by or under the supervision of any of them; or (2) Arising out of any act or omission incident to the inspection or supervision by the Owner or his representatives of the work included in this contract. (C) CONTRACTOR'S PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE AND VEHICLE LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract Contractor's Public Liability Insurance. Contractor's Property Damage Insurance and Vehicle Liability Insurance in the amounts of not less than $250,000 for injuries, including accidental death, to anyone person, and subject to the same limit to each person, in an amount of not less than $500,000 on account of one accident, and Contractor's Property Damage Insurance in an amount not less than $100,000 per accident and $200,000 aggregate. The Contractor shall have Contractor's Protective Coverage for any subcontractor's operation and he shall be responsible for securing certificates of insurance coverage from all subcontractors who are engaged in this work. The Contractor shall include an endorsement incorporating the Hold Harmless Agreement assumed by the Contractor under the terms of this contract. (D) SUBCONTRACTOR'S PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE: The Contractor shall require each of his subcontractors to procure and maintain during the life of his subcontract, Subcontractor's Public Liability and Property Damage Insurance of the type specified in subparagraph (c) hereof, in amounts approved by the Owner. (E) SCOPE OF INSURANCE AND SPECIAL HAZARDS: The insurance required under subparagraphs (b), (c) and (d) hereof shall provide adequate protection for the Contractor and his subcontractors, respectively, as well as the Owner, against damage GC-3 GC-4 I .1 I I I ,I Il ,I t ,I I.. I. il I I 1\ ',- I 'I. I claims which may arise from operations under this Contract, whether such operations be by the insured or by anyone directly or indirectly employed by him and, also, against any special hazards which may be encountered in the performance of this contract. (F) PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with satisfactory proof of. carriage of the insurance required. LAWS The Construction of said project shall, in all respects, conform to all applicable requirements of State and local laws and ordinances. ACCIDENT PREVENTION Precaution shall be exercised at all times for the protection of persons (including employees) and property and hazardous conditions shall be guarded against or eliminated. The Contractor shall be responsible for ensuring that all requirements of the Occupational Safety and Health Act are met. REPORTS. RECORDS AND DATA The Contractor shall submit to the Owner such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and other data as the Owner may request concerning work performed or to be performed under this contract. TIME FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed, by and between the Contractor and the Owner, that the date of beginning, rate of progress, and the time for completion of the work to be done hereunder are ESSENTIAL CONDITIONS of this contract; it is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the work order. The Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will insure full completion thereof within the time specified. It is expressly understood and agreed, by and between the Contractor and the Owner, that the time for the completion of the same, taking into consideration the average climatic range and usual industrial conditions prevailing in this locality. It is further agreed that time is of the essence of each and every portion of this contract and of the specifications wherein a definite and certain length of time is fixed for the performance of any act whatsoever; and where, under the contract, ,I J I I I I, 11 I I, .11 .1 I I: I I !.I; I ,I. I and additional time is allowed for the completion of any work, the new time limit fixed by such extension shall be of the essence of this contract. Provided, that the Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due: (1) To any preference, priority, or allocation order duly issued by the Government; (2) To unforeseeable cause beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God, or of the public Enemy, acts of the Owner, acts of another contractor in the performance of a contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather; and, Provided further, that the Contractor shall, within seven (7) days from the beginning of such delay, notify the Owner, in writing of the causes of the delay, who shall ascertain the facts and extent of the delay and notify the Contractor within a reasonable time of its decision in the matter. CONSTRUCTION SCHEDULE AND PERIODIC ESTIMATES Immediately after execution and delivery of the contract, and before the first partial payment is made, the Contractor shall deliver to the Owner an estimated construction progress schedule in a form satisfactory to the Owner, showing the proposed date of commencement and completion of each of the various subdivisions of work required under the Contract Documents and the anticipated amount of each Monthly payment that will become due the Contractor in accordance with the progress schedule. The Contractor shall also furnish, or forms to be supplied by the Owner, (a) a detailed estimate giving a complete breakdown of the contract price and (b) periodic itemized estimates of work done for the purpose of making partial payment thereon. The costs employed in making up any of these schedules will be used only for determining the basis of partial payments and will not be considered as fixing a basis for additions to or deductions from the contract price. ACTION TIME ON CONTRACTOR PAY REQUESTS This paragraph is intended to supersede all provisions of the Georgia Prompt Pay Act (House Bill 837). The Owner intends to make timely payments to the Contractor, following receipt of applications. Consideration shall be given to the Owner's requirements for processing the Contractor's payment application. For projects funded with Federal or State funds, payment may be delayed for thirty calendar days, contingent upon reimbursement of the applicable funds to the Owner from the Government Agency funding the project. Delays in payments in excess of thirty days, caused by delay in Government reimbursement to Owner, will not be subject to payment of interest GC-5 EXTRAS Without invalidating the contract, the Owner may order extra work or make changes by altering, adding to or deducting from the work, the contract sum being adjusted accordingly, and the consent of the Surety being first obtained where necessary or desirable. All the work of the kind bid upon shall be paid for at the price stipulated in the proposal, and no claims for any extra work or materials shall be allowed unless the work is ordered in writing by the OWner or its Engineer acting officially for the Owner, and the price is stated in such order. ALTERATIONS. CHANGES. ETC. All changes, alterations, or instructions in regard to any features of the work that differs from the plans and specifications MUST be in writing in all cases, and no verbal orders will be regarded as a basis for claims for extras. All claims for extra work must be made in writing within five (5) days after the instructions are issued; otherwise, it will be assumed that the instructions or charges incur no additional cost. No extra work is to be performed or any changes made that involve any extra cost until the Engineers have authorized the Contractor to proceed, in writing, except in emergency endangering life or property when the procedure shall be set forth under "CHANGES IN WORK". CHANGES IN WORK No changes in the work covered by the approved Contract Documents shall be made without having prior written approval of the Owner Charges or credits for the work covered by the approved change shall be determined by one or more or a combination of the following methods: (1) Unit prices previously approved; (2) An agreed lump sum; (3) The actual cost of: 3. Labor, including foremen; b. Materials entering permanently into the work; c. The ownership or rental cost of construction plant and equipment during the time of use on the extra work; d. Power and consumable supplies for the operation of power equipment; and e. Insurance. To the above cost there shall be added a fixed fee to be agreed upon but not to exceed fifteen percent (15%) of the estimated cost of the work. The fee shall be GC-6 il ;1 I I :1 .1 I I ,I .1 I. I I ",I I :1 I ,1\ I .1 I' I, il I: I. . . Ii I .1: ,II I II ,I il I I I 'I I compensation to cover the cost of supervision, overhead, bond, profit and any other general expenses. CLAIMS FOR EXTRA COST No claim for extra work or cost shall be allowed unless the same was done in pursuance of a written order of the Engineer, as aforesaid, and the claim is presented with the first estimate after the changed or extra work is done. When. work is performed under the terms of section "Changes in Work - (c)" of these General Conditions, the Contractor shall furnish satisfactory bills, payrolls and vouchers covering all items of cost and, when requested by the Owner, give the Owner access to accounts relating thereto. MATERIALS. SERVICES AND FACILITIES (a) It is understood that, except as otherwise specifically stated in the Contract Documents, the Contractor shall provide any pay for all materials, labor, tools, equipment, water,' light, power, transportation, superintendence, temporary construction of every nature, and all other services and facilities of every nature whatsoever necessary to execute, complete, and deliver the work within the specified time. (b) Any work necessary to be performed after regular working hours, on Sundays or Legal Holidays shall be performed without additional expense to the Owner. PATENTS (a) The Contractor shall hold and save the Owner and its officers, agents, . servants, and employees harmless from liability of any nature or king, including cost and expenses for, or on account of, any patented or unpatented invention, process, article, or appliance manufactured or used in the performance of the contract, including its use by the Owner, unless otherwise specifically stipulated in the Contract Documents. (b) If the Contractor uses any design, device or materials covered by letter, patent or copyright, he shall provide for such use by suitable agreement with the Owner of such patented or copyrighted design, device, or material. It is mutually agreed and understood that, without exception, the contract prices shall include all royalties or costs arising from the use of such design, device or materials, in any way involved in the work. The Contractor and/or his sureties shall indemnify and save harmless the Owner of the project from any and all claims for infringement by reason of the use of such GC-7 GC-8 I I I I i' I rl~ , I I .1 I I I Ii I :1: :1 'I' I patented or copyrighted design, device or materials or any trademark or copyright in connection with work agreed to be performed under this contract, and shall indemnify the Owner for any cost, expense or damage which it may be obligated to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work. The, contract prices shall include all royalties or costs arising from the use of such design, device or materials, in any way involved in the work. The Contractor and/or his sureties shall indemnify and save harmless the Owner of the project from any and all claims for infringement by reason of the use of such patented or copyrighted design, device or material or any trademark or copyright in connection with work agreed to be performed under this contract, and shall indemnify the Owner for any cost, expense or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work. INSPECTION AND TESTING OF MATERIALS (a) All materials and equipment used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards. The laboratory 9r inspection agency shall be the Georgia Department of Transportation. All retesting required due to unsuitable material submitted by Contractor shall be paid for by the Contractor. (b) Materials of construction, particularly those upon which the strength and durability of the structure may depend, shall be subject to inspection and testing to establish conformance with specifications and suitability for uses intended. SAMPLES The CONTRACTOR shall furnish to the Engineer, for approval, complete samples of all of the materials which he proposes to use, where samples are called for in the specifications or required by the Engineers. All samples submitted must be clearly labeled as to the name of the Contractor, name of the manufacturer, quality of material and the name of the job. After samples have been approved, they will be sent to the job to be compared with the materials as they arrive on the job. All materials shall be in strict accordance with the approved samples. I. I I I I I, I I. I ,I 'I I: I fl I. I I /1 I SPECIFICATIONS AND DRAWINGS TO BE COOPERATIVE The specifications, the plans accompanying them and the other Contract Documents, shall be supplementary to each other, and any material, workmanship, and/or service which may be in one but not called for in the others shall be as binding as if indicated, called for, or implied by all. The Contractor will understand that the work herein described shall be complete in every detail, notwithstanding every item necessarily involved is not particularly mentioned and the Contractor shall be held to provide all labor and material necessary for the completion of the indicated work. The Contractor shall, before the award of the contract, report in writing to the Engineers any discrepancy which he may discover between the drawings and the specifications. If the Contractor fails to call such discrepancy to the attention of the Engineers, the subsequent decisions of the Engineers as to which is correct shall be binding and final. Should any error and inconsistency appear in the drawings or specifications, the Contractor, before proceeding with the work shall make mention of the same to the Engineers for proper adjustment and in no case shall he proceed with the work in uncertainty. DRAWINGS The drawings generally shown work fully drawn out on only a portion of the drawings, the remainder being in outline. The drawn out work must be understood as applying to other like or similar places. Large scale or full size details will be furnished by the Engineer for work which, in his opinion, shall require such drawings, but these shall be considered as explanatory of the drawings and specifications, and not as indicating additional work. Details shall be accurately followed and any deviations therefrom shall be cause for the rejection of any work so executed. All necessary dimensions are given on the drawings and shall, in all cases, except where a discrepancy occurs, be followed exactly. The figures and notes on the drawings showing dimensions shall be used instead of scaling. All prints and specifications issued to the Contractor are understood to be the property of the Engineer and are to be returned to him when no longer required for use on the work, whether paid for or not, and shall not be duplicated or copied without his permission. GC-9 GC-10 I ;1 I I I I I I I. I I Ie .1 I, I :1. ,I I' I CONTRACTOR'S SUPERINTENDANT The Contractor shall keep on the work continuously during the progress of the work, a competent general superintendent and any necessary assistants, all to be satisfactory to the Engineer. The Superintendent shall not be removed from the work and another substituted for him except with the consent of the Engineers unless the Superintendent becomes unsatisfactory or. ceases to be in the Contractor's employ. The Superintendent shall represent the Contractor in his absence and all directions given to him shall be as binding as if given directly to the Contractor. OTHER CONTRACTS The Owner reserves the right to let other contracts in connection with this work. The Contractor shall afford other contracts reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate his work with theirs. If any part of the Contractor's work depends for proper execution or results upon the work of any other contractor. The Contractor shall inspect and promptly report to the Engineers any defects in such work that render it unsuitable for such proper execution and results. His failure to so inspect and report shall constitute an acceptance of the other contractor's works as fit and proper for the reception of his work except as to defect which may develop in the other contractor's work after the execution of his own work. To insure proper execution of his subsequent work, the Contractor shall measure work already done in place and shall report at once to the Engineers any discrepancy between the executed work and the drawings. MUTUAL RESPONSIBILITY OF CONTRACTORS Should the Contractor cause damage to any other contractor on the work, the contractor causing such damage agrees, upon due notice, to settle with such contractor by agreement or arbitration, if he will so settle. If such other contractor sues the Owner on account of any damage alleged to have been so sustained the Owner shall notify the contractor causing such damage who shall defend such proceedings, and if any judgment against the Owner arises therefrom, the contractor causing such damage shall payor satisfy it and pay all costs incurred by the Owner. ACQUAINTANCE WITH CONDITIONS The Contractor shall be fully aware of all conditions affecting or that might affect the successful completion of the work or the safety of the completed work. Before submitting his proposal he shall have examined the site of the work and I' 'I I I I ,II. .1 I :1 ,I~ 'I :1' I /1 I I, I, I I compared the actual conditions on the site with those shown or represented by the plans and specifications, and shall have determined the existence of all physical features, obstructions above or below ground, ground elevations, etc., on or adjacent to the site, that might affect the work in progress or completed. The Contractor shall have determined all excavations or fill required to make the site accessible and the protection required against excessive measures of the elements, wind, rain, sun to insure the safety of the work. No allowance will be made in the behalf of the Contractor for his failure to adequately familiarize himself with all conditions and no claim will be permitted for relief due to unforeseen conditions. Immediately upon beginning the job, the Contractor shall check all dimensions of the present work, including the work done by other contractors on this project which affect his work, and shall report to the Engineer any discrepancy between these dimensions and those shown on the plans. POSSESSION OF SITE AND RESPONSIBILITY Upon taking possession of the site, the Contractor shall be responsible thereafter until the final acceptance of the work by the Owner for the management, care and maintenance of the site and the work, both new and existing, and shall be solely and wholly responsible for damage thereto and for any and all injury to persons or property incident to or on account of the claims or suits arising therefrom, without loss or expense to the Engineer or Owner. Any approval of means or methods of construction, or protection of persons or property, shall not relieve the Contractor from sole responsibility for the adequacy of such means or methods. SOCIAL SECURITY AND SALES TAX The Contractor assumes and is liable specifically for all State and Federal so called Payroll or Social Security Taxes and for all State and Federal Sales and Use Taxes that may be in force at the time of the award of the Contract, and guarantees to hold the Owner harmless in every respect against same. USE OF PREMISES The Contractor shall not load nor permit any part of any structure to be loaded with a weight which will endanger its safety. The Contractor shall confine his apparatus, the storage of materials and the operations of his workmen to the limits defined by laws, ordinance, permits or directions of the Engineers and shall not unduly encumber the premises with his materials. GC-11 GC-12 'I I 'I I " I I, I' I I. \1 I 'I I I' ~I ;1: I 'I' I The Contractor shall enforce the instructions of the Engineers regarding signs, advertisements, fire and smoking. MOVING MATERIALS If it becomes necessary at any time during the construction to move materials which are to enter into the construction, the materials having been temporarily placed, the Contractor, or subcontractor shall, when so directed by the Engineer, move them or cause them to be moved without additional cost to the Owner. CLEANING DURING CONSTRUCTION AND AT COMPLETION OF WORK The General Contractor shall keep the premises clean at all times and shall remove all rubbish as often as directed by the Engineer or Owner. If the Contractor does not, at all times, provide men to attend to the cleaning up, on request, in a manner satisfactory to the Engineer, the Engineer may employ such men to direct and charge the cost of same to the account of the Contractor. Upon completion of the work, the Contractor shall leave the grounds in a neat and clean condition. Construction areas shall be replanted with grass and shrubs where they have been removed. OWNER'S OPTION In all cases where the choice of more than one make or style of material is specified, the final selection of material rests with the Owner. Where any difference occurs, in price, such difference is to be given at the time the bids are submitted. After the contracts have been signed, the Owner reserves the right to choose whichever material he desires assuming that the price is not increased thereby, and where the specifications call for the stipulated item or other equal thereto and approved, or other words to that effect, it is to be taken the same as if the choice of more than one material was specified and the selection will rest with the Owner the same as above. OWNERS RIGHT TO DO WORK If the Contractor shall neglect to prosecute the work properly, and in a diligent manner or fail to perform the provisions of the contract, the Owner may, after three (3) days written notice to the Contractor without prejudice to any other remedy, make good such deficiencies and may deduct the net cost thereof from the payment when or thereafter due the Contractor, provided however, the Engineer shall approve both such action and the amount charged to the Contractor. WORK NOT SHOWN ON PLANS I I I I, ,I I .1 I' ,I .1, I ,I' I ~I I, I I I I' In the carrying out of this work as contemplated by the plans and specifications, there may arise certain items of work for which definite plans have not yet been decided upon. All such work, when authorized, shall be paid for as provided in "CHANGES IN WORK". REMOVAL OF MATERIALS AND CORRECTION OF WORK All materials of unsound or otherwise unfit character and all workmanship not in accordance with the terms of the contract will be condemned by the Engineer. The Contractor shall promptly remove from the premises all condemned materials whether incorporated in the work or not, and the Contractor shall promptly replace and re-execute the work to the satisfaction of the Engineer, and without expense to the Owner, and shall bear the expense of making good all work of other contractors which is destroyed or damaged by such removal and replacement. If the Contractor does not remove such condemned work and within a - - reasonable time, fixed by written notice, the Owner may remove them and may store the materials at the expense of the Contractor. If the Contractor does not pay to the Owner the expense of such removal within ten (10) days time thereafter, the Owner may, upon ten (10) days written notice, sell such materials at auction or private sale and shall account for the net proceeds thereof, after deduction of all costs and expenses that rightfully should have been borne by the Contractor. LIENS Neither the final payment or any part of the retained percentage shall become due until the Contractor shall deliver to the Owner a complete release of all liens arising out of this contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that insofar as he has knowledge or information, the releases and receipts include all the materials and labor for which a lien might be filed, but the Contractor may, if any subcontractor refuses to furnish a release of claims or receipts in full, furnish a bond satisfactory to the Owner to indemnify him against any lien. If any lien should remain unsatisfied after all payments are made, then the Contractor shall refund to the Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable Attorney's fee. MAINTENANCE The Contractor will be required to maintain all work done by him in a first class condition for sixty (60) days after the same has been completed asa whole and the Engineers have notified the Contractor in writing that the work has been GC-13 GC-14 I I I I I 'I I: I I ,I I I , I' I I '1 I' I finished to their satisfaction. The retained percentage will not be due or payable to the contractor until the sixty (60) day maintenance period has expired. Any damage to the site or surroundings, including paving, shoulders, culverts, drainage structures, grass, etc., shall be repaired by the Contractor and all parts of the site shall be left in as good repair as before the work started. GUARANTEES The Contractor shall guarantee all materials and workmanship for a period of one (1) year from the date of final acceptance of the work as a whole under this contract. If, during that period, any material, equipment, embankments, grass, etc., proves defective the Contractor shall repair same at his own expense and to the satisfaction of the Engineer. Neither the final certificate of payment nor any provision relieves the Contractor of responsibility for faulty material or workmanship and, unless otherwise specified, he shall make right any defects due thereto and pay for the damage or other work resulting therefrom which occur within the said period of one (1) year. The Owner will give notice of observed defects with reasonable promptness. The Contract Bond shall cover these guarantees. RIGHT-OF-WAY AND SUSPENSION WORK The Owner will furnish all land and rights-of-way necessary for the carrying out of this contract and the completion of the work herein contemplated and will use due diligence in acquiring said land and rights-of-way as speedily as possible. But it is possible that all lands and rights-of-way may not be obtained as herein contemplated before construction begins, in which event the Contractor shall begin his work upon such land and rights-of-way as the Owner may have previously acquired and no claim for damages whatsoever will be allowed by reason of the delay in obtaining the remaining lands rights-of-way. Should the Owner be prevented or enjoined from proceeding with the work, or from authorizing its prosecution, either before or after the commencement, by reason of any litigation or by reason if its inability to procure any lands or rights-of-way for the said work, the Contractor will not be entitled to make or assert any claim for the damage by reason of said delay, or to withdraw from the contract except by consent of the Owner, but time for completion of the work will be extended to such time as the Owner determines will compensate for. the time lost by such delay, such determination to be set forth in writing. .1 I I' I I ,I I I I. II I I: I I I I I I I CONTRACTOR'S OBLIGATION The Contractor shall and will, in good workmanlike manner, do and perform all work and furnish all supplies and materials, machinery, equipment facilities and means, except as herein otherwise expressly specified, necessary or proper and complete all the work required by this contract, within the time herein specified, in accordance with the provisions of this contract and said specification and in accordance with the plans and drawings of the work covered by this contract and any and all supplemental plans and drawings in accordance with the directions of the Engineer as given from time to time during the progress of the work. He shall furnish, erect, maintain and remove such construction plant and temporary works as may be required. He alone shall be responsible for the safety, efficiency and adequacy of his plant, appliances and methods and for any damage which may . result from their failure of their improper construction, maintenance or operation. The Contractor shall observe, comply with and be subject to all terms, conditions, requirements and limitations of the contract and specifications and shall do, carry on and complete the entire work to the satisfaction of the Engineer and the Owner. GC-15 I I 'I ,I I I' I I ,I I I I I I I I I I ,I PROJECT SPECIAL PROVISIONS These Special Provisions form a part of the Contract Documents as indicated hereafter. A. PROJECT DESCRIPTION The work in this contract involves Runway Crack Sealing. B. SEQUENCE OF CONSTRUCTION Work is scheduled for the Fall of 1998. During construction, the Runway will be closed to aircraft traffic. C. PROJECT AREA ACCESS The Contractor shall utilize an access 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 or in the terminal, hangar, 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 entry 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 aU necessary precautions to ~lIow 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 ~eparate.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 "price for: Mobilization. SP-1 D. RADIO COMMUNICATION REQUIREMENTS The Contractor shall coordinate 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 coordinated 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 o( cause hazards to air traffic. F. TEMPORARY 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 blasts 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 facilities will be carefully protected by the Contractor. Any facilities damaged by 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 desire such activities, the Engineer should be notified in writing 14 days in advance for coordination. SP-2 'I ", I I I 'I I I I I I I I I' I I' ,I I I I, I I I 'I I I I I I I I, I I I I . I I I. SAFETY ON THE AIRPORT DURING CONSTRUCTION ACTIVITY 1 . Construction Activitv and Aircraft Movements: During the time that the Contractor is performing the work contained herein, the FBO's, the aprons, taxiways and runways at ttJe 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 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 contract specifications, shall always have priority over any and all of the Contractor's operations, and the Contractor shall not allow his employees, subcontractors, 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. 2. Construction Activity in the Vicinity of Navigational Aids: Construction activity in the vicinity of FAA navigational aids (i.e. 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 are 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 NAVAIDS, 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 Airport Manager or their representative (by radio or other means) shall be immediately executed. Construction work will be commenced in the SP-3 cleared area only when additional instructions are issued by the proper authorities. :1 I I I. I- I , I I I I I I I I I. ,I I I 2. Power and control cables leading to and from any FAA NAVAIDS, Weather Data Equipment and other facilities 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 NAVAIDS, Weather Data Equipment and other facilities and cables by this Contractor at all times. 4. The Contractor shall immediately repair, with identical material by skilled workmen, any underground cables serving FAA NAVAID~, '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 NAVAIDS, Weather Data facilities or other cables and controls serving such NAVAl DS 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, method 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, engineering 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 SP-4 I I I I I I I I I I I I I I I' I I I .1 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. 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 follows: LIST OF DRAWINGS 1 . Cover Sheet 2. Project Safety and Staging Plan 3, Crack Sealing Plan (Runway 11-29) 4. Crack Sealing Plan (Runway 11-29) SP-5 I I I I I I I I I I I I I I I I I I I SECTION 01000 MOBILlZA TION PART 1 GENERAL 1.01 DESCRIPTION. 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 incidentals to the project site; for providing the items required by the General Provisions and Supplementary Conditions and the General Requirements including but not limited to: for the establishment of all offices,-buildings, and other facilities necessary for work on the project, construction staking, performance bond, labor and materials bond; and insurance, 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. PART 2 PRODUCTS (Not Used) PART 3 EXECUTION 3.01 PAYMENT. A. All work covered by this section will be paid for at the contract lump sum price for "Mobilization". B. 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, less the retainage provided for in the Contract, 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 pay estimates, and that portion exceeding 5 percent will be paid on the last partial pay estimate. All such payments will be made less the retainage provided for in the Contract. 1, Payment will be made under: Mobilization - Lump Sum END OF SECTION 01000 01000-1 I I I I I I I I I I I I I I I I I I I SECTION 01010 SUMMARY OF WORK PART 1 GENERAL 1.01 RELATED DOCUMENTS: Drawings, and general provIsions of Contract, including General Provisions and Supplementary Conditions and other Division 1 Specification sections, apply to work of this section. Related Requirements specified in other sections of the specifications: 1. Restrictions on use of site, safety requirements and work within Air Operations Areas are specified in Section 01030 Airport Project Procedures (Construction Safety Plan.) 1.02 PROJECT IDENTIFICATION: The Project includes.a Base Bid for Crack Sealing of Runway 11-29 and an Alternate Bid for Crack Sealing of Runway 5-23 at Daniel Field, as shown on Contract Documents prepared by: W. K. DICKSON & COMPANY, INC. Drawings and Specifications are dated July 1998 1.03 WORK COVERED BY CONTRACT DOCUMENTS: A.lndicate the work of the Contract and related requirements and conditions that have an impact on the project. Related requirements and conditions that are indicated on the Contract Documents include, but are not necessarily limited to the following: 1, Existing site conditions and restrictions on use of the site. 2. Work to be performed concurrently by the Owner. 3. Mandatory staging/sequencing. 4. Requirements for partial utilization of various elements prior to substantial completion of the Work. B. Division 1 General Requirements of the contract specifications is an integral part of the Contract Documents for each of the Contracts. 1.04 SUMMARY BY REFERENCES: Work of the Contract can be summarized by references to the Contract, General Provisions, Supplementary Conditions, Specification Sections, Drawings, addenda and modificatiol"Js to the contract documents issued subsequent to the initial printing of this project manual and including but not necessarily limited to printed material referenced by any of these. It is recognized that \/'{ork of the Contract is also unavoidably affected or influenced by governing regulations, natural 01010-1 I phenomenon including weather conditions and other forces outside the contract I documents. A. Federal Aviation Advisory Circulars. Where work or other requirements are specified I by reference to Federal Aviation Advisory Circulars the reference shall be considered to mean the latest change effective on the date bids are received. I 1.05 WORK PERFORMED CONCURRENTLY WITH THIS PROJECT: A. The Project is located in an area where Owner will need to perform normal I maintenance operations. These items of work cannot be identified at this time. I 1.06 COORDINATION: A. General: Each Contractor is responsible for coordination of his work, including I preparation of general coordination drawings, diagrams and schedules, and control of site utilization, from beginning of construction activity through project closeout and I' warranty periods. I I I I I I I I I I I END OF SECTION 01010 01010-2 I I I I I I I I .1 I I I I I I I I I I SECTION 01030 AIRPORT PROJECT PROCEDURES (CONSTRUCTION SAFETY PLAN) PART 1 GENERAL 1.01 INTRODUCTION A. This project involves Contractor operations within active Airport Operational Areas (A.O.A.). The Airport. will conduct normal aircraft operations (subject to certain restrictions which shall be. called out in this section) during the course of this project. Therefore, in order to provide for the security and safety of Airport users and the Contractor's forces, as well as to minimize interruptions to aircraft operations, the Contractor shall limit his work within the areas as designated on the plans and conduct his operations as set forth in the specifications. 1.02 REFERENCED STANDARDS A. Advisory Circulars AC No. 150/5370-2C and AC No. 150-/5340-1 F will be used as guidelines to assist in maintaining operational safety during construction activities. These documents also refer to other applicable Advisory Circulars. B. Controlling Requirements: The purpose of this Construction Safety Plan is to describe the procedures, rules and requirements to be followed during construction of this project. The material set forth in this section is based upon Department of Transportation, Federal Aviation Administration Advisory Circular 150/5370-2C,dated May 31, 1984, its references and current changes. The requirements stated in the Advisory Circular, its references and current changes are minimum standards for the project. This section amends the requirements of the referenced standards. In case of a conflict between the referenced standards and this specification the more stringent requirement shall govern. 1.03 CONTRACTOR'S RESPONSIBILITY A. It remains the Contractor's responsibility to adhere to all safety regulations of the Specification, the Advisory Circular, its references and changes and to all other Advisory material pertaining to operational safety of airports, especially during periods on construction activity. The Contractor will be responsible for coordinating and controlling all construction activities in full compliance with the requirements of the referenced FAA Advisory Circulars and this Safety Plan. B. Contractor shall designate an individual in his organization responsible for all construction safety including implementation of the specific requirements of this safety plan. The individual shall instruct all Contractor's employees in the requirements of this safety plan and of construction safety in general. This individual shall also be 01030-1 responsible for insuring that all subcontractors have an understanding of the safety requirements. 1.04 MODIFICATIONS TO THE PLAN A. Changes to the requirements of the specification will only be allowed if approved by Owner. 1.05 UNAUTHORIZED CROSSINGS OF ACTIVE AIRFIELD OPERATION AREAS A. This safety plan requires that Contractor control the operation of his employees, equipment and Subcontractors, and that all work areas within the airfield operations area have a responsible person with a radio in constant radio contact with the Fixed Base Operator monitoring the UNICOM frequency. All ground movement outside of the designated work areas must be coordinated via radio communication. Any unauthorized movement outside the designated area, including unauthorized crossing of active runways and taxiways, may subject the Owner to fines by the FAA, The owner will deduct such fines from payments due the Contractor. 1.06 CONSTRUCTION SAFETY REQUIREMENTS A. GENERAL 1. Protection of Utilities: The Contractor shall be responsible for field marking and protecting all utilities within the construction limits. 2. Storage of Equipment, Vehicles, and Materials: All equipment, vehicles, and materials must be stored in the designated storage or staging area or in areas acceptable to the Engineer. 3. Construction Methods Limitation: No open flames or burning will be allowed on the airport property. 4. Safety and Accident Protection: The Contractor shall comply with all applicable federal, state, and local laws, ordinances, and regulations governing safety, health, and sanitation, and shall provide barricades, and shall take any other needed actions, on his own responsibility that are reasonably necessary to protect the life and health of employees on the job and the safety of the airport users, and to protect moving and parked aircraft and other property in connection with the performance of the work covered by the plans and specifications. 1.07 CONTRACTOR USE OF PREMISES A. Use of the Site: Confine operations at the site to the areas designated on the Drawings. Portions of the site beyond areas on which work is indicated are not to be 01030-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I- I I I I I I disturbed. Conform to site rules and regulations affecting the work as stated on this Safety Plan while engaged in project construction. B. Keep existing drives, entrances, and air operations areas designated to remain open, clear and available to the Owner, his employees and the public at all times. Do not use these areas for parking or storage of materials. C. Do not unreasonably encumber the site with materials or equipment. Confine stockpiling of materials and location of storage sheds to the areas indicated. If additional storage is necessary, obtain Engineer's approval. D. Lock automotive type vehicles, such as passenger cars and trucks, and other mechanized or motorized construction equipment, when parked and unattended, so as to prevent unauthorized use. Do not leave such vehicles or equipment unattended with the motor running or the ignition key in place. E. RESTRICTED AREAS 1. Navigational Aids.. Airport navigational aid critical are~s are shown on the drawings. The Contractor shall not enter these areas without Engineer's approval. 2. Runway and Taxiway Clearances. a. Due to the necessity to accomplish construction in areas on and adjacent to the runways and taxi~ays, the construction equipment, vehicles, and men are authorized to operate without interruption within the project limits, except where specified otherwise, as follows: ACTIVE RUNWAYS AND TAXIWAYS Distance from runway centerline - within 250 feet Distance from taxiway centerline - within 75 feet Runway approach areas within 50:1 or 34:1 slope approach surface, whichever is appropriate, in such a manner that the approach surface is penetrated. 3. Construction activities within these areas shall only be performed at times when the runway or taxiways are closed to aircraft. A runway or taxiway closure or any portion thereof must be requested in writing by the Contractor through the Engineer seven days prior to closure. This request must indicate the areas needed and a schedule of operations and time(s) required for operations within the area. The Airport Authority reserves the right, however, to shift any approved closure periods to alleviate aircraft congestion or when weather conditions dictate. 01030-3 4. All construction within a restricted area shall be performed in such a manner that, at the end of the closure period, it will leave the safety area with no debris or abrupt grade changes and with no trenches with depth or width greater than 3", 5. Work within the Airport Navigational Device Critical Area requires prior Engineer approval. F. OBSTRUCTIONS TO NAVIGATION: 1. Penetration of equipment, vehicles, materials or men into airfield safety and critical areas requires the preparation and distribution of Notices of Airmen (NOTAM) in advance to the actual penetration. 2. Due to the fact that some of the work to be undertaken in this project is in violation of FAR Part 77, the distance required from the runway and taxiway edge area is incorporated into the construction sequence schedule. At no time shall the construction limits of the area under construction be violated. . 3. Work in areas within and adjacent to active aircraft operating areas shall be coordinated with the Engineer prior to commencement of the Activity. Work crews in these areas shall be accompanied by the construction superintendent and the resident inspector, both of which shall be in constant radio contact with the Fixed Based Operator monitoring the UNICOM frequency. The Superintendent shall control movement of all personnel and equipment based on instructions from the Airport. 1.08 MOTORIZED VEHICLES AND EQUIPMENT A. All construction vehicles will use the vehicular gate entrance shown on the plans. Vehicles and equipment on the Airport property will each display a three foot square flag, furnished by the Contractor, consisting of a checkered pattern of international orange and white squares not less than one foot on each side and displaced in full view above the vehicle. Construction equipment and vehicles not engaged in construction during non-working hours will be parked outside the runway safety areas and more than 250 feet from the nearest runway edge and more than 100 feet from the nearest taxiway edge. Contractor's personnel and equipment parking area is indicated on the Contract Drawings. Other areas on the airfield meeting the above set back requirements may be allowed at the request of the Contractor with the approval of the Owner. 1.09 OTHER SAFETY AND SECURITY MEASURES A. All areas of construction will be off-limits to personnel not involved in construction work or operations of the Airport. 01030-4 I I I I I I I I I I I I .1 I I I I I I I I I I I I I I I I I I I I I I I I I B. Background Check: Contractor is responsible for the actions of his employees and subcontractors. Contractor shall furnish Owner with a notarized statement detailing 5- year background information for all supervisory personnel. Contractor shall furnish Owner a certification that Contractor has checked the backgrounds of all employees that work at site and that Contractor is satisfied with their backgrounds. Contractor shall require a similar certification from each subcontractor. C. All access gates shall be secured and locked when not in use or manned with a gate guard. 1.1 0 COMMUNICATIONS (GENERAL) A. All communications relating to the construction work on this project will pass through the Engineer's site representative. Engineer's site representative must be furnished the Contractor's representative's telephone number where he can be contacted on a 24 hour basis. Contractor's authorized representative shall be available on a 24 hour basis. B. RADIO COMMUNICATION REQUIREMENTS 1. The foreman of each work crew operating adjacent to or within active aircraft operating areas shall be equipped with a VHF two-way radio capable of communicating with the Fixed Base Operator monitoring the UNICOM frequency. The radios shall be furnished by the Contractor(s). The operators of this equipment must be competent and licensed operators who are thoroughly familiar with the airport layout and the Construction Safety Plan. The radio operator shall be responsible for controlling construction equipment, vehicle and personnel movements. 2. Radio operators shall be approved by Owner arid shall demonstrate to the satisfaction of airport security or safety officers their knowledge of the airport, this safety plan, and operation of the radio. Radios may only be operated by approved "operators. Contractor will'only be allowed to work in the air operations area when an adjustments in contract time or price for time lost due to Contractor's failure to provide an approved radio operator on site during construction. PART 2 PRODUCTS 2.01 BARRICADES A. Type I Barricades: 8 foot crosstie or 8"x8" treated lumber, with alternating reflective white and orange stripes, two 20"x20" orange flags, and two battery powered flashing yellow lights. 01030-5 2.02 RADIO COMMUNICATION EQUIPMENT A. AIRFIELD COMMUNICATIONS 1. Contractor shall furnish his construction personnel with sufficient truck and hand- held radios to allow all. construction locations to be in radio contact with the Fixed Base Operator monitoring the UNICOM frequency. Additionally Contractor shall furnish one (1) new hand held radio for use by the Engineer. All radios shall be capable of two-way communications with the airport ground frequency and shall be Communication Specialist, TR-720 Hand held AM' Transceivers. Provide rechargeable batteries (CS-18) along with a 115 volt AC Outlet recharger (CS-40) and an automobile cigarette lighter recharger (CS-41). A standard full cover carrying case (CSA-21) and antenna (CS-30) with an attachable earplug (CS-50) and headset (CS-65) 2. The Contractor will not be directly compensated for providing two-way radios as this work is considered incidental to the work covered by the various contract items. PART 3 EXECUTION 3.01 GENERAL OPERATIONAL CONDITIONS AND RESTRICTIONS A. THE FOLLOWING CONDITIONS AND RESTRICTIONS APPLY TO THE CONTRACT: 1. The apron areas shall remain open to air operations at all times, except in the immediate vicinity of construction operations; 2. Ready access for Fire Vehicles to all Air Operation Areas is provided at all times; 3. Only those segments of Air Operation Areas approved by the Engineer for closure will be closed at any time; 4. All ground movement by the contractor's personnel or equipment outside the designated work area shall be allowed only after approval is given by the airport by use of two-way radio(s); 5. The Contractor shall keep the Engineer's Resident Engineer or other representative (on the job) informed daily of his proposed operations so that the Engineer's Representative can inform the Airport Manager or his designated representative early each morning of the construction work to be in progress that day; 6. The safety of all aircraft and of all airport property and personnel are maintained; 01030-6 .1 I I I, I I I I I I I I I I I I I I I I I I I I I I a I I I I I I I I I I I 7. The Contractor's activities and work conform to other requirements of the Construction Safety Plan as set forth hereinafter and other requirements of the Contract Documents. 3.02 RUNWAY/TAXIWAY CLOSURES A. Runway and taxiway closures shall be scheduled in advance. Contractor shall identify taxiway closures with Type I barricades and by covering taxiway lights within the closure limits. Remove barricades when no longer needed or as directed by Engineer. Runway closures shall be identified by runway closed markers. 3.03 PHASING A. Total time for the Base Bid contract shall be 14 calendar days. Phase I - Upon Reciept of the Notice to Proceed, the Contractor shall commence operations within the Phase I area, This phase consists of the pavement rehabilitation of Runway 11-29 from the end of Runway 11 west to Station 1 +880. Phase II - This Phase consists of the pavement rehabilitation of Runway 11-29 from the end of the Runway 29 blast pad east to Station 2+100. Phase II may be performed concurrently with Phase I. Phase III - Upon completion of Phases I and II, the Contractor shall commence operations within the Phase III area. This phase consists of the pavement rehabilitation of Runway 11-29 from Station 1+880 to Station 2+100. Phase III shall be completed in no more than 2 days from the completion of Phases I and II. B. Total time for the Additive Bid NO.1 contract (if awarded) shall be 7 calendar days. Phase ilIA - This Phase (if awarded) shall be performed concurrently with Phase "' and shall include pavement rehabilitation of Runway 5-23 from Station 5+965 to Station 6+145 in areas not included in Phase III. Phase iliA shall be completed in no more than 2 days additional to the Phase III time requirements. Phase IV - Upon completion of Phase IliA, the Contractor shall commence operations within the Phase IV area (if awarded). This Phase consists of the pavement rehabilitation of Runway'5-23 from the end of the Runway 5 blast pad southwest to Station 5+965. Total time for the Base Bid and Additive Bid No. 1 together shall be 21 calendar days. 01030-7 3.04 MEASUREMENT AND PAYMENT A. There will be no separate measurement and payment for work specified in this Section. END OF SECTION 01030 01030-8 I I I I I' I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I SECTION 01040 PROJECT COORDINATION PART 1 GENERAL 1.01 RELATED DOCUMENTS. A. Drawings and general provisions of Contract, including. General Provisions and Supplementary Conditions and other Division 1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF WORK. A. Minimum administrative and supervisory requirements necessary for coordination of work on the project include but are not necessarily limited to the following: 1. Coordination and meetings. 2. Surveys and records or reports. 1.03 COORDINATION AND MEETINGS. A. GENERAL. Prepare a written memorandum on required coordination activities. Include such items as required notices, reports and attendance at meetings. Distribute this memorandum to each entity performing work at the project site. Prepare similar memorandum for separate contractors where interfacing of their work is required. B. MONTHLY COORDINATION MEETINGS. Hold monthly general project coordination meetings at regularly scheduled times convenient for all parties involved. These meetings are in addition to specified meetings held for other purposes, such as regular project meetings and special preinstallation meetings. Request representation at each meeting by every party currently involved in coordination or planning for the work of the entire project. Conduct meetings in a manner which will resolve coordination problems. Record results of the meeting and distribute copies to everyone in attendance and to others affected by decision oractions resulting from each meeting. C. WEEKLY COORDINATION MEETINGS. Conduct weekly coordination meetings with Engineer's representative, FAA and designated Owner's representative to coordinate construction and airport operations. 1.04 SURVEYS AND RECORDS/REPORTS. A. CONSTRUCTION STAKING. The Engineer has already established survey base lines for the Contractor. The Contractor will be responsible for staking required for construction. 01040-1 Working from lines and levels established by the design survey, establish and maintain bench marks and other dependable markers required for construction. Establish bench marks and markers to set lines and levels for work at each stage of construction and elsewhere as needed to properly locate each element of the project. Calculate and measure required dimensions as shown within recognized tolerances. Drawings shall not be scaled to determine dimensions. Advise entities performing work, of marked lines and levels provided for their use. B. SURVEYOR. Engage a Land Surveyor or Professional Engineer experienced and specializing in survey work, to perform those services specified in this article. C. SURVEY PROCEDURES. Before proceeding with the layout of actual work, verify the layout information shown on the drawings, in relation to the property survey and existing benchmarks. As work proceeds, check every major element for line, level and plumb. Maintain a surveyor's log or record book of such checks; make this log or record book available for the Engineer's reference. Record deviations from required lines and levels, and advise the Engineer promptly upon detection of deviations that exceed indicated or recognized tolerances, Record deviations which are accepted, and not corrected, on record drawings. END OF SECTION 01040 01040-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I PART 1 GENERAL 1.01 DESCRIPTION. SECTION 01070 ABBREVIATIONS AND SYMBOLS A. Abbreviation and symbols used in the Contract Documents which are listed in this section refer to and designate the items which they are referenced to herein. B. Related requirements in other parts of the Contract Documents. 1. Drawing symbols: Contract drawings. 2. Drawing abbreviations: Contract drawings. 1.02 ABBREVIATIONS. A. AGENCIES, CODES, STANDARDS, ETC. 1. AAS.H.T.O. 2. AC.1. 3. AI.A 4. AI.S.C. 5. AI.S.1. 6. AN.S.1. 7. AS.T.M. 8. AW.P.A 9. A.W.S. 10. A.W.W.A 11. C.O.E. 12. C.R.S.1. 13. F.AA 14. F.H.W.A 15. F.S.S. 16. G.D,O.T. 17. L.V.D. 18. M.U.T.C.D. American Association of State Highway and Transportation Officials. American Concrete Institute American Institute of Architects American Institute of Steel Construction American iron and Steel Institute American National Standard Institute American Society of Testing and Materials American Wood Preservers Association American Welding Society American Waterworks Association Corps of Engineers Concrete Reinforcing Steel Institute Federal Aviation Administration Federal Highway Association Federal Specifications and Standards, General Services Ad min istration Georgia Department of Transportation Laboratory Vibrated Density Manual of Uniform Traffic Control Devices for Streets and Highways, Published by U.S. Government Printing Office 01070-1 1.03 A. 19. 20. 21. N.E.C. O.S.H.A. U.L. National Electrical Code Occupational Safety and Health Act of 1970 (PL 91-596) Underwriter's Laboratories I I I I I I I I I I I I I I I I I I I SYMBOLS. As Outlined On Drawings. END OF SECTION 01070 01070-2 I I I I I I I I I I I I I B I I I I I SECTION 01090 DEFINITIONS PART 1 GENERAL 1.01 RELATED DOCUMENTS. A. Drawings and general provisions of Contract, including General Provisions and Supplementary Conditions and other Division 1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF REQUIREMENTS. A. General. This section specifies procedural and administrative requirements for compliance with governing regulations, codes and standards imposed upon the Work. These requirements include obtaining permits, licenses, inspections, releases and similar documentation, as well as payments, statements and similar requirements associated with regulations, codes and standards. The term "Regulations" is defined to include laws, statues, ordinances and lawful orders issued by governing authorities, as well as those rules, conventions and agreements within the construction industry which effectively control the performance of the Work regardless of whether they are lawfully imposed by governing authority or not. B. Governing Regulations. Refer to General and Supplementary Conditions for requirements related to compliance with governing regulations. 1.03 DEFINITIONS. A. General Explanation: Certain .terms used in contract documents are defined in this article. Definitions and explanations contained in this section "are not necessarily complete, but are general for the Work to the extent that they are not stated more explicitly in another element of the contract documents. . B. General Requirements: Provisions and requirements of other Division 1 sections apply to the entire work of the Contract and, where so indicated, to other elements which are included in the project. C. Indicated: The term "indicated" is a cross-reference to -graphic representations, notes or schedules on the drawings, to other paragraphs or schedules in the specifications, and to similar means of recording requirements in contract documents. Where terms such as "shown", "noted", "scheduled", and "specified" are used in lieu of "indicated", it is for the 01090-1 I purpose of helping the reader locate the cross-reference, and no limitation of location is I intended except as specifically noted. D. Directed, Requested, Etc.: Terms such as "directed", "requested", "authorized", I "selected", "approved", "required", "accepted", and "permitted" mean "directed by the Engineer", "requested by the Engineer", and similar phrases. However, no such implied I meaning will be interpreted to extend the Engineer's responsibility into the Contractor's area of construction supervision. . E. Approve: Where used in conjunction with the Engineer's response to submittals, requests, applications, inquiries, reports and claims by the Contractor, the .term "approved" will be held to limitations of the Engineer's responsibilities and duties as specified in General and Supplementary Conditions. In no case will the Engineer's approval be interpreted as a release of the Contractor from responsibilities to fulfill requirements of contract documents or acceptance of the Work, unless otherwise provided by. requirements of the contract documents. F. Project Site: The term "project site" means the space available to the Contractor for performance of the Work, either exclusively or in conjunction with others performing other construction as part of the project. The extent of the project site is shown on the drawings. G. Furnish: The term "furnish" is used to mean "supply and deliver to the project site, ready for unloading, unpacking, assembly, installation, and similar operations." H. Install: The term "install" is used to describe operations at project site including the actual "unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning and similar operations." J. Installer: The "installer" is "the entity" (person or firm) engaged by the Contractor, its subcontractor or sub-subcontractor for performance of a particular element of construction at the project site, including installation, erection, application and similar required. operations. It is a requirement that installers are experienced in the operations they are engaged to perform. K. Testing Laboratories:. A "testing labo.ratory" is an independent entity engaged to perform specific inspections or tests of the Work, either at the project site or elsewhere, and to report, and (if required) interpret results of those inspections or tests. 1.04 SUBMITTALS. A. Permits, Licenses, and Certificates: For the Owner's records, "submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, and similar documents, correspondence and records established 01090-2 I I I I I I I I I I I I I I I I I I I in conjunction with compliance with 'standards and regulations bearing upon performance of the Work. PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION (Not Applicable) END OF SECTION 01090 01090-3 I - I I I I I I I I I I I I I" I I I I I SECTION 01150 MEASUREMENT AND PAYMENT 1.01 DESCRIPTION A. This section establishes the method of measurement and payment for work performed under this contract. B. Payment for work performed shall be made on a unit price basis in accordance with the accepted bid and the method of payment provided in the General Conditions. C. Related requirements in other parts of the Specification. 1. Bid (Proposal) 2. Agreement 3. Conditions of the Contract D. Related requirements specified in other sections. 1. Summary of Work - Section 01010 2. Submittals - Section 01300 3. Contract Closeout - Section 01700 E. No additional payment will be made for items of work for which a separate payment item is not specified herein or contained in the Bid Schedule;' such work being deemed incidental to the Project and payment for said work shall be considered as included in the various unit bid pnces. 1.02 APPLICATIONS FOR PAYMENT A. Submit Applications for Payment to the Engineer in accordance with the schedule. established by Conditions of the Contract and Agreement between Owner and Contractor. B. Format and Data Required. 1. Submit Applications for Partial Payment on the form required by Owner with itemized data typed on 8 1/2 inch x 11 white paper continuation sheets. 2. Provide itemized data on I?ontinuation sheet: Format, schedules, line items and values: Those of the Schedule of Values accepted by the Engineer. C. Preparation of Application for each Progress Payment 1. Application Form 01150-1 I (a.) NUMBER: Four copies of each Application. I I Fill in total list of all scheduled component items of work, with item number and the scheduled dollar value for each item. I I I I I I c. Execute certification with the signature of a responsible officer of the contract firm. 2. Continuation Sheets (a.) (b.) Fill in the dollar value' in each column for each scheduled line item when work has been performed or products stored. Round off values to the nearest dollar, or as provided in the bid. 3. List each Change Order executed prior to the date of submission, at the end of the continuation sheets. (a.) List by Change Order and description, as for an original component item of work. 4. Submit Applications for Payment to Owner at the times stipulated in the Agreement. D. SUBSTANTIATING DATA 1. When the Owner or Engineer require substantiating data, Contractor shall submit I suitable information with cover letter identifying: a. Project b. Application number and date c. Detailed list of enclosures (c.)For stored products: Item number Description of specific material. I and identification as shown on application. I I I 2. Submit one copy of data and cover letter for each copy of application. E. PREPARATION OF APPLICATION FOR FINAL PAYMENT 1. Fill in application form as specified for Progress payments. 2. Use continuation sheet for presenting the final statement of accounting as specified in I Section 01700 - Contract Closeout. 01150-2 I I I I I I I I I I I I I I I I I I I I I 1.03 CHANGE ORDER PROCEDURES A. Format and Data Required 1. Change Orders shall be prepared and submitted and will be processed in accordance with requirements of General Conditions and Funding Agency Requirements. 2. Engineer will transmit Certificate for Change to Owner and Agency for approval. 3. When Owner and Agency approval is received, Change Order will be included under next partial Application for Payment. 1.04 MEASURES AND WEIGHTS A. To aid the Owner in determining all quantities, the Contractor shall, whenever so requested, provide scales, equipment and assistance for weighing or for measuring any of the materials. B. It is understood and agreed that a "ton" shall mean the short ton of two thousand (2,000) pounds. C. Weights and measures of quantity for payment will be the actual weight or actual measure, and no special or trade or so-termed customary allowances will be made, nor will any material which is lost or misplaced be included for payment. D. For estimating quantities in which computation of areas by geometric methods would be comparatively laborious, it. is agreed that the planimeter shall be considered an instrument of precision to the measurement of such areas. E. Figured dimensions on drawings shall take precedence over measurement by scale, and detailed working drawings are to take precedence over general drawings and shall be considered as explanatory of them and not as indicating extra work. . END OF SECTION 01150 01150-3 I I I I I I I I I I I I I I I I I I I SECTION 01300 SUBMITTALS 1.01 GENERAL. A. SUBMITTALS BY CONTRACTOR. 1. Construction Progress Schedule: provide Bar Chart. 2. Certifications as specified in the various sections. 3. Shop Drawings: as specified in the various sections. 4. Operation and Maintenance Manual 5. Miscellaneous. 1.02 PRELIMINARY PROGRESS SCHEDULE. A. BAR-CHART SCHEDULE. Submit a bar-chart type progress schedule 10 working days prior to the preconstruction conference for Engineer's review. On the schedule, indicate a time bar for each major category or unit of work . to be performed at the site, properly sequenced and coordinated with other elements of work. Show completion of the work sufficiently in advance of the date established for substantial completion of the work. 1. Superimpose an S-curve on the schedule to show the "estimated" total dollar-volume of work performed at any date during the Contract Time, with a column of cost figures in the left hand margin ranging from zero to the Contract Sum. 2. Submittal Tabulation: With the bar-chart submittal, submit a tabulation, by date, of the submittals which are required during Construction Time. At the Contractor's option, submittal dates may be shown on the bar-chart schedule, in lieu of being tabulated. B. PHASING. Arrange schedule with notations to show how sequence of work is affected by requirements for phased completion, limitations of continued utilization, non-interruptable services, use prior to substantial completion, site restrictions, provisions for future work, seasonal variations, environmental control, and similar provisions of total project. Refer to other sections of Division 1 and other contract documents for requirements. 1. Distribution: Following the initial submittal to and response by the Engineer, print and distribute progress schedules to the Engineer (3 copies), Owner, separate contractors, the principal subcontractors and suppliers or fabricators, and others with a need-to-know schedule- compliance requirement. Post copies in the project meeting room and 01300-1 temporary field office. When revIsions are made, distribute updated issues to the same entities and post updated issues in the same locations. Delete entities from distribution when they have completed their assigned work and are not longer involved in the performance of scheduled work. C. UPDATE AND DISTRIBUTE COPIES OF SCHEDULE MONTHLY. 1.03 SHOP DRAWINGS AND PRODUCT DATA. A. Submit shop drawings, certifications, and product data for all products to be incorporated in the Work. B. Shop Drawings will: 1. Be original drawings, prepared by the Contractor, subcontractor, supplier or distributor, which illustrate some portion of the work; showing fabrication, layout, setting, or erection details. 2. Be prepared by a qualified detailer. 3. Identify details by reference to sheet and detail numbers shown on Contract Drawings. 4. Be sheet size 24 in. x 36 in. 5. Be reproduced for submittals on opaque diazo prints or blueprints. C. Product Data Will: 1. Include manufacturer's standard schematic drawings. The Contractor will: a. Modify drawings to delete information which is not applicable to project. b. Supplement standard information to provide additional information applicable to project. 2. Include manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations and other standard descriptive data. The Contractor will: a. Clearly mark each copy to identify pertinent materials or products. b. Show dimensions and clearances required. c. Show performance characteristics and capacities. D. The contractor will be responsibleJor all submittals and will: 1. Review Shop Drawings and Product Data prior to submission. 2. Verify: a. Field Measurements 01300-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I b. Field Construction criteria c. Catalog numbers and similar data 3. Coordinate each submittal with the requirements of the work and of the Contract Documents. 4. Notify the Engineer, in writing at time of submission, of deviations In submittals from requirements of the Contract Documents. 5. Begin no work which requires submittals until the return of submittals with the Engineer's stamp and initials or signature indicating review. 6. After the Engineer's review, distribute copies. E. Contractor's responsibility for errors and omissions in submittals IS not relieved by the Engineer's review of submittals. F. Contractor's responsibility for deviations in submittals from requirements of the Contract Documents is not relieved by the -Engineer's review of submittals, unless the Engineer gives written acceptance of specific deviations. G. Submission requirements will include: 1. The shop drawings shall be submitted in sufficient time to allow discussion and correction prior to beginning the work. Work shall not be performed nor materials ordered prior to the review of the drawings except at the Contractor's risk. 2. Submit three copies of all shop drawings after which one copy will be returned for correction or marked reviewed as noted. Any drawings returned for correction must be resubmitted in triplicate. ~ 3. All submittals must be accompanied by a transmittal letter, in duplicate, containing: ~I "I I I I a, Date b. Project title and number c. Contractor's name and address d. The number of each Shop Drawing and Product Data submitted e. Notification of deviations from Contract Documents f. Other pertinent data 4. Submittals shall include: 01300-3 a, Data and revision dates b. Project title and number c. The names of: (1) Engineer (2) Contractor (3) Subcontractor (4) Supplier (5) Manufacturer (6) Separate detailer when pertinent d. Identification of product or material e. Relation to adjacent structure or materials f. Field dimensions, clearly identified as such g. Specification section number h. Applicable standards, such as ASTM number or Federal Specification I. A blank space, 5 in. x 5 in., for the Engineer's stamp J. Identification of deviations from the Contract Documents k. Contractor's stamp, initialed or signed, certifying Contractor's review of submittal, verification of field measurements, and compliance with Contract Documents. H. Resubmission requirements shall include: 1. Revision of initial drawings as required and resubmittal, as specified, for initial submittal. 2. An indication on the drawings of any changes which have been made, other than those requested by the Engineer. 3. On Product Data submittals, include new data as required for initial submittal. After review and approval, the Contractor will distribute copies of Shop Drawings and Product Data which carry the Engineer's stamp to others as may be reql,Jired. I. Shop drawings and product data: 1. Submit notarized certifications cosigned by manufacturer/supplier and Contractor for: a. Storm drainage pipe, castings and structure materials b. Fencing components c. Concrete mix design d. Building Products e. All other products as required by Engineer. 01300-4 I I I I' I I I I I I I I I -- I" "- I "I '1 I I I I I I I I I I I I I I I I I I I I J. Equipment Manual. Prepare an Installation, Operation, and Maintenance. Manual for all airport lighting equipment installed as a part of this contract. This manual shall be a bound compilation of manufacturers' instructions and maintenance manuals. Prepare this manual, marking out sections which do not apply, and present four (4) copies to the Owner through the Engineer after the Final Inspection is complete. Final payment will not be processed until the Owner has received and accepted the Manual. The binder shall be a hard white virgin vinyl covered 3-ring type equal to Dennsion National Co. No. 68-019. Manuals shall include: 1. Parts list and diagrams of equipment. 2. Trouble shooting instructions 3. Lubrication and cleaning instructions. END OF SECTION 01300 " 01300-5 I I I I I I I I I I I I I I I I I I I SECTION 01400 QUALITY CONTROL SERVICES PART 1 GENERAL 1.01 RELATED DOCUMENTS: A. Drawings and general provIsions of Contract, including General Provisions and Supplementary Conditions and other Division 1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF REQUIREMENTS: A. General: 'Required inspection and testing services are intended to assist in the determination of probable compliance of the work with requirements specified or indicated. These required services do not relieve the ~ontractor of responsibility for compliance with these requirements or for compliance with requirements of the Contract Documents. B. Inspections, tests and related actions specified in this section and elsewhere in the Contract Documents are not intended to limit the Contractor's own quality control procedures which facilitate overall compliance with requirements of the Contract Documents. '\ C. Requirements for the Contractor to provide quality control services as required by the Engineer, the Owner, governing authorities or other authorized entities are not limited by the provisions of this section. . 1.03 RESPONSIBILITIES: A. Contractor Responsibilities: Contractor is responsible for his own quality control testing and inspection to insure the quality of his means and methods of construction will produce the specified quality of work, and for any tests and inspections required by regulatory agencies. Costs for'these services shall be included in the Contract Sum. The Contractor may employ and pay an independent agency, testing laboratory or other qualified firm to perform quality control services specified. . B. The Owner will engage and pay for the services of an independent agency to perform inspections and tests of materials for Quality Assurance. C. Retest Responsibility: Where results of required inspections, tests of similar services prove unsatisfactory and do not indicate compliance with the requirements of the Contract Documents, then retests are the responsibility of the Contractor, 01400-1 I regardless of whether the original test was the Contractor's responsibility. Retesting I of work revised or replaced by the Contractor is the Contractor's responsibility, where required tests were performed on original work. A. General: Upon completion of inspection, testing, -sample-taking and similar services performed on the work, repair damaged work to eliminate deficiencies. Protect work exposed by or for quality control service activities, and protect repaired work. Repair and protection is the Contractor's responsibility, regardless of the assignment of responsibility for inspection, testing or similar services. .1 D. Responsibility for Associated Services: The Contractor is required to cooperate with the . independ~nt agencies. .performi~g required inspections, tests and ~imilar "I' services. Provide such aUXIliary services as are reasonably requested. Notify the _ testing agency sufficiently in advance of operations to permit assignment of personnel. These auxiliary services include but are not necessarily limited to the I following: 1. Providing access to the work. 2. Taking samples or assistance with taking samples. I 3. Delivery of samples to test laboratories. 4. Security and protection of samples and test equipment at the project site. I I I I I I '1 I I I I- I I SCHEDULE OF SERVICES: 1.04 A. Schedule of Inspections and Tests: Each specification section identifies principal inspections, tests and similar services required by the Contract Documents. PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION 3.01 REPAIR AND PROTECTION: END OF SECTION 01400 01400-2 I I I I I I I I I I I I I I I I I, I I SECTION 01510 TEMPORARY FACILITIES 1.01 DESCRIPTION. A. Contractor shall furnish, install and maintain temporary facilities required for construction; remove on completion of Work. B. Related requirements specified in other sections: The respective Sections of the Specifications. 1.02 REQUIREMENTS OF REGULATORY AGENCIES. A. Comply with national electric code. B. Comply with Federal, State, and Local codes and regulations and with utility company requirements. 1.03 MATERIALS, GENERAL. A. Materials may be new or used, but must be adequate in capacity for the required usage, must not create unsafe conditions, and must not violate requirements of .applicable codes and standards. - -- 1.04 TEMPORARY ELECTRICITY AND LIGHTING. A. Provide temporary.' electrical service required for power, lighting, and field offices, and pay all costs for service and for power used. 1.05 TEMPORARY WATER. A. Provide water for construction purposes; pay all costs for installation, maintenance and removal, and service charges for water used. B. The site is served by a municipal water system. The Contractor shall provide and pay all costs for water required for the performance of the work. 1.06 TEMPORARY SANITARY FACILITIES. A. Provide sanitaiy facilities in compliance with laws and regulations. B. Service, clean and maintain facilities and enclosures. 0151 0-1 1.07 TEMPORARY SUPPORT FACILITIES. I I A. General: Provide a reasonably neat and uniform appearance in temporary Support I Facilities acceptable to the Engineer and the Owner. B. Locate field offices, storage and fabrication sheds and other support facilities for I easy access to the Work. Position offices so that windows give the best possible _ view of construction activities. C. Maintain field offices, storage and fabrication sheds, temporary sanitary facilities, I waste collection and disposal systems, and project identification and temporary signs until near substantial completion, I D. Access Roads: 1. Location of access roads will be approved by the Engineer and will be set to I minimize conflict with the Airport operations and shall be maintained, be well I' defined and be confined to the minimum area required. . 2. The Contractor shall construct the access roads and shall maintain the roads as . required to create no dust. All project traffic must be routed through these I areas. The Contractor shall provide all markings required to clearly define the. access roads. 3. The Contractor may be required to obtain driveway permits for certain access .1- '. roads. If access roads cross a utility, the Contractor shall protect the utility as . directed by the owner of the utility. 4. There shall be no direct payment for the construction, maintenance, and removal 1- of access roads. " A. Maintain and operate systems to assure continuous service. I I 1.08 EXECUTION, GENERAL. 1.09 REMOVAL. A. Completely remove temporary materials and equipment when their use is no longer I required. B. Clean and repair damage caused by temporary installations or use of temporary I facilities. 01510-2 I I I I END OF SECTION 01510 I I, I I I I, I I I I I I I I I I I I I SECTION 01600 MATERIAL AND EQUIPMENT 1.01 GENERAL. A. ALL MATERIAL AND EQUIPMENT (PRODUCTS) INCORPORATED INTO THE WORK SHALL: 1. Conform to applicable specifications and standards. 2. Comply with size, make, type and quality specified, or as specifically approved in writing by the Engineer. 3. Manufactured and fabricated products: J a, Design, fabricate and assemble in accord with the best engineering and shop practices. b. Manufacture like parts of duplicate units to standard sizes and gages, to be interchangeable. c. Products shall be suitable for service conditions. d. Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. 4. Do not use material or equipment for any purpose other than that for which it is designed or is specified. B. RELATED REQUIREMENTS IN OTHER PARTS OF THE PROJECT MANUAL: 1. Conditions of the Contract. c. STANDARDIZATION: 1. Unless otherwise approved by the Engineer, items and equipment of a similar type and function shall be furnished by one manufacturer to standardize on replacement parts, service calls, operation and maintenance matters and to avoid a division of responsibility among several manufacturers. 2. A single supplier shall be used on principal items of equipment and systems where one' or more components are not manufactured by the principal supplier to place performance and service responsibilities for the entire unit or system with only one supplier or manufacturer. 01600-1 1.02 PRODUCT SUBSTITUTIONS AND OPTIONS. A. PRODUCTS LIST: 1. Contractor shall submit a complete list of products to be incorporated into the work (with the name of the installing contractor) at the Preconstruction conference required by these specifications. B. CONTRACTOR'S OPTIONS: 1. For products specified only by reference standard, select any product meeting that standard. 2. For products specified by naming several products or manufacturers, select anyone of the products or manufacturers named, which complies with the specifications. 3. Airport lighting and materials covered by FAA specifications require prior approval of the FAA and shall be listed in Advisory Circular 150/5345-1, "Approved Airport Lighting Equipment". Select any FAA approved equipment. C. PRODUCT SPECIFICATIONS: 1. Contractor shall submit, at the Preconstruction Conference, all requests for product substitutions. No requests for substitutions will be accepted from manufacturers or suppliers. 2. Submit a separate written request for each product, supported with complete data, with drawings and samples as appropriate, including: a. Comparison of the qualities of the proposed substitution with that specified. b. Changes required in other elements of the work because of the substitution. c. Effect on the construction schedule. d. Cost data comparing the proposed substitution with the product specified. e. Any required license fees or royalties. f. Availability of maintenance service, and source of replacement materials. 01600-2 I ,I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1. Engineer shall be the judge of the equality and acceptability of the proposed substitution. 2. If Engineer determines the proposed substitute product is not "equal" to the specified product, the Contractor must provide the specified product, subject to Engineer's shop drawing review and approval. \' 3. No further requests for substitutions will be considered after Preconstruction Conference. D. CONTRACTOR'S REPRESENTATION: 1. A request for a substitution constitutes a representation that Contractor; a. Has investigated the proposed product and determined that it is equal to or superior in all respects to that specified. b. Will provide the same warranties or bonds for the substitution as for the product specified. c. Will coordinate the installation of an accepted substitution into the work, and make such other changes as may be required to make the work complete in all respects. d. Waives all claims for additional costs, under his responsibility, which may subsequently become apparent. E. Engineer will review requests for substitutions with reasonable promptness and notify Contractor, in writing, of the decision to accept or reject the requested substitution. 1.03 MANUFACTURER'S INSTRUCTIONS. A When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, ,Contractor shall obtain and distribute copies of such instructions to parties involved in the installation, including copies to Engineer. 1. Maintain one set of complete instructions at the job site during installation and until completion. B. Handle, install, connect, clean, condition, and adjust products in strict accord with such instructions and in conformity with specified requirements. 1. Should job conditions . or specified requirements conflict with manufacturer's instruction, consult with Engineer for further instructions. 01600-3 2. Do not proceed with work without clear instructions: C. Perform work in accord with manufacturer's instructions. Do not omit any preparatory step or installation procedure unless specifically modified or exempted by Contract Documents. 1.04 TRANSPORTATION AND HANDLING. A. Contractor shall arrange deliveries of products in accord with construction schedules, coordinate to avoid conflict with work and conditions at the site. 1. Deliver products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact and legible. 2. Immediately on delivery, inspect shipments to assure compliance with requirements of contract documents and approved submittals, and that products are properly protected and undamaged, B. Provide equipment and personnel to handle products by methods to prevent soiling or damage of products or packaging. 1.05 STORAGE AND PROTECTION. A. Store products in accord with manufacturer's instructions, with seals and labels intact and legible. 1. Store products subject to damage by the elements in weathertight enclosures, 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. B. Exterior Storage. 1. Store fabricated products above the ground, on blocking or skids, prevent soiling or staining. Cover products which are subject to deterioration with impervious sheet coverings, provide adequate ventilation to avoid condensation. 2. Store loose granular materials in a well-drained area on solid surfaces to prevent mixing "with foreign matter. 01600-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I c. ARRANGE STORAGE IN A MANNER TO PROVIDE EASY ACCESS FOR INSPECTION. Make periodic inspections of stored products to assure that products are maintained under specified conditions, and free from damage or deterioration. D. PROTECTION AFTER INSTALLATIONS. 1. Provide substantial coverings as necessary to protect installed products from damage from traffic and subsequent construction operations. Remove when no longer needed. END OF SECTION 01600 01600-5 I I I I I I I I I I I I I I I I I I I SECTION 01700 CONTRACT CLOSEOUT 1.01 GENERAL. A. Comply with requirements stated in conditions of the contract and in specifications for administrative procedures in closing out the work. B. Related requirements in other parts of the Project Manual: 1. Fiscal provIsions, legal submittals and additional administrative requirements: Conditions of the contract. C. Related Requirements Specified in Other Sections. 1. Closeout submittals required of trades: The respective sections of specifications. 1.02 SUBSTANTIAL COMPLETION. A. The conditions and procedures for inspection; and Contractor's, Engineer's and Owner's responsibilities pertaining to Substantial Completion are as specified in of the General Conditions. 1.03 FINAL INSPECTION. A. Shall be in accordance with conditions and procedures outlined in the General Provisions. B. When Engineer finds that the work is acceptable under the Contract Documents, he will request required Contractor's Closeout Submittals. 1.04 REINSPECTION FEES. A. Should Engineer perform reinspections due to failure of the work to comply with the claims of status of completion made by the Contractor: 1. Owner will compensate Engineer for such additional services. 2. Owner will deduct the amount of such compensation from the final payment due the Contractor. 01700-1 END OF SECTION 01700 I I I I I I I I I 1.05 CONTRACTOR'S CLOSEOUT SUBMITTALS TO ENGINEER. A. Evidence of payment and release of liens: To requirements of General and Supplementary Conditions. B. Certificates of Insurance for products and completed operations. C. Warranties and Bonds: To requirements of Section 01740. D. Evidence of compliance with requirements of governing authorities: 1. Certificates of Inspection. E. Project Record Documents: to requirements of Section 01720. 01700-2 . . I I I I I I I I I I I I I I I I I I I I I I I I I I I I SECTION 01710 CLEANING AND DISPOSAL PART 1 GENERAL 1.01 DESCRIPTION. A. Contractor shall execute cleaning during progress of the work and at completion of the work, as required by General Provisions. 1.02 DISPOSAL REQUIREMENTS. A. Conduct cleaning .and disposal operations to comply with all local, state and federal codes, ordinances, regulations, and anti-pollution laws. B. Disposal of waste soil materials may be onsite or off-site at approved locations, at Contractor's option. C. Contractor shall be responsible for arranging for and obtaining off-site disposal areas, including payment for all costs associated with such disposal. 1.03 SUBMITTALS. A. Prior to beginning work, submit a plan for the satisfactory disposal of all waste materials and debris. PART 2 PRODUCTS 2.01 MATERIALS. (Not Used.) PART3 EXECUTION 3.01 CLEANING. A. Execute periodic cleaning to keep the Work, the site and adjacent properties free from accumulations of waste materials, rubbish and windblown debris, resulting from . construction operations. B. Provide on-site containers for the collection of waste materials, debris and rubbish. C. Remove waste materials, debris and rubbish from the site periodically and dispose of at approved locations. END OF SECTION 01710. 01710-1 I I I I I I I I I I I I I I I I I I I 1.01 1.02 1.03 SECTION 01720 PROJECT RECORD DOCUMENTS GENERAL. A. Contractor shall maintain at the site as specified herein for the Owner one record copy of: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change orders and other modifications. 5. Engineer field orders or written instructions. 6. . Approved shop drawings, product data and samples. 7. Field test records. B. Related requirements in other parts of the Project Manual: 1. Conditions of the Contract. MAINTENANCE OF DOCUMENTS AND SAMPLES. A. Store documents and samples in Contractor's field office apart from documents used for construction. B. File documents and samples in accordance with data filing format of the ConstruGtion Specifications Institute - MASTERFORMA T. C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. D. Make documents and samples available at all times for inspection by Engineer. RECORDING.. A. Stamp or label each document "PROJECT RECORD" in 3/4" letters. B. During the daily progress of the Work, the job superintendent for the Contractor shall record information concurrently with construction progress. 01720-1 1. Do not conceal any work until required information is recorded. c. Drawings: legibly mark to record actual construction In the color codes designated by the Engineer. D. Record Information includes but is not limited to the following: 1. Depths of various elements of foundation in relation to finish reference datum. 2. Horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. 4. Field changes of dimension and detail. 5. Changes made by field order or by change order. 6. Details not on original Contract Drawings. D. Specifications and addenda; legibly mark each section to record: 1. Manufacturer, trade name, catalog number, and supplier of each product and item of equipment actually installed. 2. Changes made by field order or by change order. E. All horizontal control dimensions shall be to the nearest tenth of a foot. Elevations shall be to the nearest one-hundredths of a foot. 1.04 SUBMITTAL. A. At the close of the job and prior to receipt of final payment, the Contractor shall deliver to Engineer for Owner one complete set of Record Documents. B. Accompany submittal with transmittal letter containing: 1. Date. 2. Project title and number. 3. Contractor's name and address. 4. Title and number of each record document. 5. Signature of Contractor or his authorized representative. END OF SECTION 01720. 01720-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I .. SECTION 01740 WARRANTIES AND BONDS 1.01 GENERAL. A. Contractor shall: 1. Compile specified warranties and bonds. 2. Compile specified service and maintenance contracts. 3. Co-execute submittals to verify compliance with Contract Documents. 4. Review submittals to verify compliance with Contract Documents. 5. Submit to Engineer for review and transmittal to Owner. 6. Related requirements in other parts of the Project Manual: a) Bid Bonds: Instructions to bidders. b) Performance B~nd and Payment Bond: conditions of the contract. c) General warran'ty of construction: conditions of the contract. B. Related Requirements Specified in other Sections: 1. Contract closeout: Section 01700 2. Equipment Manuals: Section 01300 3. Warranties and Bonds required for specific products: Each respective section of specifications as listed below. 1.02 SUBMITTAL REQUIREMENTS. A. Assemble warranties, bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers, and subcontractors. The contractor shall warrant that all labor and materials furnished and work performed are in accordance with the Contract Documents and authorized modifications thereto, and will be free from defect due to defective materials or" workmanship for a period of one year from Date of Substantial Completion. Should any defect develop during the warranty period due to improper materials, workmanship or arrangement, the defect shall, upon written notice by the Owner, be made good by the Contractor at no expense to the Owner. B. Number of original signed copies required: Two (2) each. c. Table of Contents: . Neatly typ~d, in orderly sequence. Provide complete information for each item. 1. Product or work item. 01740-1 2. Firm, with name of principal, address and telephone number. 3. Scope. 4. Date of beginning of warranty, bond or service and maintenance contract. 5. Duration of warranty, bond or service maintenance contract. 6. Provide information for Owner's personnel: a. Proper procedure in case of failure. b. Instances which might affect the validity of warranty or bond. 7. Contractor, name of responsible principal, address and telephone number. 1.03 FORM OF SUBMITTALS. A. Prepare in duplicate packets. B. Format: 1. Size 8 1/2 inches x 11 inches,' punch sheets for 3-ring binder. a. Fold larger sheets to fit into binders. 2. Cover: Identify each packet with typed or printed title "WARRANTIES AND BONDS." List: a. Project title and number, b. Owner's name. c. Contractor's name and address. C. Binders: Commercial quality, 3-ring, with durable and cleanable plastic covers. 1.04 TIME OF SUBMITTALS. A. Submittals within ten (10) days after date of Substantial Completion, and prior to final request for payment. B. For items of work, where acceptance is delayed materially beyond the date of substantial completion, provide updated submittal within ten (10) days after acceptance, listing the date of acceptance as the start of the warranty period. 1.05 SUBMITTALS REQUIRED. A. Submit warranties, bonds, service and maintenance contracts as specified in the respective sections of specifications. END OF SECTION 01740 01740-2 I I I I I I I I I I I I I I I I I I I I I I I I -I I I I I I I I I I I I I I ... ITEM P-607 JOINT AND CRACK PREPARATION AND SEALING DESCRIPTION 607 -1.1 This item shall consist of providing and installing a resilient and adhesive crack sealing filler capable of effectively sealing cracks in asphaltic pavements. MATERIALS 607 -2.1 CRACK SEALERS. Crack sealing materials shall meet the requirements of either of the materials specified in Table 1. Each lot or batch of sealing compound shall be delivered to the job site in the manufacturer's original sealed container. Each container shall be marked with the manufacturer's name, batch or lot number, and the safe heating temperature and shall be accompanied by the manufacturer's certification stating that the compound meets the requirements of this specification. TABLE 1 The Engineer shall specify one or more of the following: ASTM D 3405 Joint Sealants, Hot-Poured, for Concrete and Asphalt Pavements ASTM D 3581 Joint Sealant, Hot-Poured, Jet-Fuel-Resistant Type, for Portland Cement Concrete and Tar-Concrete Pavements. CONSTRUCTION METHODS 607 -3.1 TIME OF APPLICATION. Cracks shall be sealed as soon after completion of the cleaning, as feasible and before the pavement is opened. to traffic, including construction equipment. The pavement temperature shall be above 40 F (4 C) at the time of installation of the crack sealing material. 607-3.2 PREPARATION OF CRACKS. Immediately before sealing, the cracks shall be thoroughly cleaned of all laitance and other foreign material. Cracks to be filled shall be cleaned of all loose or foreign material. Routing will be necessary where cracks are % inch or larger, or where the edges are loose and raveled. Where vegetation exists in cracks, the vegetation shall be removed and the cracks cleaned to a depth of two inches. Hot compressed air at 30000 F at 3000 feet per second will be used at all times to blast out any vegetation, dirt, dampness and loose materials from the cracks. Those cracks P-607 -1 shall be treated with a concentrated solution of a herbicide as approved for this use. The crack faces shall be surface dry when the seal is applied. 607 -3.3 INSTALLATION OF SEALANTS. Cracks shall be inspected and shall be approved by the Engineer before sealing is allowed. The crack sealant shall be applied uniformly solid ~rom bottom to top and shall be filled without formation of entrapped air or voids. The heating kettle shall be an indirect heating type, constructed as a double boiler. A positive temperature control and mechanical agitation shall be provided. The sealant shall not be heated to more than 20 F (-11 C) below the safe heating temperature. The safe heating temperature can be obtained from the manufacturer's shipping container. A direct connecting pressure type extruding device with nozzles shaped for insertion into the crack shall be provided. Any sealant spilled on the surface of the pavement shall be removed immediately. MEASUREMENT AND PAYMENT 607 -4.1 Crack sealing shall be measured by the linear meter of sealant In place, complete, and accepted. BASIS OF PAYMENT 607 -5.1 Payment for crack sealing shall be made at the contract unit price per linear meter. The price shall be full compensation for furnishing all materials, for all preparation, delivering, and placing of these materials, and for all labor, equipment tools, and incidentals necessary to complete the item. Payment will be made under: Item P-607 -5.1 Joint and Crack Preparation and Sealing -- per linear meter MATERIAL REQUIREMENTS ASTM D 3405 Joint Sealants, Hot-Poured, for Concrete and Asphalt Pavements ASTM D 3581 Joint Sealant, Hot-Poured, Jet-Fuel-Resistant Type, for Portland Cement Concrete and Tar-Concrete Pavements. END OF ITEM P-607 P-607-2 I I I I I I I I I I I I I I I I I I I