Loading...
HomeMy WebLinkAbout125-82 RESOLUTION• Plori RESOLUTION NO A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH McCLELLAND CONSULTING ENGINEERS, INC. FOR ENGINEERING SERVICES NECESSARY FOR CONSTRUCTION OF AN ACCESS ROAD TO SERVE THE EAST SIDE OF THE FAYETTEVILLE MUNICIPAL AIRPORT. BE IT RESOLVED BY THE BOARD OF 'DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: 4. That the Mayor and City. Clerk are hereby authorized and directed to execute a contract -with McClelland Consulting Engineers, Inc. for engineering services necessary to con- struct an access road to serve the east side of Drake Field. A copy of the contract authorized for execution hereby is: attached hereto,' marked.Exhibit "A", and made:a part'hereef. PASSED AND APPROVED this /9# day of ,Lt'�ZJ,9.e. ,. 1982. -00 ti • Sid ail I pa. I4 no. ty 7 2 u ATTEST-:`tt .A7 eer By: City Clerk APPROVED: . .. AGREEMENT FOR ENGINEERING SERVICES THIS AGREEMENT, made this 3rd day of November 1982, by and between the CITY OF FAYETTEVILLE, ARKANSAS, hereinafter referred to as the OWNER, and McCLELLAND CONSULTING ENGINEERS, INC., Fayetteville, Arkansas, hereinafter referred to as the ENGINEER. The OWNER desires to construct site improvements for an automobile access road at the Fayetteville Municipal Airport, known as Drake Field, situated in the City of Fayetteville, Washington County, State of Arkansas, and the Engineer agrees to perform the professional engineering services required for same. This work is to be performed in conjunction with the Federal Aviation Administration Grant AGREEMENT for Project No. 3-05-0020-03. WITNESSETH: That for and in consideration of the mutual covenants and agreements between the parties hereto, it is hereby agreed: SECTION A - ENGINEERING SERVICES That the ENGINEER shall furnish basic engineering services as follows: 1. Arranging and coordinating meetings with the Federal Aviation Administration to facilitate execution, review, and approval of the work. 2. Providing topographic mapping of the immediate planning area to include: A. A map of the vicinity topography, at a scale of 1" = 50', with 1' contour intervals. B. Cross-sections at approximately 50 -foot stations. 3. Mapping all known existing underground utilities, structures, etc. in the immediate area. 4. Designing and specifying site earthwork, site drainage and related site work, including a • • • bridge -type culvert, required to construct site improvements for an airport access road approximately 3,100 linear feet in length. 5. Formulating construction cost estimates for all proposed developments associated with the work, said estimates being related to the proposed schedule of development and based upon forecasted construction costs. The ENGINEER has no control over prices of labor, equipment and supplies, or of the Contractor's method of determining prices, and therefore does not guarantee any cost estimate provided to the OWNER. Said estimates will be basedupon experience, judgment and latest prices bid for similar work. 1 ; 6. Prior to the advertisement for bids, the ENGINEER will provide no more than seven ,(7) copies of detailed plans, specifications, and contract documents for approval and use by the•OWNER arid the Federal Aviation Administration. The cost of no more than seven (7) copies of such plans, specifications, and contract documents shall be included in the basic compensation paid to the ENGINEER. Additional sets will be furnished at the cost of reproduction, in the event they are requested. 7. The ENGINEER will furnish additional copies of plans, specifications and contract documents as required by prospective bidders, material suppliers, and other interested parties, but may charge for the actual cost of such copies. Original documents, tracings, and the like, except those previously owned by the ENGINEER, are and shall remain the property of the OWNER. 8 The plans prepared by the ENGINEER under the provisions of Section A shall be in sufficient detail to permit the actual location of the proposed improvements on the ground, and shall be sufficient for the bidders to formulate intelligent bids for construction of every detail of the project. 9. The ENGINEER will commence the work within ten (10) days from the approval of this contract by the Federal Aviation Administration, and will have Plans and Specifications completed within sixty (60) calendar days therefrom. (2) • 10. The Engineer further agrees to obtain and maintain at the ENGINEER'S expense, such insurance as will protect him and the OWNER from claims under the" Workman's. Compensation Act.and from all claims for bodily injury,, death, or property damage which may - arise from the negligent performance by the ENGINEER or by the ENGINEER'S employees', of,.the ENGINEER'S functions.and services required %under this AGREEMENT, such insurance being that normally covered by, General Liability,. and Public Liability/Property Damage Insurance. 11. The ENGINEER will perform soils investigations as deemed necessary. 12. The ENGINEER will attend the bid opening and tabulate the bid proposals, make an analysis of the bids, and make recommendations for awarding contracts for construction. 13. The ENGINEER will check and approve any necessary shop and working drawings furnished by Contractors. 14. The ENGINEER will interpret the intent of the plans and specifications to protect the OWNER against defects and deficiencies in construction on the part of the contractors. The ENGINEER will not, however, guarantee the performance by any contractor. 15. The ENGINEER will provide horizontal and vertical control for all structures in the form of bench marks or reference points to be used by the contractor in performing the construction. 16. The ENGINEER will review and approve estimates for progress and final payments. 17. The ENGINEER will make final review of all construction and a written certification of same to the Owner. 18. The ENGINEER will provide the OWNER and the Federal Aviation Administration with three (3) sets and two (2) sets respectively, of "AS -BUILT" prints at no additional cost to the OWNER. (3) • • 19. The ENGINEER will provide general construction observation on a periodic basis as dictated by major construction events or at the request of the OWNER or by the Contractor. The performance hereunder and the compensation set forth in Section B, Paragraph 2 are based on a construction period not exceeding sixty (60) calendar days. In the event that the construction phase of the project exceeds this stated period, the ENGINEER shall be due extra compensation from; the OWNER based on actual'man-hours expended and the hourly rates set forth in Section C. 20. In order to maintain control during the construction phase, the ENGINEER will perform such laboratory and/or field tests as deemed necessary. The extent of such testing will be determined by conference with the OWNER and/or representatives of the Federal Aviation Administration. 21. The OWNER shall secure and guarantee the right of entry of the ENGINEER to the site to perform the work. Since the OWNER does not currently own the land where the work is to be done, he shall coordinate proposed design activities with the actual property owner(s) on the ENGINEER'S behalf. SECTION B - COMPENSATION FOR ENGINEERING SERVICES That the OWNER shall compensate the ENGINEER for engineering services based upon the following schedule: 1. DETAILED PLANNING & DESIGN: For all services described in section A, Paragraphs 1 through 11, the sum of twelve thousand, two hundred dollars ($12,200.00). Compensation for services performed under Section A, Paragraphs 1 through 11 shall be made in accordance with monthly billings by the ENGINEER which reflect the percentage of work completed to date. However, the final $1,220 will be retained by the OWNER until the plans and specifications have been approved by the OWNER and the Federal Aviation Administration. 2. CONSTRUCTION OBSERVATION: For the performance of services in Section A, Paragraphs 12 through 19, the sum of six thousand, three hundred, twenty-five dollars ($6,325). Compensation for services performed under Section A, paragraphs 12 through 19 shall be due and payable in monthly installments, based upon the effort expended by the ENGINEER (4) • • 4 per records of time worked and direct'expenses incurred, the final 10% to be retained by the Owner until completion and final acceptance of the construction work. 3. CONSTRUCTION MATERIALS TESTING: For the performance of services in Section A, Paragraph 20, the following schedule will apply: Concrete Compressive Testing, per cylinder Air Entrainment Test Proctor Curve, Modified Proctor Curve, Standard Density Testing, In Place Gradation, Dry Sieve Gradation, Wet Sieve $ 10.00/each 5.00/each 90.00/each 70.00/each 13.50/each 5.00/sieve 15.00/sieve The estimated maximum fee for the construction materials testing is one thousand, one hundred dollars ($1,100) and it is agreed that this fee will not be exceeded without the prior written approval of the OWNER. It is also agreed that the costs for all tests which fail to meet the construction specification requirements shall be borne by the Contractor, and the construction specifications will so state. Compensation for the construction materials testing work shall be due and payable on a monthly basis, after submission of reports of testing performed during each month. SECTION C - ADDITIONAL ENGINEERING SERVICES The OWNER may wish to increase the engineering services herein to include those services not specifically included hereinbefore in the scope of this contract. A partial listing of such "additional engineering services" includes: 1 Property boundary surveys or additional surveys of any type. 2 That required for additional construction work. It is likely that the OWNER may receive additional funding from FAA to proceed with the balance of design and construction work on the access road (pavement, curb and gutter, etc.). The ENGINEER agrees to provide related additional engineering services for the following additional fees: (5) • • A. Detailed Planning and Design: $3,600 (lump sum) B. Construction Observation: $2,375 (lump sum) C. Construction Materials Testing: $1,300 (estimate) 3. Legal descriptions. 4. Easements. 5. Overtime engineering. 6. Work re -done, not as a result of the ENGINEER'S omissions or commissions. In the event that additional engineering services are needed, it is mutually agreed that compensation for such services shall be determined by the following hourly rate and unit price schedule, if compensation is not otherwise specifically called out in this AGREEMENT: ENGINEERING: Principal Engineer Project Coordinator Project Engineer Assistant Project Engineer Resident Engineer/Inspector FIELD PERSONNEL: Three-man party (Surveying) Two-man party Lab Technician DRAFTSMAN: Senior Draftsman Junior Draftsman OFFICE PERSONNEL: Secretarial/Clerical (6) $ 70.00/hour 50.00/hour 40.00/hour 30.00/hour 37.50/hour 46.00/hour 35.00/hour 28.00/hour 28.00/hour 20.00/hour 18.00/hour • • ASPHALT TESTS 3 - Marshall Specimen 3 - Unit Weight 3 - Stability 1 - Asphalt Content 1 - Gradation • • 250.00/Sample (total) SECTION D - OWNER'S REPRESENTATIVE The OWNER agrees to designate one person to act as his representative during this project and to be responsible for coordinating the work with the ENGINEER. SECTION E - ACCESS TO RECORDS It is further agreed that the OWNER, the Federal Aviation Administration, the Comptroller General of the United States, or any of their duly authorized representatives, shall have access to any books, documents, papers and records of the ENGINEER which are directly pertinent to the work hereunder, for the purpose of making audit, examination, excerpts and/or transcriptions. Records under this Section shall be maintained and made available during performance on FAA grant work under this AGREEMENT and until three years from date of final FAA grant payment for the project. In addition, those records which relate to any "Dispute" appeal under an FAA grant agreement, or litigation, or the settlement of claims arising out of such performance, or costs or items to which an audit exception has been taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. SECTION F - EQUAL OPPORTUNITY In accordance with Executive Order 11246, entitled "Equal Employment Opportunity", as amended by Executive Order 11375, and as supplemented in Department of Labor Regulations, the ENGINEER agrees that he will not discriminate against any employee or applicant for employment because of race, religion, age, color, sex, or national origin. SECTION G - TERMINATION In the event the ENGINEER, due to causes beyond his control, shall become unable to complete the contract provisions herein, the OWNER, after receipt of written notification from the ENGINEER, may void the contract and employ another engineer to (7) • complete the work. In such event, all notes, calculations, drawings, specifications and all other data developed and accumulated by the ENGINEER pertaining to the work hereunder shall be released to the OWNER for the OWNER'S disposition. Compensation due the ENGINEER will be determined by hourly rates established in Section C,.of this AGREEMENT. In the event.that the OWNER shall decide not to continue the project after this AGREEMENT has'been executed, hershall provide written notification to the ENGINEER. In such event, all notes, calculations, drawings, specifications, and all other data developed and accumulated by the ENGINEER pertaining to the work hereunder shall be released to the OWNER for his disposition. Compensation under this circumstance shall be due the ENGINEER at the hourly rates and unit prices established in Section C of this AGREEMENT, effective through the date of written notification to the ENGINEER of project termination. In the event the ENGINEER shall breach the contract hereunder, shall fail to perform the delineated tasks hereunder, or shall not perform the contract in a manner suitable to the OWNER, the OWNER may terminate this contract by written notice, effective at the time of receipt of notice by the ENGINEER. In such event, all notes, calculations, drawings, specifications and all other data developed and accumulated by the ENGINEER pertaining to the work hereunder shall be released to the OWNER for the OWNER'S disposition. Compensation due the ENGINEER under any one of the circumstances stated will be determined by the unit prices established in Section C, hereunder, with the added provision that such compensation shall not exceed the arithmetic difference between the contract price hereunder and the total monies actually to be paid another engineer who has been employed to complete the work. It is expressly agreed that the basis for this contract lies in the mutual confidence existing between the OWNER and the ENGINEER. Therefore, it is the intent that this contract shall be continued and consummated by the parties hereto. The termination paragraphs herein are provided in the unlikely event such described conditions should occur. SECTION H - ACKNOWLEDGEMENTS In executing this contract the ENGINEER acknowledges that he has visited the site of the work, that he is familiar with the conditions and characteristics of the site, and that he fully understands the nature, extent and character of the project and (8) • • the time limitations placed thereupon. He further states that he has discussed the proposed work with the representative of the OWNER. The ENGINEER hereby states that he has and will comply with the requirements specified in Title IV of the Civil Rights Act of 1964 and in CFR Part 7. The ENGINEER hereby states that he has performed planning and design engineering on previous airport projects, as well as other projects of a similar nature, that through his laboratory facilities, he has previously performed pertinent work on other airport projects, as well as other -projects of a similar nature, and that he has the staff and "capabilities to perform the work described herein, in a professional and timely manner. • This AGREEMENT shall inure to the benefits of and be binding upon legal representatives and successors of the parties respectively and shall become effective upon execution. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this AGREEMENT in duplicate on the date heretofore stated. (9) • • r � r • 1 ts _ 4 pJOW r, +y (SEAL) 1 l�ATTEST:'A,*?: ByAts\t: Type Name v Olivia Kelly f Title City Clerk TypeName Maurice A. McClelland Title Sec'y - Treas. OWNER: CITY O FAYETT .v By Type Name. Title Paul R. Noland Mayor ENGINEER: McCLELLAND CONSULTING ENGINEERS, INC. (10) yp Name J. E. McClelland tle President • • • 'APPENDIX A TO AGREEMENT FOR ENGINEERING SERVICES • • • Airport Development Aid Project Numbers 3-05-0020-03 State of Arkansas CERTIFICATION OF ENGINEER • I hereby certify that I am the President and duly authorized representative of the firm of McClelland Consulting Engineers, Inc., whose address is 1810 North College Avenue, Fayetteville, Arkansas, and that neither I nor the above firm I hereby represent has: a. employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration, any firm or person (other than a bona fide employee working solely for me or the above consultant) to solicit or secure this contract, b. agreed, as an express or implied condition for obtaining this contract, to employ or retain the service of any firm or person in connection with carrying out the contract, or paid or agreed to pay any firm, organization, or person (other than a bona fide employee working solely for me or the above consultant) any fee, contribution, donation, or consideration of any kind for, or in connection with, procuring or carrying out the contract. I acknowledge that this certificate is to be furnished to the Federal Aviation Administration of the -United States Department of Transportation,i in connection with .this contract involving participation of Airport' Development Aid Program (ADAP) funds and is subject to applicable state and federal laws, both criminal and civil. s November 3 , 1982 // McClelland, McPresi t FAYETTEVILLE, ARItAITSAS OFFICE OF CITY CLERK P. 0. DRAWER F 72701 15011 521-7700 • November 3, 1982 Mr. Johnny Quinn, P.E. Project Coordinator McClelland Consulting Engineers, Inc. 1810 N. College Avenue Fayetteville, Arkansas 72701 Re: Proposed Contract for Engineering Services - Airport Access Road Dear M>r. Quinn: Enclosed is a copy of the executed contract referenced above. I have taken the liberty of sending a copy to Ms. FHe Hogue and I have mailed off the copy to the FAA, while retaining a copy. If I may be of further assistance, please don't hesitate to contact me. /oak Att. cc: Ms Ede Hogue Airport Manager Sincerely, Olivia Kelly City Clerk FAYETTEVILLE, ARKANSAS P. 0. DRAWER F 72701 November 2, 1982 Mr. Bob A. Smith, Chief Federal Aviation Administration FAA Bldg., Room 204 Wiley Post Airport Bethany, Oklahoma 73008 Re: Contract for Engineering Services Airport Access Road, Drake Field, Fayetteville Project No. 3-05-0020-03 Dear Mr. Smith: 1501] 521-7700 Enclosed herewith is a copy of the referenced contract. Please notify us after your review has been completed in order that we may proceed with the design phase of the project as soon as possible. Your assistance in this matter is appreciated. Sincerely, Paul Nol nd, Mayor IR LTA • McCLELLAND CONSULTING ENGINEERS INC: Environmental and Materials Testing Civil Environmental and Chemical En•ineerinq Consulting LITTLE ROCK FAYETTEVILLE JAMES E. MCCLELLAND, P.E. FRED NIELSEN, R.L.S. J.E. McCLELLAND, P.E. VERNON D. ROWE, P.E. November 2, 1982 82-118 • Mrs. Olivia Kelly City Clerk City of Fayetteville P.O. Drawer F Fayetteville, Arkansas 72702-F Re: Proposed Contract for Engineering Services Airport Access Road Dear Mrs. Kelly: Forwarded herewith are three (3) copies of the referenced contract, for execution by the City. Your cooperation in administering the execution process is appreciated. • Also enclosed is a letter of transmittal to FAA, for Mayor Noland's signature. FAA's approval of the contract document is needed before we begin detailed design work. After execution of the three copies: send one to FAA with the letter of transmittal; return one to us; and keep the other for your file. Again, thank you. Cordi.11 9.. ny Quin , P.E. rojeadinator JQ/paa cc: Ede Hogue 1810 N. COLLEGE AVE. P.O. BOX 1229 FAYETTEVILLE. ARKANSAS 72102-176 TELEPHONES 15 011 443-4171 /4 4 3-13 77 A a 3-11/0 3 FAYETTEVILLE, ARIKANSAS OFFICE OF CITY CLERK 72701 P. 0. DRAWER F April 27, 1983 Mr. R. Wayne Jones, P.E. Project Engineer McClelland Consulting Engineers, Inc. 1810 North College Avenue Fagetteville, Arkansas 72701 Dear Mr. Jones: I5011 521-7700 MICROFLLMEL2 Enclosed is a fully executed copy of Amendment No. 3, Contract for Engineering Services, Airport Access Project, Drake Field. I have forwarded a fully executed copy of the Amendment, along with your transmittal letter, to Mr. Bob Smith of the Federal Aviation Administration. If I may be of further assistance, please don't hesitate to call. Sincerely, Olivia Kelly City Clerk /oak Enc. cc: Ede Hogue Airport Manager • _rw' CI ''r I AMENDMENT NO. 3 TO AGREEMENT FOR ENGINEERING SERVICES The AGREEMENT, made the 3rd day of November, 1982, by and between the CITY OF FAYETTEVILLE, ARKANSAS and McCLELLAND CONSULTING ENGINEERS, INC., Fayetteville, Arkansas, is amended as follows: WHEREAS, the City of Fayetteville desires that the scope of work be increased to incorporate design and construction observation services for paving and surfacing improvements, and WHEREAS, the Federal Aviation Administration (FAA) is the primary funding source for referenced Project No. 3-05-0020-03, and requires that a formal contract amendment be executed if said additional services are to be considered as eligible for FAA funding, WITNESSETH that the additional stipulations are hereby agreed: In accordance with Section C, paragraph 2 of the original contract, the Owner directs the Engineer to revise the Plans and Specifications to reflect the need for additional construction work, since the Owner has received additional funding from FAA to proceed with surfacing improvements for the access road project. In accordance with the provisions of the Basic Agreement, the. Engineer agrees to provide related additional engineering services for the following additional fees: 1. Detailed planning and design - $3,600 lump sum. 2. Construction Observation - $2,375 lump sum. Additional construction materials testing is estimated to cost $1,300. • • _• _.. r•0 a r; (SEAL) ? s ATTEST: r4'" By Q_ Type Name Title Olivia Kelly City Clerk (SEAL) ATTEST: By ThtxLaec@.2tY ® 9 OWNER: By pFAYETTELL! Y Type Name Paul R. Noland Title Mayor OWNER: McCLELLAND CONSULTING ENGINEER, INC. eiiattg.Leg By Type Name Maurice A. McClelland Title Sec'y-Treas. 2 {A s7 ame J. E. McClelland Title President • IVP McCLELLAND CONSULTING ENGINEERS INC. Environmental and Materials Testing Civil, Environmental and Chemical Engineering Consulting LITTLE ROCK FAYETTEVILLE J.E. McCLELLAND, P.E. VERNON D. ROWE, P.E. JAMES E. McCLELLAND. P.E. FRED NIELSEN, R.L.S. April 12, 1983 82-118 Mrs. Olivia Kelly City Clerk City of Fayetteville P.O. Drawer F Fayetteville, Arkansas 72702-F Re: Amendment No. 3 Contract for Engineering Services Airport Access Project, Drake Field Dear Mrs. Kelly: Enclosed you will find three (3) "originals" of the referenced Amendment. As I understand it, in order for the Federal Aviation Administration to review these "additional services" for eligibility with regard to their funding participation, it is necessary that the agreement be executed in the form of an official "Amendment" to the original contract. As you will notice, the scope of these additional services, and the related fees, have already been approved by the City in the Basic Agreement, dated November 3, 1982. The City Board, by resolution, should authorize the Mayor to execute this document. Please place this Amendment in line for execution, thereafter forwarding one copy to FAA for their review, and returning one copy to this office for file purposes. 1810 N. COLLEGE AVE. P.O. BOX 1229 Continued - FAYETTEVILLE, ARKANSAS 72702-1229 TELEPHONES (501) 443 -4271/443 -ZIP Mrs. Olivia Kelly April 12, 1983 City Clerk Page 2 I have enclosed a letter of transmittal for your convenience. Your assistance is appreciated. Cordially, R Way Jones, P.E. Projec Engineer RWJ/paa cc: Ede Hogue MA I ^!A� ICpr%rl1 UTTLE ROCK FAYETTEVILLE JAMES E. McCLELLAND. P.E.. J.E. .1 VER OcC ELLAND P.E. FRED NIELSEN. AltD. March 30, 1983 Mrs. Olivia Kelly City Clerk P.O. Drawer F Fayetteville, Arkansas 72702 Re: Amendment No. 2 Contract for Engineering Services Access Road Project, Drake Field Dear Mrs. Kelly: 82-118 Enclosed you will find a copy of the "letter contract", signed by Don Grimes, relative to the above -referenced subject. In order for the Federal Aviation Administration to review these "additional services" for eligibility with regard to their funding participation, it is necessary that the agreement be executed in the form of an official "Amendment" to the original contract, rather than in the form of a "letter contract". The City Board, by resolution, has already authorized the City Manager to execute this document. Please place this Amendment in line for execution, thereafter forwarding one copy to FAA for their review, and returning one copy to this office,.for file purposes. Your assistance is appreciated. Cordially, ,3e41nny Q n , P.E. Project oo inator JQ/paa cc: Ede Hogue, Airport Manager pp J ISI N. COLLEGE AVE. P.O. BOX 1229 FAYETTEVILLE, ARKANSAS 72702-1727 TELEPHONES (501) 443 -42711443 -fill i McCLELLAND CONSULTING ENGINEERS INC. LITTLE ROCK JAMES E. MCCLELLAND. P.E. FRED NIELSEN. R.L.S. January 28, 1983 Mrs. Ede Hogue Airport Manager City of Fayetteville P.O. Drawer F Fayetteville, Arkansas 72702-F Re: Additional Engineering Services Airport Access Road Dear Ede: ttB22 i9U Envirnmmnnt,l nnrV Civil. Environmental and Chemical Fnninoorinn 1^nnn. I.: _ 82-118 FAY ETTEVI LIE J.E. MCCLELLANO. P.E. VERNON D. ROWE. P.E. In accordance with the directions given to Mr. Wayne Jones, of our office, by the Airport Committee at it's January 24th meeting, we are proceeding to revise the routing of the access road as follows: the airport road is to be routed generally east in accordance with the original plan; thence, at its intersection with McCollum Road it is to proceed generally south with McCollum Road; thence at the south end of McCollum Road it is to proceed generally east along the existing gravel road to its point of termination. As already pointed out, this revision to the plans will require additional field work, engineering, drafting, and clerical work to the plans already completed. Our current contract dated. November 3, 1982, provides for such additional work under the terms of Section C, paragraph 6. Accordingly, we propose to provide the additional engineering services required to con- form to your committee's direction for the additional lump sum design fee of $1,988. As a point of clarification, there will be no change in the fee for construction observation services. Continued - IBION. COLLEGE AVE. P.O. BOX 1227 FAYETTEVILLE. ARKANSAS 12702-1219 TELEPHONES 15011444-C2711NY231r Mrs. Ede Hogue Airport Manager If you concur with Specifications and space provided bel January 28, 1983 Page. . . . . . . . . . .2 the proposed scope of revision to the Plans and the price for these changes, please sign in the Dw and return one copy to our office. We appreciate your cooperation in this matter and will endeavor to expedite the revisions to the Plans and Specifications in order that they may be re -filed with FAA as appropriate. Mean- while, should you have qudstions or comments regarding this matter, please contact the undersigned individual or Mr. Wayne Jones, of this office. Sincerely, fly Qui P.E. ects q�o4dinator JQ/paa The scope of additional services and the amount of additional compensation are accepted as proposed hereinbefore. Date FAYETTEVILLE, ARKANSAS OFFICE OF CITY CLERK P. O. DRAWER F 72701 15011 521.7700 April 5, 1983 Mr. Johnny Quinn, P.E.. Project Coordinator McClelland Consulting Engineers, Inc. 1810 N. College Avenue Fayetteville, Arkansas 72701 Dear Mr. Quinn: Enclosed is an executed original of Amendment No. 2 to the Engineering Services Contract between the City of Fayetteville and McClelland Consulting Engineers, Inc. (Project No. 3-05-0020-03). I have forwarded a duplicate original to the Federal Aviation Administration, under your cover letter dated April 1, 1983, signed by the City Manager. If I may be of further assistance, please don't hesitate to contact me. S iinceere ll yam, a /�-.����G//C/J V� E%rr E / Olivia Kelly City Clerk /oak Enc. II I I, FAYE'2'TEViLLE, S.RI ANSAS P. O. DRAWER F 72701 )501) 521.7700 April 1, 1983 Mr. Bob A. Smith, Manager Federal Aviation Administration FAA Building, Room 204 Wiley Post Airport Bethany, Oklahoma 73008 Re: Project No. 3-05-0020-03 Amendment No. 2 to the Engineering Services Contract' Dear Mr. Smith: Enclosed herewith is an executed original of Amendment No. 2 to the Contract for engineering services between the City of Fayetteville and McClelland Consulting Engineers; Inc...-It.is being forwarded for your review. I trust that this revision to the referenced Contract will be approved. Sincerely, Donald L. Grimes, City Manager DG/mkl Enclosure: Amendment to Contract cc: Ede Hogue .i l�P `__Y..� ¢T. - n Y Jf�F • 6 AMENDMENT NO. 2 TO AGREEMENT FOR ENGINEERING SERVICES The AGREEMENT, made the 3rd day of November, 1982, by and between the CITY OF FAYETTEVILLE, ARKANSAS and McCLELLAND CONSULTING ENGINEERS, INC., Fayetteville, Arkansas, is amended as follows: WHEREAS, the City of Fayetteville desires that the scope of services be increased to incorporate a change in the preferred routing of the access road, and WHEREAS, the Federal Aviation Administration (FAA) is the primary funding source for referenced Project No. 3-05-0020-03, and requires that a formal contract amendment be executed.if said additional services are to be considered as eligible for FAA funding, WITNESSETH that the additional stipulations are hereby agreed: In accordance with Section C, paragraph 6 of the original contract, the Owner directs the Engineer to revise the routing of the access road as follows: the airport access road is to be routed generally east in accordance with the original plan; thence, generally south along the western side of (but not within) the McCollum Road right-of-way to its intersection with Stella road; thence generally east along the southern side of (but not within) the Stella Road right-of-way for approximately 500 feet. Also the road is to provide a branch access to the site of the future Air Traffic Control Tower, approximately 230 feet south of the primary route which runs generally east/west, just south of Stella Road. This revision to the Plans requires additional field work, engineering, drafting, and clerical work. Accordingly, the Engineer shall provide the additional engineering services required for the additional lump sum design fee of $1,988. As a. point of clarification, there will be no change in the fee for construction observation services. Type Name Olivia Kelly Title City Clerk (SEAL) ATTEST: By� VLV\ C .LJ Type, Name John C. Quinn Title Acting Sec'y-Treas. OWNER: CIT O FAYETT L By Type Name Paul R. Noland Title Mayor OWNER: McCLELLAND CONSULTING ENGINEER, INC. By Type Name Vernon D. Rowe Title Vice President - 2 - MINORITY BUSINESS ENTERPRISE PROGRAM FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS INTRODUCTION This Minority Business Enterprise Program, has been developed by the City of Fayetteville, Fayettevil-le,—Arkansas, in accordance with 49 CFR, Part 23; participation by Minority Business Enterprise in Department of Transportation Programs. STATEMENT In order to satisfy the requirements set forth in the DOT MBE Regulations (49 CFR, Part 23), the following Minority Business Enterprise Program has been prepared by the City of Fayetteville, ""'Fayetteville, Arkansas, and adopted and -approved by the City of Fayetteville Board of Directors for submission to the United States Department of Transportation. The City of Fayetteville Board of Directors hereby approves and adopts the following program elements and recording procedures as the Minority Business Enterprise Program for the Fayetteville Municipal Airport, Fayetteville, Arkansas, to wit: MBE PROGRAM ELEMENTS 49 CFR, Part 23 sets forth certain required MBE program elements in § 23.45 (e)-(i), to be applicable to activities carried out by the Fayetteville Municipal Airport. The City of Fayetteville agrees to include the following clauses in each procurement initiated directly by the City of'FayetteviIIe,`and to -adopt —the following -program e':e ments: A. Required MBE contract clauses: 1. Policy. It is the policy of the Department of Transportation - that minority business enterprises as defined in 49 CFR, Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently the MBE requirements of 49 CFR, Part 23 apply to this agreement. 2. MBE Obligation. The recipient or its contractor agrees to ensure that minority business enterprises as defined in 49 CFR, Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard all recipients or contractors -° = >--- shall take all necessary and reasonable steps in accordance with 49 CFR, Part 23 to ensure that minority business enter- prises have the maximum opportunity to compete for and perform contracts. Recipients and their contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT -assisted contracts. 3. MBE directory (§ 23.45 (e). The City of Fayetteville will develop a loose-leaf directory of minority businesses to identify MBEs with capabilities relevant to construction of airport improvements. The information contained in the MBE source list or directory shall be made available to (sub - recipients), contractors, bidders, and proposers to facilitate their efforts to meet the specific MBE program requirements where opportunities for private sector con- tracting or purchasing exist. 2 P I C. Procedures to ascertain the eligibility of MBEs and joint ventures involving MBEs (23.45 (f): 1. The City of Fayetteville will ensure that any benefits resulting from the goal -oriented MBE program accrue only to firms owned and controlled by minorities or women within the meaning of 49 CFR, Part 23, § 23.5. 2. The City of Fayetteville to certify MBEs in accordance with the requirements of 49 CFR, Part 23, Schedule(s) A & B upon receipt of notification by that the Office of f'anagement and Budget (OMB) has approved the format under the provisions of OMB Circular A-40. - 3. The City of Fayetteville will ensure that the certification systems are at least as effective as procedures prescribed in 49 CFR, Part 23 23.51. 4. The City of Fayetteville will when possible replace a MBE subcontractor that is unable to perform sucessfully with another MBE. The City of Fayetteville (and its subrecipients) will approve all substitutions of MBE subcontractors before bid opening and during contract performance, to ensure the Ir substitution of bona fide MBEs. D. Percentage goals for the dollar value of work to be awarded to MBEs (§ 23.45 (g): 1. Each fiscal year, the Fayetteville Municipal Airport will review its various Programs so as to identify those proposed contracts having potential for MBE participation and set an overall goal for 14BE participation within the generated +- 4 -. mil. Ynn . activities to be carried out and goods to be purchased. The "" overall MBE goal shall include a separate goal for firms owned and controlled by minorities, and a goal for firms owned and controlled by women. The Fayetteville Municipal Airports over- all goal for minority -owned firms for FY 1982 is .25%, and the goal for women -owned businesses is .25%. These percentages are based upon the total dollar value of contracts with, and goods purchased from, the private sector. M 2. Contract goals will be negotiated where MBE subcontracting opportunities have been identified. The goal(s) will be expressed as a percent of the total dollar amount of the contract. The City of Fayetteville will meet or exceed the goal(s) or be prepared to demonstrate that best efforts were expended so as to accomplish the MBE obligation. 3. The overall goal (and/or subsequent contract goals) will be based on a review of the availability of MBEs located within at least the usual market area for contractors and vendors. -The overall goal will reflect the results that reasonably could be expected as a consequence of aggressive efforts to implement the MBE program. 4. The 0MB Circular A-95 Clearinghouse review shall suffice as the goal -related 45 -day comment period required by § 23.45 (g). E, ...Procedures to require that participating MBEs are identified by name by competitors for contracts. (S 23.45 (h). The City of Fayetteville will require prime contractors to submit the names of any MBE subcontractor(s), their respective scope of work, and the dollar value of the proposed MBE sub- contract(s) within a reasonable time within the circumstances of each solicitation after bid opening(s) and prior to the actual contract award. F. Selection criteria to ensure that prime contracts are awarded to competitors that meet MBE goals (§ 23.45 (i). 1. The City of Fayetteville's contracting activities incorporate procedures whereby bids will be reviewed to determine whether . .the lowest bidder-meeting-the.MFE,contr_act.goal„iswithin the zone of competition as to price for the contract. El 2. If the City of Fayetteville determines that this competitor has offered a reasonable price, the firm shall be awarded the contract. If the bidder's price is not reasonable, the com- petitor with the next highest percentage of MBE participation shall be considered and so on, in order of their percentage of MBE participation until one with a reasonable price is selected. In the event no bidder with MBE participation has offered a reasonable price, then the City of Fayetteville may elect to award the contract to any bidder or offeror that demonstrated a resonable effort to meet the MBE contract goal. 3. The City of Fayetteville will consider steps, including but _.. not limited to the following, as to determining whether reason- able efforts were made to meet MBE contract goals: a. Attendance at a pre -bid meeting, if any, scheduled by the recipient to inform MBEs of subcontracting opportunities under solicitation; b. Advertisement in general circulation media, trade associ- ation.publications, and minority -focus media for at least 20 days before bids or proposals are due. If 20 days are not available, publication for a shorter reasonable time is acceptable; c. Written notification to MBEs that their interest in the contract is solicited; d. Efforts made to select portions of the work proposed to be i performed by MBEs in order to increase the likelihood of achieving the stated goal; e. Efforts to negotiate with MBEs for specific bids for subcontracts including at a minimum: i. The names, addresses, and telephone numbers of MBEs that were contacted; ii. A description of the information provided to MBEs regarding the plans and specifications for portions of the work to be performed; and iii. A statement of why additional agreements with MBEs were not reached, 61 f. Concerning each MBE the competitor contacted but rejected as unqualified, the reasons for the competitor's conclusion; and g. Effort made to assist the MBEs contacted that needed assistance in obtaining bonding or insurance required by the contractor or recipient. 4. Bidders, proposers, offerors, that fail to meet (MBE contract goals and/or) the foregoing "reasonable efforts" test, will not be certified as eligible to be awarded the federally - assisted contract. 5. The City of Fayetteville will ensure that all obligations under MBE contracts are met, by reviewing the contractor's MBE in- volvement efforts during the life of the contract. (Any _.. interruption of scheduled progress payments to MBEs shall be brought to the attention of the City of Fayetteville.) REPORTING PROCEDURES A. The City of Fayetteville will maintain records on specific contract awards to MBEs, in a format and frequency (quarterly) to be prescribed by DOT. B. The minimum MBE data elements to be maintained are as follows: 1. The number of contracts awarded to MBEs; 2. A description of the contract(s) awarded to MBEs; 3. The dollar value of MBE contract awards; 4. The percentage of the dollar value of all'contracts awarded to the private sector that were awarded to .____..MBEs; and 5. An appraisal of the extent to which the MBE awards met or exceeded the SHSA's MBE goal. . i } THIS program is offered in consideration of and for M • the purpose of obtaining any and all Federal grants, loans, contracts, property, discounts or other Federal financial assistance extended after the date hereof to the Fayetteville Municipal Airport by the Department of Transportation and is binding on it, other recipients, subgrantees, contractors, subcontractors, transferees, successors in interest and other participants.. Approved and adopted by the City of Fayetteville Board of Directors, Fayetteville, Arkansas on Q� 1982. MAYOR 9LL Q CITY CLERK uN•�+.. � ,y-WI,Ab.;q₹,a.wM` -.-----•-.---, — . 4. ,,,, .. k.. .. fir.... mLc7remit ,, -- Page 1 of 4 pages DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION GRANT AGREEMENT Part 1 - Offer Date of Offer SEP 2 3 1982 Drake Field Airport/Planning Area Project No. 3-05-0020-03 Contract No. DOT FA 82 SW -8613 TO: City of Fayetteville, Arkansas (herein called the "Sponsor") FROM: The United States of America (acting through the Federal Aviation Administration, herein called the "FAA") WHEREAS, the Sponsor has submitted to the FAA a Project Application dated August 25, 1982 , for a grant of Federal funds for a project at the Drake Field Airport/Planning Area • together with plans and specifications for such development project, or the planning work definition for such Planning Project, which Project Application, as approved by the FAA, is hereby incorporated herein and made a part hereof; and WHEREAS, the FAA has approved a project for the Airport or Planning Area (herein called the "Project") consisting of the following: Site preparation for access road (approximately 3100 LF) all as more particularly described in the Project Application. FAA Form 5100-37 PG 1 (8-82) I th Page 2 of 4 pages NOW THEREFORE, pursuant to and for the purpose of carrying out the provisions of the Airport and Airway Improvement Act of 1982, herein called the "Act," and in consideration of (a) the Sponsor's adoption and ratification of the representations and assurances contained in said Project Application and its acceptance of this Offer as hereinafter provided, and (b) the benefits to accrue to the United States and the public from the accomplishment of the Project and compliance with the assurancesand conditions as herein provided, THE FEDERAL AVIATION ADMINISTRATION, FOR AND ON BEHALF OF THE UNITED STATES, HEREBY OFFERS AND AGREES to pay, as the United States share of the allowable costs incurred in accomplishing the Project, 90 percent. I This Offer is made, on and subject to the following terms and conditions: Standard Conditions 1. The maximumobligation of the United States payable under this offer shall be $ 164,247 which is comprised of:. $ for planning $164,247 for development other than land $ for land acquisition 2. The allowable costs of the project shall not include any costs determined by the FAA to be ineligible for consideration as to allowability under the Act. 3. Payment of the United States share of the allowable project costs will be made pursuant. to and in accordance with the provisions of such regulations and procedures as the Secretary shall prescribe. Final determination of the United States share will be based upon the final audit of the total amount of allowable project costs and settlement will be made for any upward or downward adjustments to the Federal share of costs. 4. The sponsor shall comply with the Airport and Airway Improvement Act of 1982 and shall carry out and complete the Project without undue delays and in accordance with the terms hereof, and such regulations and procedures as the Secretary shall prescribe and agrees to fully comply with the Part V Assurances which are attached to and become a part of this offer. 5. The FAA reserves the right to amend or withdraw this offer at any time prior to its acceptance by the sponsor. 6. This offer shall expire and the United States shall not be obligated to pay any part of the costs of the project unless this offer has been accepted by the sponsor on or'before September 30, 1982 or such subsequent date as may be prescribed in writing by the FAA. FAA Form 5100-37 PG 2 (8-82) L P Page30f of 4 Pages Special Conditions 7. 'The sponsor hereby covenants and agrees that' it will not advertise for bids, award any contract, or commence construction for the items of airport development relating to site preparation for the access road to be accomplished under this project, until it has submitted final plans and specifications satisfactory to the Administrator and such plans and specifications have been approved. It is further understood that the United States will not make nor be obligated to make any payment for such items of airport, development under this Grant Agree- ment until the sponsor has submitted such plans and specifications and they have been approved as herein provided. The sponsor further covenants and agrees that it will submit said final plans and specifi- cations to the Administrator on or before 90 days from the date of this Grant Agreement. 8. The property map Exhibit "A", attached herewith, identifies the airport property to which this grant offer applies and is hereby incorporated herein. The following Special Assurances are added to Part V Assurances attached to this offer: 32. Cost Free Land. The Federal Government does not now plan or contemplate the construction of any structures pursuant to paragraph 15 of Part V Assurances attached to this offer and therefore it is understood and agreed that the sponsor is under no obligation to furnish any such areas or rights under. this grant agreement. 33. The sponsor agrees to comply with the Part V Assurances attached to this offer which replaces the Part V Assurances that accompanied -the Application for Federal Assistance. FAA Form 5100-37 PG 3 (8-82) I Page 4 of 4 pages The Sponsor's acceptance of this Offer and ratification and adoption of the Project Application incorporated herein shall be evidenced by execution of this instrument by the Sponsor, as hereinafter provided, and said Offer and Acceptance shall comprise a Grant Agreement, as provided by the Airport and Airway Improvement Act of 1982, constituting the obligations and rights of the United States and the Sponsor with respect to the accomplishment of the Project and compliance with the assurances and conditions as provided herein. Such Grant Agreement shall become effective upon the Sponsor's acceptance of this Offer. DEPARTMENT OF TRANSPORTATION UNITED STATES OF AMERICA FEDERAL AVIATION ADMINISTRATION Bob A. Smith, Manager; Oklahoma City Airports r.. ' District Office, FAA, Southwest Region Part II - Acceptance The Sponsor does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements contained in the Project Application and incorporated materials referred to in the foregoing Offer and does hereby accept said Offer and by such acceptance agrees to all of the terms andaconditions thereof. a 2/74 day of SO7�85c , 19 82. vu n4.7 }�.F� lY i.Attest: C/...t .. Clerk ...• ••• Title: ...... ..y ................. Olivia A. Kelly CERTIFICATE OF SPONSOR'S ATTORNEY City Fayetteville Arkansas ••�..P..sor ......... By. ...:. . �� Title......... Mayor ................. Paul R. Noland I, James N. McCord , acting as Attorney for the Sponsor do hereby certify:. That I have examined the foregoing Grant Agreement and the proceedings taken by said Sponsor relating thereto, and find that the Acceptance thereof by said Sponsor has been duly authorized and that the execution thereof is in all respects due and proper and in accordance with the laws of the State of Arkansas and the Act and further that, in my opinion, said Grant Agreement constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof. Dated at Fayetteville, Arkansas this as'jda,?Of $6 .r� e , 1 22/j .&&ecitX.A.::nineX.......... James N. McCord FAA Form 5100-37 Last PG (8-82) V PART V ASSURANCES These assurances are to be attached to and become a part of this grant agreement; For airport development projects, these assurances shall remain in full force and effect throughout the useful life of the facilities developed under this Project, but in any event not to exceed twenty (20) years from the date of said acceptance of an offer of Federal aid for the Project. However, these limitations on the duration of the covenants do not apply to the covenant against exclusive rights and real property acquired with Federal funds. For planning projects, only assurances no. 1 (as marked), 2, 3, 4, 16, 25, 26, 30, 31, and 32 appply, unless otherwise specified in the grant agreement. The sponsor hereby assures and certifies, with respect to this grant that: 1: General Federal Requirements. It will comply with the following laws, regulations, policies, guidelines and requirements as they relate to the application, acceptance and use of Federal funds for this project: Federal Legislation a. Federal Aviation Act of 1958 b. Hatch Act • c. Federal Fair Labor Standards Act • d. Davis -Bacon Act e. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 - Titles II and III • f. National Historic Preservation Act of 1966 - Section 106 g. Archeological and Historic Preservation Act of 1966 h. Flood Disaster Protection Act of 1973 -Section 102(a) i. Rehabilitation Act of 1973 - Section 504, Section 503 J. Civil Rights Act of 1964 - Title VI • k. Aviation Safety and Noise Abatement Act of 1979 • 1. Age Discrimination Act of 1975 m. Architectural Barriers Act of 1968 n. Vietnam Era Veterans'. Readjustment Assistance Act of 1974 - Section 402 o. Airport and Airway Improvement Act of 1982 Federal Regulation a. 49 CFR Part 21 - Nondiscrimination in Federally -Assisted Programs of the Department of Transportation - Effectuation of Title VI of the Civil Rights Act of 1964. * FAA Form 5100-100 (8-82) r r b. 49 CFR Part 23 - Participation by Minority Business Enterprise in Department of Transportation Programs. + c. 49 CFR Part 27 - Non -Discrimination on the Basis of Handicap in Programs and Activities Receiving or Benefitting from Federal Financial Assistance. d. 41.CFR Part 60 - Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor (Federal and Federally -assisted Contracting Requirements, Including those Relating to Disabled Veterans and Veterans of the Vietnam Era and Handicapped Workers). • e. 14 CFR Part 150 - Airport Noise Compatibility Planning. f Office of Management and Budget Circulars a. A-95 - Evaluation, Review and Coordination of Federal and Federally Assisted Programs and Projects. • b. A-102 - Uniform Requirements for Assistance to State and Local Governments. f c. FMC -74-4 - Cost Principles Applicable to Grants and Contracts with State and Local Governments. • Executive Orders a. 11246 - Equal Employment Opportunity in Federal and Federally Assisted Contracting. i b. 11593 - Historic Preservation. c. 11288 - Prevention, Control and Abatement of Water Pollution. d. 11926 - Evaluation of Flood Hazards. Specific assurances required to be included in grant agreements by any of the above are incorporated by reference in this grant agreement. Items marked with (0) apply to both development and planning grants. - 2. Consistency with Local Plans. The project is reasonably consistent with plans (existing at the time of approval of the project) of public agencies authorized by the State in which such airport is located to plan for the development of the area surrounding the airport and will contribute to the accomplishment of the purposes of the Act. 3. Sponsor Fund Availability. It has sufficient funds available for that portion of the project costs which are not to be paid by the United States and sufficient funds to assure operation and maintenance of the facility for the purposes constructed. FAA Form 5100-100 (8-82) Page 7 4. Authority of Sponsor. It has legal authority to apply for the grant, and to finance and construct the proposed facilities; that a' resolution, motion, or similar action has been duly adopted or passed as an . official act of the applicant's governing body, authorizing the filing .of the application, including all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative of the applicant to act in connection with the application and to provide such additional information as may be required. 5. Good Title to Airport. It holds good title, satisfactory to the Secretary, to the landing area of the airport or site therefor, or will give assurance satisfactory to the Secretary that good title will be acquired. 6. Consideration of Local Interest. It has given fair consideration to the interest of communities in or near which the project may be located. 7. Public Hearings. In projects involving the location of an airport, an airport runway, or a major runway extension, it has afforded the opportunity for public hearings for the purpose of considering the economic, social, and environmental effects of the airport or runway location and its consistency with the goals and objectives of such planning as has been carried out by the community and shall, when requested by the Secretary, submit a copy of the transcript to the Secretary. 8. Air and Water Quality Standards. In projects involving airport location, a major runway extension, or runway location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located, designed, constructed, and operated so as to comply with applicable air. and water quality standards. In any case where such standards have not been approved and where applicable air and water quality standards have been promulgated by the Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days after the project application has been received by the Secretary. 9. Economic Nondiscrimination. It will make its airport available as an airport for public use on fair and reasonable terms and without unjust discrimination, to all types, kinds, and classes of aeronautical uses including the requirement that (A) each air carrier using such airport (whether as a tenant, nontenant, or subtenant of another air carrier tenant) shall be subject to such FAA Form 5100-100 (8-82) fl nondiscriminatory and substantially comparable rates,fees, rentals, and other charges and such nondiscriminatory and substantially comparable rules, regulations, and conditions as are applicable to all such air carriers which make similar use of such airport and which utilize similar facilities, subject to reasonable classifications such as tenants or nontenants, and combined passenger and cargo flights or all cargo flights, and such classification or status as tenant shall not be. unreasonably withheld by any airport provided an air carrier assumes obligations substantially similar to those already imposed on tenant air carriers, and (B) each fixed -based operator at any airport shall be subject to the same rates, fees, rentals, and other charges as are uniformly applicable to all other fixed -based operators making the same or similar uses of such airport utilizing the same or similar facilities, and (C) each air carrier using such airport shall have the right to service itself or to use any fixed -base operator that is authorized by the airport or permitted by the airport to serve any air carrier at such airport, and (D) that in any agreement, contract, lease or other arrangement under which a right or privilege at the airport is granted to any person, firm, or ,corporation to conduct or engage in any aeronautical activity for furnishing services to the public at the airport, the sponsor will insert and enforce provisions requiring the contractor -- (1) to furnish said services on a fair, equal, and not unjustly discriminatory basis to all users thereof, and (2) to charge fair, reasonable, and not unjustly discriminatory prices for each unit or service; provided, that the contractor may be allowed to make reasonable and nondiscriminatory discounts, rebates, or other similar types of price reductions to volume purchasers. (E) That it will not exercise or grant any right or privilege which operates to prevent any person, firm, or corporation operating aircraft on the airport from performing any services on its own aircraft with its own employees (including, but not limited to maintenance and repair) that it may choose to perform, and (F) in the event the sponsor itself exercises any of the rights and privileges referred to in this assurance, the services involved will be provided on the same conditions as would apply to the furnishing of such services by contractors or concessionaires of the sponsor under these provisions. C 10. Exclusive Rights. It will permit no exclusive right for the use of the airport by any persons providing, or intending to provide, aeronautical services to the public. For purposes of this paragraph, the providing of services at an airport by a single fixed -based operator shall not be construed as an exclusive right if both of the following apply: (1) It would be unreasonably costly, burdensome, FAA Form 5100-100 (8-82) or impractical for more than one fixed -based operator to provide such services, and (2) If allowing more than one fixed -based operator to provide such services would require the reduction of space leased pursuant to an existing agreement between such single fixed -based operator and such airport. 11. Airport Operation and Maintenance. It will suitably operate and maintain the airport and all facilities thereon or connected therewith, with due regard to climatic and flood conditions. 12. Hazard Removal and Mitigation. It will adequately clear and protect the aerial approaches to the airport by removing, lowering, relocating, marking, or lighting or otherwise mitigating existing airport hazards and by preventing the establishment or creation of future airport hazards. 13. Compatible Land Use. It will take appropriate action, including the. adoption of zoning laws, to the extent reasonable, to restrict the use of land adjacent to or in the immediate vicinity of the airport to activities and purposes compatible with normal airport operations; including landing and takeoff of aircraft. 14. Use by Government Aircraft. It will make available all of the facilities of the airport developed with Federal financial assistance and all those usable for landing and takeoff of aircraft to the United States for use by Government aircraft in common with other aircraft at all times without charge, except,. if the use by Government aircraft is substantial, charge may be made for a reasonable share, proportional to such use, for the cost of operating and maintaining the facilities used. Unless otherwise determined by the Secretary, or otherwise agreed to by the sponsor and the using agency, substantial use of an airport by government aircraft will be considered to exist when operations of such aircraft • are in excess of those which, in the opinion of the Secretary, would unduly interfere with use of the landing areas by other authorized aircraft, or during any calendar month that-- • a. Five (5) or more government aircraft are regularly based at the airport or on land adjacent thereto; or ' b. The total number. of movements (counting each landing as a movement) of government aircraft is 300 or more, or the gross accumulative weight of government aircraft using the airport (the total movements of government aircraft multiplied by • gross weights of such•aircraft) is in excess of five million pounds. 15. Land for Federal Facilities. It. will furnish without cost to the Federal Government for construction, operation and maintenance of FAA Form 5100-100 (8-82) Page 10 facilities for, and uses in connection with, any air traffic control or air navigation activities, or weather -reporting and communication activities related to air traffic control, any areas of land or water, or estate therein, or rights in buildings of the sponsor as the Secretary considers necessary or desirable for construction at Federal expense of space or facilities for such purposes. Such areas or any portion thereof will be made available as provided herein within four months after receipt of written requests from the Secretary. 16. Standard Accounting Systems. It will keep all project accounts and records in accordance with a standard system of accounting prescribed by the Secretary. 17. Fee and Rental Structure. It will maintain a fee and rental structure for the facilities and services being provided the airport users which will make the airport as self-sustaining as possible under the circumstances existing at that particular airport, taking into account such factors as the volume of traffic and economy of collection, except that no part of the Federal share of an airport development or airport planning project for which a grant is made under this title or under the Federal Airport Act or the Airport and Airway Development Act of 1970 shall be included in the rate base in establishing fees, rates, and charges for users of that airport. 18.. Reports and Inspections. It will submit to the Secretary such annual or special airport financial: and operations reports as the Secretary may reasonably request and will make the airport and all airport records and documents affecting the airport, including deeds,. leases, operation and use agreements, regulations and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request. 19. Airport Revenue. It will expend, all revenues generated by the airport, if it is a public airport, for the capital or operating costs of the airport, the local airport system, or other local facilities which are owned or operated by the owner or operator of the airport and directly related to the actual transportation of passengers or property: Provided, however, that if covenants or assurances in debt obligations previously issued by the owner or operator of the airport, or provisions in governing statutes controlling the owner or operator's financing, provide for the use of the revenues from any of the airport owner or operator's facilities, including the airport, to support not only the airport but also the airport owner or operator's general debt obligations or other facilities, then this limitation on the use of all other revenues generated by the airport shall not apply. FAA Form 5100-100 (8-82) Page 11 20. Consultation with Users. In making a decision to undertake any airport development project under this title,, it shall undertake reasonable consultations with affected parties using the airport at which the project is proposed. 21. Terminal Development Prerequisites. For projects which include terminal development, it has, on the date of submittal of the project grant application, all the safety equipment required for certification of such airport under section 612 of the Federal Aviation Act of 1958 and all the security equipment required by rule or regulation, and has provided for access to the passenger enplaning and deplaning area of such airport to passengers enplaning or deplaning from aircraft other than air carrier aircraft. 22. Construction Inspection and Approval. It shall subject the construction work on any project for airport development contained in an approved. project grant application to inspection and approval by the Secretary before the project is advertised and such work shall be in accordance with regulations and procedures prescribed by the Secretary. Such regulations and procedures shall require such cost and progress reporting by the sponsor or sponsors of such project as the Secretary shall deem necessary. 23. Minimum Wage Rates. It will include, in all contracts in excess of $2,000 for work on projects for airport development approved under this title which involve labor, provisions establishing minimum rates of wages, to be predetermined by the Secretary of Labor, in accordance with the Davis Bacon Act, as amended (40 U.S.C. 276a --276a-5), which contractors shall pay to skilled and unskilled labor, and such minimum rates shall be stated in the invitation for bids and shall be included in proposals or bids for the work. 24. Veterans Preference. It shall include, in all contracts for work under project -grants for airport development which involve labor, such provisions as are necessary to insure that, in the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to veterans of the Vietnam era and disabled veterans as defined in Section 515(c)(1) and (2) of the Act. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. 25. Audits and Recordkeeping Requirements. It shall keep such records as the Secretary may prescribe, including records which fully disclose the amount and the disposition by the recipient of the proceeds of 'the grant, the total cost of the plan or program in connection with which the grant is given or used, and the amount FAA Form 5100-100 (8-82) Page 12 and nature of that portion of the cost of the plan or program supplied by other sources, and such other records as will facilitate an effective audit and it shall make available to the Secretary and the Comptroller General of the United States, or any of their duly authorized representatives, for the purpose of audit and examination, any books, documents, papers, and records of the recipient that are pertinent to grants received under this title. The Secretary may require that an appropriate audit be conducted by a recipient. 26. Audit Reports. In any case in which an independent audit is made of the accounts of a sponsor relating to the disposition of the proceeds of a grant or relating to the plan or program in connection with which the grant was given or used, it shall file a certified copy of such audit with the Comptroller General of the United States not later than six months following the close of the fiscal year for which the audit was made. 27, Civil Rights. It will comply with such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefitting from funds received from this grant. P8, Airport Layout Plan. It will keep up to date at all times an airport layout plan of the airport showing (1) boundaries of the airport • and all proposed additions thereto, together with the boundaries of • all offsite areas owned or controlled by the sponsor for airport purposes and proposed additions thereto; (2) the location and nature of all existing and proposed airport facilities and structures (such as runways, taxiways, aprons, terminal buildings, hangars and roads), including all proposed extensions and reductions of existing airport facilities; and (3) the location of all existing and proposed nonaviation areas and of all existing improvements thereon. Such airport layout plan and each amendment, revision, or modification thereof, shall be subject to the approval of the Secretary which approval shall be evidenced by the signature of a duly authorized representative of the Secretary on the face of the airport layout plan. The sponsor will not make or permit any changes or alterations in the airport or in any of its facilities other than in conformity with the airport layout plan as so approved by the Secretary if such changes or alterations might adversely affect the safety, utility, or efficiency of the airport. 29, Preserving Airport Rights and Powers. It will not enter into any transaction which would operate to deprive it of any of the rights and powers necessary to perform any or all of the assurances herein without the written approval of the Secretary, and will act to. acquire, extinguish or modify any outstanding rights or claims of right of others which would interefere with such performance by the sponsor. This shall be done in a manner acceptable to the Secretary. FAA Form 5100-100 (8-82) Page 13 30. Construction Accomplishment. It will execute the project in accordance with plans, specifications, and schedules as approved by the Secretary, and incorporated herein, or with modifications similarly approved, and will provide and maintain competent technical supervision at the construction site to assure that completed work conforms with the approved plans and specifications. 31. Planning Projects. In carrying out planning projects, that: a. It will furnish the Secretary with such periodic reports as required pertaining to the planning project and planning work activities. b. It will include in all published material prepared in connection with the planning project a notice that the material was prepared under a planning grant provided by the Secretary. c. It will make such material available for examination by the public, and agrees that no material prepared with funds under this project shall be subject to copyright in the United States or any other country. d. It will give the Secretary unrestricted authority.to publish, disclose, distribute, and otherwise use any of the material prepared in connection with this grant. e. It will grant the the Secretary the right to disapprove the Sponsor's employment of specific consultants and their subcontractors to do all or any part of this project as well as the right to disapprove the proposed scope and cost of professional services. F. It will grant the Secretary the right to disapprove the use of the sponsor's employees to do all or any part of the project. g. It understands and agrees that the Secretary approval of this project grant or the Secretary approval of any planning material developed as part of this grant does not constitute or imply any assurance or eommittment on the part of the Secretary to approve any pending or future application for a Federal airport grant. FAA Form 5100-100 (8-82) Page 14 ADDENDUM TO PART V ASSURANCES II The following text is added to the assurances as numbered: r Add to Assurance 1. General Federal Requirements, under 1' , Federal Legislation: "p. Powerplant and Industrial Fuel.Use Act of 1978 - Section 403." Add to Assurance 9. Economic Nondiscrimination: "Provided, that the Sponsor may establish such fair, equal, and not unjustly discriminatory conditions to be met by all users of the airport as may be necessary for the safe and efficient operation of the airport; and Provided Further, That the sponsor may pro- hibit or limit any given type, kind, or class of aeronautical use of the airport if such action is necessary for the safe operation of the airport or necessary to serve the civil aviation needs of the public." Add to Assurance 10. Exclusive Rights: "It further agrees that it will not, either directly or indirectly, grant or permit any person, firm or corporation the exclusive right at the airport, or at any other airport now owned or controlled by it, to conduct any aeronautical activities, including, but not limited to charter flights, pilot training, aircraft rental and sightseeing, aerial photography, crop dusting, aerial advertising Ij• and surveying, air carrier operations, aircraft sales and services, sale of aviation petroleum products whether or not conducted in conjunction with other aeronautical activity, repair and maintenance y�1! of aircraft, sale aircraft parts, and any other activities which because.of their direct relationship to the operation of aircraft can be regarded as an aeronautical activity, and that it will ter- minate any exclusive right to conduct an aeronautical activity now existing at such an airport before the grant of any assistance under the Airport and Airway Improvement Act." Add to Assurance 11. Airport Operation and Maintenance: "It will operate and maintain in a safe and serviceable condition and in accordance with the minimum standards as may be required or prescribed by the applicable Federal, State and local agencies for maintenance and operation, the airport and all facilities which are necessary to serve the aeronautical users of the airport other than facilities owned and controlled by the United States,. and will not permit any activity thereon which would interfere with its use for airport purposes; provided, that nothing contained herein shall be construed to require that the airport be operated for FAA. Form 5100-100,(8-82) Page .15 aeronautical uses during temporary periods when snow, flood, or other climatic conditions interfere with such operation and maintenance; And Provided Further, That nothing herein shall be construed as requiring the maintenance, repair, restoration, or replacement of any structure or facility which is substantially damaged or destroyed due to an act of God or other condition or circumstance beyond the control of the sponsor. In furtherance of this covenant, the sponsor will have in effect at all times arrangements for -- a. Operating the airport's aeronautical facilities whenever required; b. Promptly marking and lighting hazards resulting from airport conditions, including temporary conditions; and c. Promptly. notifying airmen of any condition affecting aeronautical use of the airport. Add to Assurance 29. Preserving Airport Rights and Powers. "It will not dispose of or encumber its title or other interests in the site and facilities during the period of Federal interest or while the Government holds bonds, whichever is the longer. The obligation to perform all such covenants may be assumed by another public agency found by the Secretary to be eligible under the Act to assume such obligations and having the power, authority, and financial resources to carry out all such obligations. If an arrangement is made for management or operation of the airport by any agency or person other than the sponsor or an employee of the sponsor, the sponsor will reserve sufficient rights and authority to insure that the airport will be operated and maintained in accordance with the Act, the regulations and these covenants. Delete from. Assurance 22. Construction Inspection and Approval. " ... before the project is advertised ... FAA Form 5100-100 (8-82) Page 16 S OMB Approval No. 29-RO215 FEDERAL ASSISTANCE Z APPLI. a. NUMBER 3. STATE a. NUMBER APPLICA. AR1. TYPE PBFAPPLI."ATION APPLI• p, DATE TION 426-070 Year month dcy IDENTI• b. DATE Year month day ACTION O APPLICATION CATION 1982 08 19 FIER ASSIGNED 19 82 05 27 (Mark ti ❑ NOTIFICATION OF WENT (Opt.) Leas. I'aa ❑ REPORRT OF FEDERAL ACTION Blank 4. LEGAL APPLICANT/RECIPIENT 5. FEDERAL EMPLOYER IDENTIFICATION NO. a. ApPll'ntRam. City of Fayetteville 71-6018462 b. Orpalation Unit Same 6 c.St,nt/P.O. Ba P . 0. Drawer F PRO- a. NUMBER _.10 I. 111 d 21 GRAM b. TITLE d. city Fayetteville I. County ° Washington (From 1. sate Arkansas g. Zip Coda: 72702 Federal Airport Development Aid I. Contact Person (None Don Grimes, City Manager CatoJoy) & t.4phoa. No.) 7. TITLE AND DESCRIPTION OF APPLICANTS PROJECT 8. TYPE OF APPLICANT/RECIPIENT • A -State H-CommunityAction A5e,cy Drake Field Airport: This project consists of the B-Int.ratata I- Higher Educational Irstiatica C-Subatate J- Indian Tribe acquisition of 20 acres of land and the construc- District K -other (Specify), tion of an access road from U.S. Hwy. 71 to the 0 -County F -School District eastern side of the airport Gsppeecciat Pain. J>proprote Letter Olalct Eater a 9. TYPE OF ASSISTANCE A-Bulc Grant 0 -insurance B•Supplemental Grant E -Other Enter atMro- C-Loan p,iate letter(s). 10. AREA OF PROJECT IMPACT (.vamp of cities, counties. 11. ESTIMATED NUM. 12. TYPE OF APPLICATION Stataa, etc.) DER OF PERSONS A.New C -Revision E•Augmsntatlon BENEFITING B-Reneal 0-Contlnwllon • Fayetteville, Washington, Arkansas 100,000 Enter appropriate letter 13. PROPOSED FUNDING 14. CONGRESSIONAL DISTRICTS OF: 15. TYPE OF CHANGE (For ieo of Its) A -Increase Dollars F -Other (Specify) c a. FEDERAL $ 291.096 .Do a. APPLICANT b. PROJECT B-Dwresse Dollars b. APPLICANT X22 .344 .00 D--Oe�ae Duration e. STATE 10.000 CO.16. PROJECT START I7. PROJECT E-C,nallalian' DATE Year month day DURATION Elite? ap ,o. d. LOCAL .Go 1982 11 15 12 Months - Prietotetcar(d • a. OTHER .00 15. ESTIMATED DATE TO Ycar month day 19. EXISTING FEDERAL IDENTIFICATION NUMBER BE SUBMITTED TO I. TOTAL $ 323.440 •DO FEDERAL AGENCY ► 1982 _ _ _ _ _ 20, FEDERAL AGENCY TO RECEIVE REQUEST (t.'emd• C(ty, Stat., ZTP code) I 21. REMARKS ADDED Office Bellu. y.,. QfL.J3A0.8 .. ❑ Yes Q No • 22. a. To the bat of my k,onladjo and bsllef, b. If rsyaired by OMB Clrwlar A-95 this application was submitted, pursuant to In. No re- Respnse o Fdata In this VrespNictlonpppllcatian am strusbons thmelne to appropriate claringhousa and all amputate art ne attached: appeases attached THE true and con.ct, the document has been APPLICANT duty authorized by the goveming body of F CERTIFIES the applicant and the applicant will comply (1) Previously Submitted ❑ ❑ THAT► with the attached manna If the inlet- w 0 0 ant. Is approved. (3) ❑ ❑ 23. a. TYPED NAME AND TITLE 0. SIGNATURE c. DATE SIGNED u CERTIFYING / Year mQonth day REPRE. Donald L. Grimes ✓V SENTATIVE anager 19 82 25�. 2A, AGENCY NAME 25. APPLICA• fear month day TION RECEIVED 19 25. ORGANIZATIONAL UNIT 27. ADMINISTRATIVE OFFICE 23. FEDERAL APPLICATION IDENTIFICATION 0 29. ADDRESS 30. FEDERAL GRANT IDENTIFICATION 31. ACTION TAKEN 32. FUNDING Year month day 34. Year month day ST A. AWARDED a. FEDERAL $ .00 33. ACTION DATE). 19 DATE IN019 b. REJECTED b. APPLICANT .00 35. CONTACT FOR ADDITIONAL INFORMA• 36. Year month day TION (Nano and telephone number) ENDING 0 a RETURNED FOR C. STATE .00 DATE 19 AMENDMENT d. LOCAL .00 37. REMARKS ADDED d. DEFERRED I. OTHER .00 ❑ a WITHDRAWN I. TOTAL $ .00 . D' CNO 35. a. In taking ahoy. talon. any a imata received from clearinghouses war. con. b. FEDERAL AGENCY A-95 OFFICIAL sidsred. II fancy rnpans. Is duo under pnrision of Pan 1. 090 Circular A-95, (Name a,d telsDhons no.) FEDERAL AGENCY It tin been or Is being made. A-95 ACTION ST.4BOARD FORM 424 PAGE 1 (10-75) SECTION IV —REMARKS (Pt ase reference the proper item number front Sections 1,11 or III, if applicable) • •• STANDARD FORM 424 PAGE 2 (10-75) DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 80.80184 PART II ' PROJECT APPROVAL INFORMATION SECTION A Item 1. Does this assistance request require State, local, Nome of Governing Body regional, or other priority rating? Priority Rating Yes X No Item 2. Does this, ass istance request require State, or local Name of Agency or advisory, educational or health clearances? Board Yes X No (Attach Documentation) Item 3. Does this assistance request require clearinghouse review (Attach Comments) in accordance with OMB Circular A-95? X Yes ______ No Previously Submitted • Item 4. Does this assistance request require State, local, regional or other planning approval? _Yes_ Name of Approving Agency State Clearinghouse Date May 27, 1982 No Northwest Ark. Regional Planning Commission Item 5. Is the proposed project. covered by an approved Check one: State comprehensive plan? Local I—] Regional [] Yes X No Location of plan Item 6. Will the assistance requested serve a Federal Name of Federal Installation installation? Yes X No Federal Population benefiting from Project Item 7. Will the assistance requested be on Federal land Name of Federal Installation or installation? Location of Federal Land Yes X No Percent of Project Item 8. Will the assistance requested have an impact or effect on the environment? Yes X No Item 9. Will the assistance requested cause the displacement of individuals families, businesses, or farms? x Item 10. Is there other related Federal assistance on this project previous, pending, or anticipated? See instruction for additional information to be provided. Number of: Individual s Families Businesses Farms See instructions for additional information to be provided. Yes X No FAA Form 5100.100 16)31 SUPER5f_pr;5 FA _o,.M 5100-10 PAGES I THRU' - - 0 , . n INSTRUCTIONS PART II — SECTION A Negative answers will not require an explanation unless the Federal agency requests more information at a later date. Provide supplementary data for all "Yes" answers in the space provided in accordance with the following instruc. tions. Item 1 — Provide the name of the governing body establish. ing the priority system and the priority rating assigned to this project. Item 2 — Provide the name of the agency or board which issued the clearance and attach the documentation of status oc approval. Item 3— Attach the clearinghouse comments for the appli- cation in accordance with the instructions contained in of- fice of Management and Budget Circular No. A-95. If com- ments were submitted previously with a preapplication, do not submit them again but any additional comments re- ceived from the clearinghouse should be submitted with this application. Item 4 — Furnish the name of the approving agency and the approval date. Item 5 — Show whether the approved comprehensive plan is State, local or regional, or if none of these, explain the scope of the plan. Give the location where the approved plan is available for examination and state whether this project is in conformance with the plan. Item 6 — Show the Federal population residing or working on the federal installation who will benefit from this project. Item 7 — Show the percentage of the project work that will be conducted on federally -owned or leased land. Give the name of the Federal installation and its location. Item 8 —Briefly describe the possible beneficial and/or harmful impact on the environment because of the pro- posed project. If an adverse environmental impact is.antici- pated, explain what action will be taken to minimize the impact. Federal agencies will provide separate instructions if additional data is needed. Item 9— State the number of individuals, families, busi- nesses, or farms this project will displace. Federal agencies will provide separate instructions if additional data is needed. Item 10 — Show the Federal Domestic Assistance Catalog number, the program name, the type of assistance, the sta- tus and amount of each project where there is related pre- vious, pending, or anticipated assistance. Use additional sheets, if needed. * U.S. GOVERNMENT PRINTING OFFICE: 1974-672-743 DEPARTMENT OF TRANSPORTATION A:; AVIATION ADMINISTRATION OMB NO. 04-R0209 PART Ii - SECTION C (SECTION B OMITTED) The Sponsor hereby represents and certifies as follows: 1. Compatible Land Use. —The Sponsor has taken the following actions to assure compatible usage of land adjacent to or in the vicinity of the airport: - The sponsor has adopted a Drake Field Zoning Ordinance No. 1278 which regulates and restricts all land use activities in the vicinity of Drake Field. This ordinance was adopted November 20, 1961. 2. Defaults. —The Sponsor is not in default on any obligation to the United States or any agency of the United States Govern- ment relative to the development, operation, or maintenance of any airport, except as stated herewith: None. 3. Possible Disabilities. —There are no facts or circumstances (including the existence of effective or proposed leases, use agreements or other legal instruments affecting use of the Airport or the existence of pending litigation or other legal proceedings) which in reasonable probability might make it impossible for the Sponsor to carry out and complete the Project or carry out the provisions of Part V of this Application, either by limiting its legal or financial ability or otherwise, except as follows: None 4. Land. —(a) The Sponsor holds the following property interest in the following areas of land"which arc to he developed or used as part of or in connection with the Airport. subject to the following r.xcePlions, rnr a nI braoces. and advrrsr inlerc,ts. all of which areas arc idenl ifird on the property map designated as Exhibit "A : Sponsor owns feel simple title to the land shown as Tracts "A" and "B" cn Exhibit A. The land proposed for acquisition under this project through simple title is designated as Tracts "C" and "D" on Exhibit A. *State rho racier of property in, errs t in each urn, and list and id of every kind and oat ur,. including lien.', • .s, rn rums, Irnsrc, pt, area numbers shown on the property map. if carp ail e.rc•eplions, wrrumhroll, c,c, nod adverse in lrrr.'l.c .crpnrole areas of land nerd only be identified Kerr by the FAA Form 5100-100 (4-76) Page 3a DEPARTMENT OF TRANSPORTATION _ FEDERAL AVIATION ADMINISTRATION OMB NO. 04-R0209 - PANT II - SECTION C (Continued) 'fhe poosor further rertifirs that Ilse abnve is based on a title examination by a qualified attorney or title company and that such attorney or title compauv has drternlined that the sponsor holds the above property interests. (b) The Sponsor will acquire within a reasonable time, but in any event prior to the start of any construction work under the Project the following property interest in the following areas of land" on which such construction work is to be performed, all of which areas are identified on the property map denim rated as Exhibit "A": Tract "C" and Tract "D" (c) The Sponsor will acquire within a reasonable time, and if feasible prior to the completion of all construction work under the Project, the following property interest in the following areas of land* which are to be developed or used as part of or in connection with the Airport as it will be upon completion of the Project, all of which areas are identified on the aforementioned property map designated as Exhibit "A": None. 5. Exclusive Rights. —There is no grant of an exclusive right for the conduct of any aeronautical activity at any airport owned or controlled by the ponsor except as Follows: None. *Slate rh arar I er of property in teresl in ear It area and list and irlent ify for each all exceptions, encumbrances, and adverse interests of every kind and nature.. including liens. ensernen Is, leases, clr. The separate areas of land newt an ly be identified here by the area numbers shown on Ilw property map. FAA Form 5100-100 (4-76) Page 3b FAA AC 8106913 DEPARTMENT OF TRANSPORTATION- FEDERAL AVIATInW Anulul(TDATInu PART III - BUDGET INFORMATION - CONSTRUCTION SECTION A - GENERAL 1. Federal Domestic Assistance Catalog No ............. 20.102 2. Functional or Other Breakout ................... . • SECTION B - CALCULATION OF FEDERAL GRANT -- Cost Classification ::t.' i:, :.i ... ...... r.. ... - . -. t� ,r: i?�I�u:FCCCa r=^c h•:,,. 'a ..' t Use only for revisions . _ Total Amount Required - Latest Approved Amount Adjustment tor(_) 1. Administration expense $ $ - $ 2. Preliminary expense 3.. Land,structures, right-of-way 60,000 4. Architectural engineering basic fees 16.800 5. Other architectural engineering fees 6. Project inspection fees 7,700 7. Land development - 8. Relocation Expenses 9. Relocation payments to Individuals and businesses 10. Demolition and removal 11. Construction and project improvement 204,740 12. Equipment 13. Miscellaneous Materials .Testing 2;6OO 14. Total (Lines 1 through 13) 296,840 15. Estimated Income (if applicable) 16. Net Project Amount (Line 14 minus 15) 296,840 17. Less: Ineligible Exclusions 18. Add: Contingencies 2 6.600 19. Total Project Amt. (Excluding Rehabilitation Grants) 323,440 20. Federal Share requested of Line 19 291,096 21. Add Rehabilitation Grants Requested (100 Percent) 22. Total Federal grant requested (Lines 20 & 21) 291,096 23. Grantee share 22,344 24. Other shares - 10,000 25. Total project (Lines 22, 23 & 24) S $ S 323,440 OMB NO. 90-RO IRS rAA rorm 5100.100 (6 73) SUPERSEDES FAA FORM 5100-10 PAGES I THRU 7 Page 4 INSTRUCTIONS PART Ill Section A. General 1. Show the Federal Domestic Assistance Catalog Num- ber from which the assistance is requested. When more than one program or Catalog Number is in- volved and the amount cannot be distributed to the Federal grant program or catalog number on an over- all percentage basis, prepare a separate set of Part III forms for each program or Catalog Number. However, show the total amounts for all programs in Section B of the basic application form. 2. Show the functional or other categorical breakouts, if required by the Federal grantor agency. Prepare a separate set of Part III forms for each category. Section B. Calculation of Federal Grant When applying for a new grant, use the Total Amount Column only. When requesting revisions of previously awarded amounts, use all columns. Line 1 — Enter amounts needed for administration ex- penses including such items as travel, legal fees, rental of vehicles and any other expense items expected to be in- curred to administer the grant. Include the amount of in- terest expense when authorized by program legislation and also show this amount under Section E Remarks, Line 2— Enter amounts pertaining to the work of locating and designing, making surveys and maps, sinking test holes, and all other work required prior to actual construction. Line 3 — Enter amounts directly associated with the acqui- sition of land, existing structures, and related right-of-way. Line 4 —Enter basic fees for architectural engineering services. Line 5— Enter amounts for other architectural engineering services, such as surveys, tests, and borings. Line 6— Enter fees for inspection and audit of construc- tion and related programs. Line 7 — Enter amounts associated with the development of land where the primary purpose of the grant is land improvement. Site work normally associated with major construction should be excluded from this category and shown on Line 11. Line 8— Enter the dollar amounts needed to provide relo- cation advisory assistance, and the net amounts for replace- ment (last resort) housing. Do not include relocation ad- ministration expenses on this Line; include them on Line 1. Line 9— Enter the estimated amount of relocation pay- ments to be made to displaced persons, business concerns and non-profit organizations for moving expenses and re- placement housing. Line 10 — Enter the gross salaries and wages of employees of the grantee who wilt be directly engaged in performing demolition or removal of structures from developed land. This line should show also the cost of demolition or re- moval of improvements on developed land under a third party contract. Reduce the costs on this line by the amount of expected proceeds from the sale of salvage, if so in- structed by the Federal grantor agency. Otherwise, show the proceeds on Line 15. Line 11 — Enter amounts for the actual construction of, addition to, or restoration of a facility. Also include in this category the amounts of project improvements such as sewers, streets, landscaping and lighting. Line 12— Enter amounts for equipment both fixed and movable exclusive of equipment used for construction. For example, include amounts for permanently attached lab- oratory tables, built-in audio visual systems, movable desks, chairs, and laboratory equipment. Line 13 — Enter amounts for items not specifically men- tioned above. Line 14 — Enter the sum of Lines 1.13. Line 15 — Enter the estimated amount of program income that will be earned during the grant period and applied to the program. Line 16 — Enter the difference between the amount on Line 14 and the estimated income shown on Line 15. Line 17 — Enter amounts for those items which are part of the project but not subject to Federal participation (See Section C, Line 26g, Column (1) ). Line 18 — Enter the estimated amount for contingencies. Compute this amount as follows. Subtract from the net project amount shown on Line 16 the ineligible project exclusions shown on Line 17 and the amount which is excluded from the contingency provisions shown in Section C, Line 26g, Column (2). Multiply the computed amount by the percentage factor allowed by the grantor agency in ac- cordance with the Federal program guidance. For those grants which provide for a fixed dollar allowance in lieu of a percentage allowance, enter the dollar amount of this allowance. Line 19 — Show the total amount of Lines 16, 17, and 18. (This is the amount to which the matching share ratio pre- scribed in program legislation is applied.) Line 20 — Show the amount of Federal funds requested exclusive of funds for rehabilitation purposes. Line 21 — Enter the estimated amounts needed for rehabili- tation expense if rehabilitation grants to individuals are made for which grantees are reimbursed 100 percent by the Federal grantor agency in accordance with program legisla- tion. If the grantee shares in part of this expense show the total amount on Line 13 instead of on Line 21 and explain in Section E. Line 22 — Show the total amount of the Federal grant re- quested. Line 23 — Show the amount from Section D, Line 27h. Line 24 — Show the amount from Section D, Line 28c. Line 25 — Self-explanatory. GPO $65.410 0 = DEPARTMENT OF TRANSPORTATION. FEOFRAI A VIATInu AnwultTD.TInu Ova NO. 60-ROIS. SECTION C — EXCLUSIONS 26 Classification Ineligible for Participation I Excluded from Contingency Provision (2) a. b $ b. C. e. . ... - .. F, 9, lords $ $ SECTION D — PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE .. 27. Grantee Share g a. Securities b. Mortgages c. Appropriations (By Applicant) d. Bonds e. Tax Levies I. Non Cash g. Other (Explain) (City General Fund) 22,344 h. TOTAL - Grantee share 77 44 28. Other Shares a. State (Arkansas Division of Aeronautics) 10,000 b. Other c. Total Other Shares 10,000 29. TOTAL $ 32,344 SECTION E — REMARKS The following items attached hereto are incorporated herein by reference: 1. Property Map Exhibit "A'r. 2. URARPAPA Assurances 3. Title VI Assurances - The following item is incorporated herein by reference: 1, .Plans and Specifications PART IV PROGRAM NARRATIVE Attach — See Instructions) r,w rarm JIUU.IUU AiJ LJ' N]CUpp rnn IVHM 51UO-10 PAGES I THRU ] .... ... .. ..... Page 5 2 q Q ° C c u= Ld, o_ c C u d= P C D r O y n C C Y V O P P =V „ N �^ n O '� r U u' ° E_ L Q E 5 c .cd. i p co" O o 0 S - Y 2 w> yy m p na N A y t_ 'J ¢ n O w N 6_ C C d d L C m C O Y r r N Er S p 3 L 3 Et n O G y_ ] C -c A" U w N V O C E o` A .n u J N a E% c — CJ a° n n p $ 0 q o a E E Z N ¢° d E O O L` LL C O b.c. y n A N m m w m L Y V VY X w w 3 0 w Y W L— wQ ` C P C w .y C- C X S v 9 t0 r C 6 O L r g V w o o o w 4141 y C w Y N U C L C V is N w m u d .^ — c r C= •— c L ` Z N 0 ¢ '« = W O -6" C O d a i w° ` r C d t N Y 9pp N .q J U ` C N 9 C F r O C w U O d >]A D w O 6 V LL j L E m m Q j m° _.-wwi J .- do ¢ 2 L d m ', C- L d .� ≥ q 'J J 9 O Q O O X A C= N C at a- L✓. r Y J 6 Q L- E w N V r pJ_ Y O V Y a E N c ] O C N L° O C3 Y Y w L w __ _ } .. __ Y L U _ L> r V S Q Q m �� :9-flY3b < wo va 2 - d cc °d=owEam—�y w�c d m L 41 L Q LY. W LL E G wi C U V L U r r w N 9 V O p C w J O w Y W L ❑ O 0 _ w w❑ a p 0¢ Y A« 6 0 a p LL Q m D Y O 0 > C7 d n m Y 4 u ¢ ZL. o 6 ¢ 3 1° U 'isiw CoC° C E U w v w .>• > B E Y C« m yy d 'J U •• d L a w C c O c L Y L 'C Y C O Y V w Y O U d C Z m J E C« r c E T O Y •0 3 L U C J {' C O^ w' •r O c_ o Q p O'L P C c r n r r D ¢ X ] a w E 4 c. ¢ gO� "y :^N6.d_:Eo 0 Cj.p rE ^C o m w w e v w '0 3 A y° o" X o £ �.q w a O c m �^ �'J ` a ` c o LL m X" L- X q o w" o E w E X 'Nr Q P«nV >a L V - xL La > EpC ma r C O O N N L N C C d V ` Co r 3.. n m V ...• COO S yJbr UQJ O ≥6�6 •O3 amc cEnc`N Y'p c:≥ 1- E c U u w J L c o o r o. £ ° E p c a o a r Z c ¢ c Y° a] Y v oN> N E w B. E g `• w o __ O`y- m LL—_w4p1 t w � o o .? -- V NOd dN«d�] W «3pL a0 L°m Or �C Oar Y.? Y`] > >w� W u0 H'^Cw°N NOmc 00 GU n�m� QOLro a°� > 6 A N E E N F• f 3 ^ n CD w w P A cc 3 •0 V �r Z O L J O C N r5flr S] O L " cc 0 E N Q n o m d o m a o '= u C3 m'r 'V Y W O d d>« Y V 9 w p C p W d O_ X •^ 0 S w �. w U .w• w L E W O— w « it co - 5a - >, w L L C d N m U O U O r E `^ T w m - L L a V C C r C C C G j NL r m d w° •_ L Y V ] 3 d w w a Y C Q C_ :on m c .c�o'q5 co vOiXE9r`m W A N r4It O J ¢ ww O a- E Co $N, ¢ c' J 3 m a O E o f V N QL. Pi w D Y - a c u d c V u N - E H ap C C w `p V V% w c > Y d Y A— J r w 50 c T w « � E d LL C N `v8j D m% w a c° ~ 4- ] D °°° r Y V C LL L� C Y V L r m °r' (A Y C 'L o '.' L O E y� C g E V -w Y ql p d Y 3 N c c °u ~ c c 3(J) y r c 3 n O Y «dm�JUo]` E wL 2' 0w_ Dl _j 0. O- DE w0 E CJX C m _ q � J A L C 9 y U E' y] A B C L m O A Y w- V L C f V C y 0] N^ V� C m N D P d 3 a n U P C m E C m N 0 V r V L Y O L °r Y Lr^ L N J O v LL 4 L r DJ C V 3 g W O ^° O SE lV a Y _ _ d _ O¢ N O D r y O ° V N Y .C J N A y C U r d ,r u E C a •° V n O 4ICN n N r ,^ C L C w= r C r wA S. d 4N1 O O N w LL O J q u Y Y C V Eto o C p U 0r C J .N -; S J S D O aca J E-" a' d =•'. "' ° o > c= E c —m m `a r9J w` V n° V^ d Y A d ] L OL w A ° O Y N N Y f L1 a a Y .. Y L T N w P Y « r a E c 3 s r x c,. a L J A C r V C C r O¢ p V 3 m O C t J L> N O L= D t« 0 E L .2 C O> L V_ E d N .q 3 p _ C " V Y 6 X a o'v c c A A a n L u c d _ c 3 E 3 m J S i p 3 r L ¢ N c 1 Y O O VI E w VJ — D 0 A O0'._ O V ° u r V Y O Q % L -y P d 7 L 0 ` L] N L D V w O �q O LL r a LL P.E N 9 r O% N x N«. C N N E H r E E E w y yq U A Y w`, O A N o C_ n a 'E '-E r L a D L" I J W O Y° O C C O n C 0 d C C Jp w m m L 'a ri V E O I W T r lV U Y a O D) Y O 3tCC L E n fl d '] lV Y N Y Y N O 3 A NC.. 1V O w D '= 9 •5° °= N c w C g E' E N N J u G m O Ia .`.. J E J N �n 3 E PART V ASSURp NCES The applicant hereby assures and certifies that it will comply with the regulations, policies, guidelines, and requirements including Office of Management and Budget Circulars No. A-95 (41 FR 2052), A-102 (42 FR 45828), and FMC 74-4 (39 FR 27133; as amended by 43 FR 50977), as they relate to the application, acceptance, and use of Federal funds for this Federally assisted project. Also, the applicant gives the assurance and certifies with respect to the grant that: 1. Authority of applicant. It possesses legal authority to apply for the grant, and to finance and construct the proposed facilities; that a resolution, motion, or similar action has been duly adopted or passed as an official act of the applicant's governing body, authorizing the filing of the application, including all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative of the applicant to act in connection with the application and to provide such additional information as may be required. 2. E.O. 11926 and E.O. 11288. It will comply with the provisions of: Executive Order 11296, relating to evaluation of flood hazards, and Executive Order 11288, relating to the prevention, control, and abatement of water pollution. 3. Sufficiency of funds. It will have sufficient funds available to meet the non -Federal share of the cost for: construction projects. Sufficient funds will be available when construction is completed to assure effective operation and maintenance of the facility for the purposes constructed. 4. Construction. It will obtain approval by the appropriate Federal agency of the final working drawings and specifications before the project is advertised or placed on the market for bidding; that it will construct the project, or cause it to be constructed, to final completion in accordance with the application and approved plans and specifications; that it will submit to the appropriate Federal agency for prior approval changes that alter the costs of the project, use of space, or functional layout; that it will not enter into a construction contract(s) for the project or undertake other activities until the conditions of the construction grant programs(s) have been met. 5. Supervision, inspection, and reporting. It will provide and maintain competent and adequate architectural engineering supervision and inspection at the construction site to insure that the completed work conforms with the approved plans and specifications; that it will furnish progress reports and such other information as the Federal grantor agency may require. 6. Operation of facility. It will operate and maintain the facility in accordance with the minimum standards as may be required or prescribed by the applicable Federal, State, and local agencies for the maintenance and operation of such facilities. 7. Access to records. It will give the grantor agency and the Comptroller General, through any authorized repre- sentative, access to and the right to examine all records, books; papers, or documents related to the grant. 8. Access for handicapped. It will conduct its programs and operate its facilities in accordance with the requirements of Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. 794) and will assure that no quali- fied handicapped person shall, solely by reason of his or her handicap be excluded from participation in, be denied the benefits of, or otherwise be subjected to discrimination, including discrimination in employment, under any grant program or activity that receives funds or benefits from this grant. The sponsor further assures that its programs will be conducted and its facilities operated, in compliance with the requirements imposed by or pursuant to 49 CFR Part 27. 9. Commencement and completion. It will cause work on the project to be commenced within a reasonable time after receipt of notification from the approving Federal agency that funds have been approved and that the project will be prosecuted to completion with reasonable diligence. 10. Disposition of interest. It will not dispose of or encumber its title or other interests in the site and facilities during the period of Federal interest or while the Government holds bonds, whichever is the longer. 11. Civil Rights. It will comply with Title VI of the Civil Rights Act of 1964 (P.L. 88-352) and in accordance with Title VI of that Act, no person in the United States shall, on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the applicant receives Federal financial assistance and will immediately take any measures necessary to effectuate this agreement. If any real property or structure thereon is provided or improved with the aid of Federal financial assistance extended to the Applicant, this assurance shall obligate the Applicant, or in the case of any transfer of such property, any transferee, for the period during which the real property or structure is used for a purpose for which the Federal financial assistance is extended or for another purpose involving the provision of similar services or benefits. FAA Form 5100-100 (8-81) Page 6 12. Private gain. It will establish safeguards to prohibit employees from using their positions for a purpose that is or gives the appearance of being motivated by a desire for private gain for themselves or others, particularly those with whom they have family, business, or other ties. 13• Relocation assistance. It will comply with the requirements of Title II and Title III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (P.L. 91-646) which provides for fair and equitable treatment of persons displaced as a result of Federal and Federally assisted programs. 14. OMB Circular A-102. It will comply with all requirements imposed by the Federal grantor agency concerning special requirements of law, program requirements, and other administrative requirements approved in accordance with Office of Management and Budget Circular No. A-102. 15. Hatch Act. It will comply with the provisions of the Hatch Act which limit the political activity of employees. 16. Federal Fair Labor Standards Act.' It will comply with the minimum wage and maximum hours provisions of the Federal Fair Labor Standards Act, as they apply to hospital and educational institution employees of State and local governments. 17. Effective date and duration. These covenants shall become effective upon acceptance by the Sponsor of an offer of Federal aid for the Project or any portion thereof, made by the FAA and shall constitute a part of of -the Grant Agreement thus formed. These covenants shall remain in full force and effect throughout the useful life of the facilities developed under this Project, but in any event not to exceed twenty (20) years from the date of said acceptance of an offer of Federal aid for the Project. However, these limitations on the duration of the covenants do not apply to the covenant against exclusive rights and real property acquired with Federal funds. Any breach of these covenants on the part of the sponsor may result in the suspension or termination of, or refusal to grant Federal assistance under, FAA administered programs, or such other action which may be necessary to enforce the rights of the United States under this agreement. 18. Conditions and limitations on airport use. It will operate the Airport as such for the use and benefit of the public. In furtherance of this covenant (but without limiting its general applicability and effect), the Sponsor specifically agrees that it will keep the Airport open to all types, kinds, and classes of aeronautical use on fair and reasonable terms without discrimination between such types, kinds, and classes. Provided, that the Sponsor may establish such fair, equal, and not unjustly discriminatory conditions to be met by all users of the airport as may be necessary for the safe and efficient operation of the Airport; And Provided Further, That the Sponsor may prohibit or limit any given type, kind, or class of aeronautical use of the Airport if such action is necessary for the safe operation of the airport or necessary to serve the civil aviation needs of the public. 19. Exclusive right. It a. Will not grant or permit any exclusive right forbidden by Section 308(a) of the Federal Aviation Act of 1958 (49 U.S.C. Section 1349(a)) at the Airport, or at any other airport now owned or controlled by it; b. Agrees that, in furtherance of the policy of the FAA under this covenant, unless authorized by the Administrator, it will not, either directly or indirectly, grant or permit any person, firm or corporation the exclusive right at the Airport, or at any other airport now owned or controlled by it, to conduct any aeronautical activities, including, but not limited to charter flights, pilot training, aircraft rental and sightseeing, aerial photography, crop dusting, aerial advertising and surveying, air carrier operations, aircraft sales and services, sale of aviation petroleum products whether or not conducted in conjunction with other aeronautical activity, repair and maintenance of aircraft, sale of aircraft parts, and any other activities which because of their direct relationship to the operation of aircraft can be regarded as an aeronautical activity. C. Agrees that it will terminate any existing exclusive right to engage in the sale of gasoline or oil, or both, granted before July 17, 1962, at such an airport, at the earliest renewal, cancellation, or expiration date applicable to the agreement that established the exclusive right; and d. Agrees that! it will terminate any other exclusive right to conduct an aeronautical activity now existing at such an airport before the grant of any assistance under the Airport and Airway Development Act. 20. Public use and benefit. It agrees that it will operate the Airport for the use and benefit of the public, on fair and reasonable terms, and without unjust discrimination. In furtherance of the covenant (but without limiting its general applicability and effect), the Sponsor specifically covenants and agrees; a. That in its operation and -the operation of all facilities on the Airport, neither it nor any person or organization occupying space or facilities thereon will discriminate against any person or class of persons by reason of race, color, creed or national origin in the use of any of the facilities provided for the public on the Airport. FAA Form 5100-100 (8-81) - Page 7 b. That in any agreement, contract, lease or other arrangement under which a right or privilege at the Airport is granted to any person, firm, or corporation to conduct or engage in any aeronautical activity for furnishing services to the public at the Airport, the Sponsor will insert and enforce provisions requiring the contractor -- (1) to furnish said services on a fair, equal, and not unjustly discriminatory basis to all users thereof, and (2) to charge fair, reasonable, and not unjustly discriminatory prices for each unit or service; provided, that the contractor may be allowed to make reasonable and nondiscriminatory discounts, rebates, or other similar types of price reductions to volume purchasers. c. That it will not exercise or grant any right or privilege which operates to prevent any person, firm, or corporation operating aircraft on the airport from performing any services on its own aircraft with its own employees (including, but not limited to maintenance and repair) that it may choose to perform. d. In the event, the sponsor itself excercises any of the rights and privileges referred to in subsection b, the services involved will be provided on the same conditions as would apply to the furnishing of such services by contractors or concessionaires of the sponsor under the provisions of such subsection b. 21. Nonaviation activities. Nothing contained herein shall be construed to prohibit the granting or exercise of an exclusive right for the furnishing of nonaviation products and supplies or any service of a nonaeronautic81- nature or to obligate the sponsor to furnish any particular nonaeronautical service at the airport. 22. Operation and maintenance of the airport. It will operate and maintain in a sate and serviceable condition the airport and all facilities thereon and connected therewith which are necessary to serve the aeronautical users of the airport other than facilities owned or controlled by the United States, and will not permit any activity thereon which would interfere with its use for airport purposes; provided, that nothing contained herein shall be construed to require that the airport be operated for aeronautical uses during temporary periods when snow, flood, or other climatic conditions interfere with such operation and maintenance; And Provided Further, That nothing herein shall be construed as requiring the maintenance, repair, restoration, or replacement of any structure or facility which is substantially damaged or destroyed due to an act of God or other condition or circumstance beyond the control of the sponsor. In furtherance of this covenant, the sponsor will have in effect at all times arrangements for -- a. Operating the airport's aeronautical facilities whenever required; b. Promptly marking and lighting hazards resulting from airport conditions, including temporary conditions; and c. Promptly notifying airmen of any condition affecting aeronautical use of the airport. 23. Airport hazards. Insofar as it is within its power and reasonable, the sponsor will, either by the acquisition and retention of easements or other interests in or rights for the use of land or airspace or by the adoption and enforcement of zoning regulations, prevent the construction, erection, alteration, or growth of any structure, tree, or other object in the approach areas of the runways of the airport, which would constitute an airport hazard. In addition,, the sponsor will not erect or permit the erection of any permanent structure or facility which would interfere materially with the use, operation, or future I . development of the airport, in any portion of a runway approach area in which the sponsor has acquired, or hereafter acquires, property interests permitting it to so control the use made of the surface of the land. 24. Use of adjacent land. Insofar as it is within its power and reasonable, the Sponsor will, either by the acquisition and retention of easements or other interest in or rights for the use of land or airspace or by the adoption and enforcement of zoning regulations, take action to restrict the use of land adjacent to or in the immediate vicinity of the airport to activities and purposes compatible with normal airport operations including landing and takeoff of aircraft. 25. Airport layout plan. It will keep up to date at all times an airport layout plan of the airport showing (1) boundaries of the airport and all proposed additions thereto, together with the boundaries of all offsite areas owned or controlled by the sponsor for airport purposes, and proposed additions thereto; (2) the location and nature of all existing and proposed airport facilities and structures (such as runways, taxiways, aprons, terminal buildings, hangars and roads), including all proposed extensions and reductions of existing airport facilities; and (3) the location or all existing and proposed nonaviatton areas and of all existing improvements thereon. Such airport layout plan and each amendment, revision, or modification thereof, shall be subject to the approval of the FAA, which approval shall be evidenced by the signature of a duly authorized representative of the FAA on the face of the airport layout plan. The sponsor will not make or permit any changes or alterations in the airport or in any of its facilities other than in conformity with the airport layout plan as so approved by the FAA, if such changes or alterations might adversely affect the safety, utility, or efficiency of the airport. 26. Federal use of facilities. All facilities of the airport developed with Federal aid and all those usable for the landing and taking off of aircraft, will be available to the United States at all times, without charge, for use by government aircraft in common with other aircraft, except that if the use by government aircraft FAA Form 5100-100 (8-81) is substantial, a reasonable share, proportional to such use, of the cost of operating and maintaining facilities so used, may be charged. Unless otherwise determined by the FAA, or otherwise agreed to by the I;: sponsor and the using agency, substantial use of an airport by government aircraft will be considered to exist when operations of such aircraft are in excess of those which, in the opinion of the FAA, would unduly interfere with use of the landing area by other authorized aircraft, or during any calendarmonth that -- a. Five (5) or more government aircraft are regularly based at the airport or on land adjacent thereto; or b. The total number of movements (counting each landing as a movement and each takeoff as a movement) of government aircraft is 300 or more, or the gross accumulative weight of government aircraft using the airport (the total movements of government aircraft multiplied by gross weights of such aircraft) is in excess of five million pounds. 27. Areas for FAA use. Whenever so requested by the FAA, the sponsor will furnish without cost to the Federal Government, for construction, operation, and maintenance of facilities for air traffic control activities, or weather reporting activities and communication activities related to air traffic control, such areas of land or water, or estate therein, or rights in buildings of the sponsor as the FAA may consider necessary or desirable for construction at Federal expense of space or facilities for such purposes. The approximate amounts of areas and the nature of the property interests and/or rights so required will be set forth in the grant agreement relating to the project. Such areas or any portion thereof will be made available as provided herein within 4 months after receipt of written requests from the FAA. 28. Fee and rental structure. The airport operator or owner will maintain a fee and rental structure for the facilities and services being provided the airport users which will make the airport as self-sustaining as possible under the circumstances existing at the airport, taking into account such factors as the volume of traffic and economy of collection. 29. Reports to FAA. It will furnish the FAA with such annual or special airport financial and operational reports as may be reasonably requested. Such reports may be submitted on forms furnished by the FAA, or may be submitted in such manner as the sponsor elects so long as the essential data are furnished. The airport and all airport records and documents affecting the airport, including deeds, leases, operations and use agreements, regulations, and other instruments, will be made available for inspection and audit by the Secretary and the Comptroller General of the United States, or their duly authorized representatives, upon reasonable request. The sponsor will furnish to the FAA or to the General Accounting Office, upon request, a true copy of any such document. 30. System of Accounting. All project accounts and records will be kept in accordance with a standard system of accounting if so prescribed by the Secretary. 31. Interfering right. If, at any time,. it is determined by the FAA that there is any outstanding right or claim of right in or to the airport property, other than those set forth in Part II of the Application for .Federal Assistance, the existence of which creates an undue risk of interference with the operation of the airport or the performance of the covenants of this Part, the sponsor will acquire, extinguish, or modify such right or claim of right in a manner acceptable to the FAA. 32. Performance obligation. It will not enter into any transaction which would operate to deprive it of any of the rights and powers necessary to perform any or all of the covenants made herein, unless by such transaction the obligation to perform all such covenants is assumed by another public agency found by the FAA to be eligible under the Act and regulations to assume such obligations and having the power, authority, and financial resources to carry out all such obligations. If an arrangement is made for management or operation of the airport by any agency or person other than the sponsor or an employee -of the sponsor, the sponsor will reserve sufficient rights and authority to insure that the airport will be operated and maintained in accordance with the Act, the regulations and these covenants. 33. Meaning of terms. Unless the context otherwise requires, all terms used in these covenants which are defined in the Act and the regulations shall have the meanings assigned to them therein. 34. Audit. It will provide for audit of this grant project to be made in accordance with Attachment P of Office of Management and Budget Circular A-102. 35. Section 30. a. It will undertake an affirmative action program, as required by 14 CFR Part 152, Subpart E, to ensure that no person shall, on the grounds of race, creed, color, national origin, or sex, be excluded from participating in any employment, contracting, or leasing activities covered in 14 CFR Part 152, Subpart E. The sponsor assures that no person shall be excluded, on these grounds, from participating in or receiving the services or benefits of any program or activity covered by this subpart. The sponsor assures that it will require that its covered organizations provide assurance to the sponsor that they similarly will undertake affirmative action programs and that they will require assurances from their suborganizations, as required by 14 CFR Part 152, Subpart E, to the same effect. FAA Form 5100-100 (8-81) Fags 9 b. It agrees to comply with any affirmative action plan or steps for equal employment opportunity required by 14 CFR Part 152, Subpart E, as part of the affirmative action program or by any Federal, State, or local agency or court, including those resulting from a conciliation agreement,.a consent decree, court order, or similar mechanism. The sponsor agrees that State or local affirmative action plans will be used in lieu of any affirmative action plan or steps required by 14 CFR Part 152, Subpart E, only when they fully meet the standards set forth in 14 CFR 152.409. The sponsor agrees to obtain a similar assurance from its covered organizations, and to cause them to require a similar assurance of their covered suborganizations, as required by 14 CFR Part 152, Subpart E. 36. Minority Business Enterprise (MBE). It is the policy of the Department of Transportation that minority business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the MBE requirements of 49 CFR Part 23 apply to this agreement. b. The sponsor or its contractor agrees to ensure that minority business enterprises, as defined in 49 CFR Part 23, have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard, the sponsor or its contractors shall take all necessary and reasonable steps in accordance with .49 CFR Part 23 to ensure that minority business enterprises have the maximum opportunity to compete for and perform contracts. The sponsor and its contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT -assisted contracts. c. If, as a condition of assistance, the sponsor has submitted and the Department has approved a minority business enterprise affirmative action program which the sponsor agrees to carry out, this program is incorporated in this financial assistance agreement by reference, This program shall be treated as a legal obligation and failure to carry out its terms shall be treated as a violation of this financial assistance agreement. Upon notification to the sponsor of its failure to carry out the approved program, the Department shall impose such sanctions as noted in 49 CFR Part 23, Subpart E, which sanctions may include termination of the agreement or other measures which may affect the ability of the sponsor to obtain future DOT financial assistance. d. The sponsor agrees to advise such subrecipient, contractor, or subcontractor that failure to carry out the requirements in 49 CFR Part 23, paragraph 23.43(a), shall constitute a breach of contract and, after notification of the Department, may result in termination of the agreement or contract by the sponsor or such remedy as the sponsor deems appropriate. e. Concerning lessees, the sponsor agrees that it shall not exclude MBEs from participation in business opportunities by entering into long-term, exclusive agreements with non -MBEs for the, operation of major transportation -related activities or major activities for the provision of goods and services to the facility or to the public on the facility as set forth in 49 CFR Part 23. 37. Equal Opportunity Clause. It agrees that it will be bound by the equal opportunity clause of £1 CFR Part 60-1.4 with respect to its own employment practices when it participates in Federally assisted construction work: provided that if the applicant so participating is a state or local government, the equal opportunity clause is not applicable to any agency, instrumentality, or subdivision of such Government which does not participate in work on or under the contract. b. It agrees that it will assist -and cooperate actively with the FAA and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the FAA and the Secretary of Labor such information as may be required for the supervision of such compliance, and that it will otherwise assist the FAA in the discharge of the agency's primary responsibility for securing compliance. It further agrees that it will refrain from entering into any contract or contract modification, subject to Executive Order 11246, of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and Federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the FAA or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the sponsor agrees that if it fails or refuses to comply with these undertakings, the FAA may take any or all of the following actions: cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance guarantee); refrain from extending any further assistance.to the sponsor under the program with respect to which the failure or refusal occurred until satisfactory assurance of future compliance has been received from the sponsor; or refer the case to the Department of Justice for appropriate legal proceedings., FAA Form 5100-100 (B -B1) Page 10 38. Violating facilities. It will insure that the facilities under its ownership, lease, or supervision which shall be uttli:ed in the accomplishment arc not listed on the Environmental Protection Agency's (EPA) list of violating facilities and that it will notify the Federal grantor agency of the receipt of any communication from the Director of the EPA Office of Federal activities indicating that a facility to be utilized in the project is under consideration for listing by the EPA. 39. Flood insurance. It will comply with the flood insurance purchase requirements of Section 102(a) of the Flood Disaster Protection Act of 1973, Public Law 93-234, 87 Stat. 975, approved December 31, 1976. Section 102(a) requires, on and after March 2, 1975, the purchase of flood insurance in communities where such insurance is available as a condition for the receipt of any Federal financial assistance for construction or acquisition purposes for use in any area that has been identified by the Secretary of the Department of Housing and Urban Development as an area having special flood hazards. The phrase "Federal financial assistance" includes any form of loan, grant, guaranty, insurance payment, rebate, subsidy; disaster assistance loan or grant, or any other form of direct or indirect Federal assistance. 40. Historic preservation. It will assist the Federal grantor agency in its compliance with Section 106 of the National Historic Preservation Act of 1966 as amended (16 U.S.C. 470), Executive Order 11593, and the Archeological and Historic Preservation Act of 1966 (16 U.S.C. 469a-1 et seq.) by (a) consulting with the State Historic Preservation Officer on the conduct of investigations, as necessary, to identify properties listed in or eligible for inclusion in the National Register of Historic Places that are subject to adverse effects (see 36 CFR Part 800.8) by the activity, and notifying the Federal grantor agency of the existence of any such properties, and by (b) complying with all requirements established by the Federal grantor agency to avoid or mitigate adverse effects upon such properties. 41. Rates for Air Carriers and Fixed Base Operators. It agrees that (a) each air carrier, authorized to engage directly in air transportation pursuant to Section 401 or 402 of the Federal Aviation Act of 1958, using such airport shall be subject to nondiscriminatory and substantially comparable rates, fees, rentals, and other charges and nondiscriminatory conditions as are applicable to all such air carriers which make similar use of such airport and which utilize similar facilities, subject to reasonable classifications such as tenants or nontenants, and combined passenger and cargo flights or all cargo flights, and such classification or status as tenant shall not be unreasonably withheld by any sponsor provided an air carrier assumes obligations substantially similar to those already imposed on tenant air carriers, and (b) each fixed base operator using a general aviation airport shall be subject to the same rates, fees, rentals, and other charges as are uniformly applicable to all other fixed base operators making the same or similar uses of such airport utilizing the same or similar facilities; provision (a) above, shall not require the reformation of any lease or other contract entered into by a sponsor before July 12, 1976; provision (b) above, shall not require the reformation of any lease or other contract entered into by a sponsor before July 1, 1975. 42. Computation of Rates. It is understood and agreed that no part of the Federal share of an airport - development project for which a grant is made under the Airport and Airway Development Act of 1970, as amended (49 U.S.C. 170). et seq.), or under the Federal Airport Act, as amended (49 U.S.C 1101 et seq.), shall be included in the rate base in establishing fees, rates, and charges for users or the airport. FAA Form 5100-100 (8-81) Page 11 STANDARD DOT TITLE VI ASSURANCES City of Fayetteville Arkansas (hereinafter referred to as the Sponsor) hereby agrees that as a condition to receiving Federal financial assistance from the Department of Transportation (DOT), it will comply with Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d et seq.) and all requirements imposed by 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation -- Effectuation of Title VI of the Civil Rights Act of 1964 (hereinafter referred to as the "Regulations") to the end that no person in the United States shall, on the ground of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the applicant receives Federal financial assistance and will immediately take any measures necessary to effectuate this agreement. Without limiting the above general assurance, the Sponsor agrees concerning Project No. r_nco0 0 -03 (hereinafter referred to as the Project) that: 1. Each "program" and "facility" (as defined in Sections 21.23(e) and 21.23(b) will be conducted or operated in compliance with all requirements of the Regulations. 2. It will insert the following notification in all. solicitations for !:ids issued in connection with the Project and in adapted form in all proposals for negotiated agreements: The City of Fayetteville , in accordance with Title VI of the Civil Rights Act of 1964 (42 U.S.C. 2000d et seq.) and 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, hereby notifies all bidders that it will affirmatively assure that minority business enterprises are afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. 3. It will insert the clauses of Attachment 1 of this assurance in every contract subject to the Act and the Regulations. 4. Where Federal financial assistance is received to construct a facility, or part of a facility, the assurance shall extend to the entire facility and facilities operated in connection therewith. 5. Where Federal financial assistance is in the form or for the acquisition of real property or an interest in real property, the assurance shall extend to rights to space on, over, or under such property. 6. It will include the appropriate clauses set forth in Attachment 2 of this assurance, as a covenant running with the land, in any future deeds, Page 1 R, leases, permits, licenses, and similar agreements entered into by the Sponsor with other parties: (a) for the subsequent transfer of real property acquired or improved with Federal financial assistance under this Project and (b) for the construction or use of or access to space on, over, or under real property acquired or improved with Federal financial assistance under this Project. 7. This assurance obligates the Sponsor for the period during which Federal financial assistance is extended to the program, except where the Federal financial assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon, in which case the assurance obligates the sponsor or any transferee for the longer of the following periods: (a) the period during which the property is used for a purpose for which Federal financial assistance is extended, or for another purpose involving the provision of similar services or benefits or (b) the period during which the Sponsor retains ownership or possession of the property. 8. It will provide for such methods of administration for the program as are found by the Secretary of transportation or the official to whom he delegates specific authority to give reasonable guarantee that it, other sponsors, subgrantees, contractors, subcontractors, transferees, successors in interest, and other participants of Federal financial assistance under such program will comply with all requirements imposed or pursuant to the Act, the Regulations, and this assurance. 9. It agrees that the United States has a right to seek judicial enforcement with regard to any matter arising under the Act, the Regulations, and this assurance. THIS ASSURANCE is given in consideration of and for the purpose of obtaining Federal financial assistance for this Project and is binding on its contractors, the sponsor, subcontractors, transferees, successors in interest and other participants in the Project. The person or persons whose signatures appear below are authorized to sign this assurance on behalf of the Sponsor. DATED The City of Fayetteville, Arkansas (Sponsor) (Signature of Authorized Official) Donald L. Grimes City Manager Attachments 1 and 2 Page 2 • )e Ij CONTRACTOR CONTRACTUAL REQUIREMENTS ATTACHMENT 1 During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the •contractor") agrees as follows: 1. Compliance with Regulations. The contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended fran time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcon- tractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. • 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or nego- tiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential. subcontractor or supplier shall be notified by the contractor of the con- tractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The contractor shall provide all informa- tion and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to -- Page 1 a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including pro- curements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request the United•States to enter into such litigation to protect the interests of the United States. Attachment 1, Page 2 CLAUSES FOR DEEDS, LICENSES, LEASES, PERMITS OR SIMILAR INSTRUMENTS ATTACHMENT 2 The following clauses shall be included in deeds, licenses, leases, permits, or similar instruments entered into by the City of FayertPv;llPr arkancac pursuant to the provisions of Assurances 6 (a) and 6 (b). 1. The (grantee, licensee; lessee, permitee, etc., as appropriate) for himself, his heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add "as a covenant running with the land") that in the event facilities are constructed, maintained, or otherwise operated on the said property described in this (deed, license, lease, permit, etc.) for a purpose for which a DOT program or activity is extended or for another purpose involving the provision of similar services or benefits, the (grantee, licensee, lessee, permitee, etc.) shall maintain and operate such facilities and services in compliance with all other requirements imposed pursuant to 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. 2. The (grantee, licensee, lessee, permitee, etc., as appropriate) for himself, his personal representatives; successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree (in the case of deeds and leases add as a covenant running with the land") that: (1) no person on the grounds of race, color, or national origin shall be excluded from par- ticipation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities, (2) that in the construction of any improvements on, over, or under such land and the furnishing of services thereon, no person on the grounds of race, color, or national origin shall be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, (3) that the (grantee, licensee, lessee, permitee, etc.) shall use the premises in compliance with all other requirements imposed by or pursuant to 49 CFR Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation, and as said Regulations may be amended. CERTIFICATION• I, . • . « •' «71.1 1 U •C• • • 1 •71 • • '• IS. • 71• I 1 • •1 • 71 • • •' V• « • / I43" •••••7!• •••U I. •• 1 • • 1 ••••. •. The City of Fayetteville,Arkansas . (hereinafter referred to as Sponsor') hereby assures and certifies that it will ct.ply with the following when acquiring or taking possession of any interest in land included in or used for the ADAP Project covered or to be covered by the Preapplication (or Application) for Federal Assistance to which this certification is affixed. 1(A) Pursuant to Sections 210 and 305 of the Uniform Relocation Assistance and Real Property Acquisitions Policy Act of 1970 (PL 91-646); Part 25,.Regulations of the Secretary of Transportation, "Relocation Assistance and Land acquisition under Federal and Federally Assisted Programs" (49 CFR Part 25, 40 Fed. Reg.41040); the Regulations; and other applicable provisions of law --the terms used in this paragraph to have the meanings assigned to them under such Act and regulations: 1. Sponsor will provide fair and reasonable relocation pay- ments to displaced persons as required by Subparts E, F, and G of said Part 25; 2. Sponsor will provide relocation assistance programs for displaced persons offering the services described in Subpart D of said Part 25; • 3. Sponsor will adequately inform the public of the relocation payments and services which will be available under Subparts.D, E, F, and G of said Part 25; 4. Comparable replacement dwellings will be available, or provided if necessary, within a reasonable period of time before any person is displaced; 5. ;Sponsor will fully comply with Subpart I of said Part 25; 6. 'Sponsor will adequately inform the public of the acquisi- tion policies, requirements, and payments which will apply to the project with respect to any acquisition of real property to which said Part 25 and this agreement apply; 7. When approval of the FAA is required before Sponsor may proceed with any phase of the Project and that phase will cause the displacement of any person Sponsor will prior to proceeding with that phase provide the FAA with written assurances satisfactory tothe FAA that: i Page 1 of 2 (ASWRO--0ct/77) 2 (a) Based on a current survey and analysis of available replacement housing and in consideration of competing demands for that housing, comparable replacement dwellings will be available within a reasonable period of time prior to displacement, equal in number to the displaced persons who require them; and (b) The Sponsor's relocation program is realistic and is adequate to provide orderly, timely, and efficient relocation of. displaced individuals and families to decent, safe, and sanitary hous- ing available to persons without regard to race, color, religion, or national origin with minimum hardship to those affected. (B) With respect to every person who was displaced or from whom real property was acquired after 1 January 1971 and who would have been entitled to any payments or relocation assistance pursuant to the assurances in this agreement had this agreement been in effect at the time of such displacement or acquisition, Sponsor represents and under- takes as the case may be: (1) that such person has received or will receive all the payments and has timely been or will be timely afforded all the assistance and advantages that would have accrued to him under the provisions of this paragraph had he been displaced or the real property acquired or his entitlements as such tenant accrued subsequent to the date of this agreement; and (2) that Sponsor has timely performed or will timely perform all acts that would have been or would still be required of the sponsor had the assurances of this paragraph been appli- cable at the times identified in this paragraph. (C) Until and including 1 July 1972, the provisions of this paragraph, other than subparagraph l(A)(4), shall be applicable only to the extent that Sponsor is able to comply with them under applicable State law; after 1 July 1972, such provisions shall be applicable in their entirety regardless of the extent to which Sponsor is able to comply with them under applicable State law. Subparagraph l(A)(4i shall be applicable to all times under this agreement. (D) The obligation of the United States under this agreement to share in the allowable costs incurred by Sponsor under this paragraph shall be subject to all the pertinent and applicable provisions, limi- tations, and conditions contained in the laws and regulations referred to in this paragraph. Formal submission of the Preapplication (or Application) for Federal Assistance to which this is affixed shall constitute Sponsor's agreement to the terms hereof. Page 2 of 2 (ASWfia--0ct/77) Hzn - n m rc Coo r r o N r- a m m z CC n o Oz < to mcn o' no C H"O H X z A m O H z • K C) H b6�S (11 m I> Z r o mc) C U' > z o m m o o rn m cn C • q H Qrnl rr rn -H,t 01 3 > o \ H z ` I•11 ci v� rn z cry 1320' n rn .D� H oCC _ C C1 H y Q` -311 o - L1 1303.5'_ r D n w o_ w w K H 0' 3 0' Cn O H m w • y H Om CA n K w z H D YZOZ r z U r m m N o r o X320' n a 1 m y` c o ., r o z r PS o a- o I - ,-, z z D C H V-1 N N O fl a' N w y.G H A0 I. K 1320' m w y v \ X C R 1 N O W - N U -a 6113' n a y I O \ - r N cii 1 1S07.17' --_ _ for SPECIAL MEETING OF THE BOARD OF DIRECTORS 257 A special meeting of the Board of Directors was held on Tuesday, September 28, 1982, at 3:30 p.m., in the Board of Directors Room, City Administration Building, Fayetteville, Arkansas. 257.1 PRESENT: Directors Johnson, Lancaster, Todd, Osborne, Sharp, Noland, and Buunpass; City Manager Grimes and City Clerk Kelly; member of the 257.2 press and audience. Also present were Airport Manager Hogue and prospective Board members, Marion Orton and Lewis Johnson. r•�•_ t ••� a is rl 257,3 Director Noland introduced a request by the City Manager and the 257.4 Airport Manager for consideration by the Board of authorization and execution, by the Mayor, City Attorney and City Clerk, of two FAA Grant Agreements (Project Nos. 3-05-0020-02 and 3-05-0020-03). City Manager Grimes stated that the FAA had sent letters to the 257.5 City of Fayetteville indicating the documentation on these two projects was forthcoming, but Airport Manager Hogue indicated they had not received those documents. Due to the deadline for execution of September 30, 1982, it was determined that Assistant Airport Manager Dale Frederick would, if necessary, fly to Oklahoma City to Pick up these documents. Project No. 3-05-0020-02 pertains to the acquisition of land for 257.6 construction of an access road; Project No. 3-05-0020-03 pertains to site preparation for the access road (approximately 3100 linear feet). Director Sharp, seconded by Director Noland, made a motion calling 257.7 for a resolution authorizing the execution of these Grant Agreements. Upon roll call, the motion passed 7-0. ADJOURNMENT There being no further discussion, the meeting was adjourned at 257.8 4:00 p.m. : ar « � ::ir .�� yy �r�i►i7:�y�i�rv�ui��rra � r.i :Ti7:�7 The undersigned hereby acknowledge receipt of official and timely notice of a special meeting of the Board of Directors of the City of Fayetteville, Arkansas, to be held September 28, 1982, at 3:30 p.m., in the Board of Directors Room, City Administration Building, Fayetteville, Arkansas. The purpose of the meeting being: 1. Authorization of an FAA Grant Agreement (Project No. 3-05-0020-03\to be executed by the Mayor and Certified by the City'Attorney. Re: Development - Acquisition of land for construction of access road (fee simple title or other property interest satisfactory to the administrator to tract C and D as shown on property map, marked Exhibit "A"). 2. Authorization of an FAA Grant Agreement (Project No. 3-05-0020-03), to be executed by the,Mayor and Certified by the City Attorney. Re: Development - Site preparation for access road (approximately 3100 linear feet). The undersigned further consent to the meeting at the time and place and for the purpose hereinabove set forth and hereby ratify all action taken at the meeting for said purpose.MAY WOR CITY CLERK Wai /1 FS.YH ;' TEVILLE, ARKANSAS AIRPORT DEPARTMENT P.O. DRAWER F 1!011 5214730 72"1 September 28, 1982 Board of Directors City of Fayetteville P.O. Drawer F Fayetteville, AR 72701 Dear Directors: The original and a copy of two grant offers under which the Federal Aviation Administration (FAA) proposes to assist in specified improvement at the Drake Field Airport are in transit to Mayor Noland. These grant offers must be accepted on or before September 30, 1982. Project No.: 3-05-0020-02 Federal Funds: $ 58,500 Development: Acquire land for construction of access road (fee simple title or other property interest satisfactory to the administrator to tract C and D as shown on property map Exhibit "A"). Project No.: 3-05-0020-03 Federal Funds: $164.,247 Development: Site preparation for access road (approximately 3100 linear feet). If the Board authorizes acceptance of these grant offers, they will be executed upon receipt and returned to the FAA in Oklahoma City. Sincerely yours, (Mrs.) Ede P. Hogue Airport Manager K O rn Cl) HZ n —3 -' n m .nm— '00 r r m r r r N r > m m z do m o z m v1 • C r_ 7 n r.. z _ SI K - . m cn C- - 'r zl, 1F- Iz xlz I� I ! m M m r c j-.1 c' -- c - L/7.1 1 c = c C. n C i T-� C _ >. O C zrc.IC I .- G I A m o I G — t `- I iOS. N 1(11 rr1 K N O hi CD I 1 l v C I ; j J al 0 m •cn a K w o m CD n a '-• nmo r' n o r v z a z Q w Y z v m - r 1 0 x:201 o 11 o - o Z r 0o - `" nr p I y N aNJ P • N tp N y I n I ' C N CA - C) 'q1 K L. l� CCCTTT -- _ J w n \ N \ I IF'_)_ 1r I n - r• .- m N ' C I . x l ti - II o O • NJ- r.. 1 II I I 1S07.17' - -- HERITAGE INSURANCE COMPANY OF AMERICA ILLINOIS GENERAL AGENT P.O. DRAWER 15430 BABB & ASSOCIATES INC. LITTLE c5 R0Col) 7sS-0AR 555 72231-5430 -00555 BID BOND 1-800-482.8841 KNOW ALL MEN BY THESE PRESENTS, That we Simco Contractors, Inc. ........................................ Fayetteville. ................................................. as Principal, AND HERITAGE INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and authorized to transact surety business in the State of Arkansas as Surety, are held and firmly bound unto City of Fayetteville, AR as Obligee, .......................................... Five Percent of Amount Bid 5% In the penal sum of ............................................ DOLLARS, (S............), lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and sev- erally, firmly by these presents. SIGNED, sealed and dated . $/?.?($3 .............. WHEREAS, the said Principal is herewith submitting proposal for Construction of Access Road to Eastside Facilities ADAP #3s05-0020-03 Fayetteville, AR and the principal desires to file this Bid Bond in lieu of making the cash deposit as required by G. S. 143-129 as amended by Chapter 1104 of the Public Laws of 1951. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding -orContract Documents with good and sufficient surety for the faithful performance of -such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. All obligations imposed upon surety by this instrument shall become null and void, and all right to make claim in connection therewith shall expire, 30 days from the date of the bid letting for the aforementioned construction project, unless, prior to the elapsing of said 30 day period, the obligee makes format wri_tteh request for an extension of same to surety's attorneyin-fact, and said attorney -in -fact responds with written approval thereof° ,� yr „+ �.. Simco Co actors Inr_: „[Seal] O , � n,f& BY: .. / /h ~��_-,'�% .-.•.�rw� _nom `1 HERITAGE INSURANCE COMPANY OF AMERICA ra LINCOLNWOOD,LLIN IOIS I II i - = t I. .Ii Power of„Attorney,,, PRINCIPAL Simrn Contractors_ , Inc EFFECTIVE DATE 8/22/83 - DBA AMOUNT OF BOND $ 5% = 26163 w = POWER NO. H ri I — _ • KNOW ALL MEN BY. THESE PRESENTS: That the Heritage Insurance Company, a Corporation in the State of Illinois, having its principal office in Lincolnwood, Illinois, pursuant to the following resolution, adopted by the Board of Directors of the said Company on the 9th day of March, 1979, to wit:. F' 'The President, or any Vice -President, or other officer designated by-the!Board of Executive Committee shall have authority, severally, to make, execute and,deliver a -power: of attorney constituting as Attorney -in -Fact such persons, firms or corporations as such officers may select from time to time.' I does hereby make, constitute and appoint'D. Michael Babb, of North Little Rock, in the State of Arkansas, its true and lawful attorney(s)- in-fact, with full power and authority hereby conferred in:its name, place and stead, to sign, execute, acknowledge and deliver in its behalf, and its act and deed as follows: The obligation of the Company shall not exceed the sum of one hundred thousand ($100,000.00) dollars. - . and to bind Heritage Insurance Company thereby as fully and to the same extent as if such bond or undertaking was signed by the duly - authorized officers of. the Heritage Insurance Company, and all the acts of. said Attorney(s) pursuant. to the authority herein given, are hereby ratified and confirmed. : _ - _ IN WITNESS WHEREOF, the Heritage Insurance Company has caused these presents to be signed by its President and/or its Vice -President; and its Corporate Seal to be hereto affixed. cot. .. HERITAGE INSURANCE COMPANY OF AMERICA ` - :a SEAL {t - • ._ rvyNr�[III01y it ..• •III H State of Blinois; : Countyof Cook; SS - On this 9th day of March, 1979; before; the subscriber, a Notary Public of the State of Illinois in and for the County of Cook duly commissioned rand qualified, came- V M: Giacinto of the Heritage Insurance Company, to me personally known to be the individual and officer described herein, and who executed the preceding instrument, and acknowledged the execution of the same, and being by me duly sworn, deposed and said, that he is the officer of said Company aforesaid, and•that the sea] affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and signature as an officer were duly affixed and subscribed to the said' instrument by -the authority and direction of the said Corporation, and that the resolution of said Company, referred to in the preceding Instrument; is now in force.- _ - - . . IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my official seal at Lincolnwood, Illinois, the day and year alas written. _ II State of Illinois ) SS: County of Cook) CERTIFICATE 1 JOSEPH D. UDONI NOTARY PUBLIC, State of Blinois Qualified in State of Illinois Commission Expires March 4, 1984 1,_.the<undersigned,.Secretary_of HERITAGE INSURANCE CO. a stock corporation of the State of Illinois, DO HEREBY CERTIFY that the foregoing and attached POwer of. Attorney and -Certificate of Atithority`remains'inafull force -and has'not•been-- ravoked; and furthermore, that the Resolution. of the Board of Directors,.as set forth in the Certificate of Authority, are:now in farce. Signed and Sealed at the Home Office of the Company, at Lincolnwood, Illinois. Dated this 22nd n rday"of August A.D., 1983 :n aP4 •a- -' �� I FORM H-73 u r PROPOSAL I• IMPROVEMENTS TO DRAKE FIELD FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS I• AIP Project No. 3-05-0020-03 AIP Project No. 3-05-0020-04 Plans No. 82-118 Dated: July, 1983 I• City of Fayetteville Fayetteville, Arkansas I• I• I• I• 1• I• Gentlemen: The undersigned, states that he has carefully examined the Plans, profiles, Specifications, maps, and drawings, on file in the office of the City Clerk, Fayetteville, Arkansas relative to the proposed Airport Improvements referenced above, and that he is familiar with the same and understands each and all; has examined the location and site; that all bids are made with the full knowledge of the Plans, profiles, Specifications and estimates and all provisions of the Contract and bonds; that this Proposal is made without collusion on the part of any person, firm or corporation, and that he has not divulged the information contained in the Proposal to any person whomsoever, except those having a partnership or other financial interest with him in the Proposal. The undersigned states that he has experience in and is qualified to perform the work herein specified, and that if he does not have craftsmen experienced and qualified in any phase of the work for which this Proposal is offered, he will sub -contract the. work under said phase to a Contractor who does have the necessary experience and qualifications. He further states that he will enter into the Contract to construct said construction as designated in the title of this Proposal in accordance with the Plans and Specifications on file in the office of the City Clerk of Fayetteville, Arkansas, and have said work completed within 90 calendar days from the Notice to Proceed, for the following scheduled prices. G ® 1P SLED .mu .x. iN[nryRLE I• PROPOSAL SCHEDULE BASE BID ITEMS I• I• I• Is r 1• • ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: 1 Lump Sum Project Sign $________/LS // / t{co 40c"I i unv %e 6 dollars/Lump Sum $ 46tob (Words) 2 Lump Sum Clearing �and Grubbing $" OIrS y ' /+oua< dollars/Lump Sum $ d00 (Words) O 3 Lump Sum Ditch Regrading to and $ X0'0 /LS J°cc Along McCollum Ave. -VL'("i%atsewj dollars/Lump Sum $ 72200,0(0 (Words) oa 4 4 6,095 CY Unclassified On -Site $ -/CY Z �3g�. Excavation r ddollars/Cubic Yard Iwor 5 1,755 CY Compacted Embankment $_f_/CY 3,on �0 for,/Siddessllopes 7�'e c /(ais �/') , (i dollars/Cubic Yard $ /$2 s-- Words 6 4,340 CY Uncompacted Embankment $_3_.L/CY z. 'S for Stockpile y3s j )gee dollars/Cubic Yard Words The Bidder is advised to refer to Section 20 of the GENERAL PROVISIONS regarding PROPOSAL CONDITIONS AND REQUIREMENTS. Proposal - 2 LL 'MtED .minx( r.mrvae I• BASE BID ITEMS Is I• I! I• Is I• I• Is I• ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: 7 9,300 CV Compacted Off -site $, , OO /Cy S o� Borrow Material ^/,'ve dollars/Cubic Yard $__ (Wor s 8 Lump Sum Unclassified Excavation o o LS 3, for Structures u__ dollars/Lump Sum. $ x,oO (Wods) 9 100 SY Soil Stabilization $ /! °i/SY tloo Fabric dollars/Square Yard $ /�06, 0 '((Words) 11175- 10 5,295 Tons Crushed Aggregate $ ,So /Ton Base Course (SB-2) i e/u,e Oo��ar-5 �5�i1"f/ Cerc/5 dollars/Ton s4/5o Wor s 115 11 3,010 Gal. Bituminous Prime Coat $ oo /Gal �rdo dollars/Gallon $ 6o20,O0 (Words) 3. 12 1,620 Tons Bituminous Base Course $ x,00 /Ton dollars/Ton $ $00.00 (Words) 3 �IZS 13 975 Tons Bituminous Surface Course y dollars/Ton $ Q p0 (Words) z.3a 14 2,400 SY Double Bituminous Seal Coat $ ,O O /5-Y /f%!e dollars/Square Yard (Words) Proposal - 3 Is T1ATED uvu•x. r..mewLf I• BASE BID ITEMS I• I0 I• I• Is I• 10 I• I• ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: 15 100 LF 12" Reinf. Conc. Pipe $ 2O €/LF Class III, Wall B dollars/Linear Foot $_;7.ODoO0 (Words) 16 116 LF 24"Reinf. Conc. Pipe $ .25 —/LF Classy III, Wall B 7z:vt7l —/iUe dollars/Linear Foot $ E,Z OO (Words) 17 24 LF 18" Polymer Precoated $ Z Z °e-/LF Corrugated Metal Pipe �iw-evr�L —moo dollars/Linear Foot (Words) 18 55 LF 26 5/8" X 43 3/4" Reinf. $ Z ``-- /LF Conc. Arch Pipe, Class A-Ill wo dollars/Linear Foot $9(?D0° Words`j- 19 30 LF 36" Reinf. Conc. Pipe $_'/LF Class III, Wall B 00 tor/•9 -,4b-c dollars/Linear Foot $__________ (Words) 20 4 Ea. Reinforced Concrete $IOo=/EA Headwalls ��atif �[uadved, dollars/Each $ OO00 (Words) 21 4 Ea. Flared End Section $ ?ADD �/EA for 24" RCP 6Gr dollars/Each $ (°OOS (Words) Proposal - 4 I0 EfrconbPATED urtLE .oc. r..EfiMLLE I• BASE BID ITEMS I• El It Is I• I• 1♦ ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: 22 2 Ea. Flared End Section $_q00 SEA r for 26 5/8" x 43 3/4" Arch Pipe // Tu/ ne -�[u/�died dollars/Each $ Words 23 Lump Sum Reinforced Box Culvert $ __ /LS Double 8' x 4.5' us aK'l dollars/Lump Sum. $ ((Words) 24 4.4 AC. Seeding and Fertilizer $/D� f/AC Our / ou.sac/ dollars/Acre $ e�0� (Words) 25 1,265 LF 6 Ft. Chain -Link Fence $ / O0 /LF 9 Gauge Fabric ✓e.�, dollars/Linear Foot $`� Words 26 .2 EA 24 Ft. Cantilever Gate $i/EA (6 Feet High) — te e jr/cc( dollars/Each $ cQ Words 27 1 EA Double 12 Foot Gate ' n /(6 Feet High) $ Co SEA i2'' -'y 5 d dollars/Each $ (Words) 28 59 SY Solid Sod $ ,o o /SY dollars/Square Yard $ /,3,00 (Words) Proposal - 5 1• Z �a Eo DMETOCK "ItR LLE I• BASE BID ITEMS I• I• I• I• I• is I• 1• ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: 29 401 LF 2 -Way Underground $ /3 i /LF Electrical Duct dollars/Linear Foot (Words) 30 80 LF 2 -Way Underground Electrical Duct w/Split PVC Conduit $ °s° /LF j��eec� dollars/Linear Foot $ /)gp,op (Words) Co 31 Lump Sum Barricades $. O CJ /LS uc� dre =dollars/Lump Sum s5600 (Words- Total Base Bid ALTERNATE BID ITEMS ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: A-1 5,280 LF Curb and Gutter $ ' .,j O /LF dollars/Linear Foot $ ____� (Worth') A-2 61.2 LF Concrete Flume $ %O.®0 /LF ) �cc dollars/Linear Foot $______ (Words A-3 475 CY Additional Backfill Behind Curb $ , o /CY X00 _�vfLe dollars/Cubic Yard $/ (Words) Proposal - 6 I I• ®IE 111ITEo I. I0 I• I. I• I• I. 1. [7 1• A-4 1,265 LF 5 Ft. Chain -Link Fence 9 Gauge Fabric $/500/LF z�,Gc eC� dollars/Linear Foot (Words) A-5 2 EA 24 Ft. Cantilever Gate (5 Feet High) (( $ poLtEA �o c/iLou S a,�, d. dollars/Each $ 1 DO (Words) A-6 I EA Double 12 Foot Gate (5 Feet High) Ic_u ti -e dollars/Each (Words) A-7 2 EA Cantilever Gate Operator, f �� Control Station, Ellectrica.11.Wiring & Etc. $ � /G/EA /Iii / /irr w44.e dollars/Each $ �baDOe (Words) ns A-8 Lump Sum Arm Gates with Controls ee�� and/Wiring 9'/i o.sait ci dollars/Lump Sum $ cco ° (Words) The Bidder (Proposer) shall complete the following statement by checking the appropriate boxes. The Bidder (Proposer) has has not O participated in a previous contract subject to equal opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order 11246. The Bidder (Proposer) has Z7has not ❑ submitted all compliance reports in connection with any su h contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. Proposal - 7 I. ® I CGOR ATED unu .Oa..mwnu 1• [` L II I. [3 I• I• 1• I• If the Bidder (Proposer) has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder (Proposer) shall submit a compliance report on Standard Form 100, "Employee Information Report EEO -1" prior to the award of contract. Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the following address: Joint Reporting Committee 100 G Street Washington, D.C. 20506 Enclosed herewith is a bid bond for A dollars which we agree the City of Fayetteville, Arkansas, may cash and retain as liquidated damages in the event of our failure to enter into a contract for the work covered by this Proposal, provided the Contract is awarded to us within sixty (60) days from the date fixed for opening of bids and we fail to execute said contract and execute the required bonds as called for in the specifications within fifteen (15) days after notification of acceptance of this Proposal. The bidder hereby acknowledges receipt of the following Addenda prior to submitting this Proposal: Addenda No. Dated and such addenda are attached hereto and, made a part hereof. Dated at Fayetteville, Arkansas, 1983. this „� j day Proposal - 8 of I• ©1NC O LED unwnc. r.rmwau 1• I• I• [' I• r I♦ 1• IR ® C fl PLL LIME •x. m[+rtru[ 4 Is CONSTRUCTION SPECIFICATIONS alb ACCESS ROAD TO EASTSIDE FACILITIES FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS ADAP PROJECT NO. 3-05-0020-03 JUNE, 1983 JOB NO. 82-118 tITTi®'N� OR0RS' T ^p li TABLE OF CONTENTS SECTION NOTICE TO CONTRACTORS INSTRUCTIONS TO BIDDERS PROPOSAL EQUAL OPPORTUNITY CERTIFICATION CONTRACT PERFORMANCE BOND PAYMENT BOND FEDERAL WAGE DECISION STATE WAGE DECISION WAGE, LABOR, EEO & SAFETY REQUIREMENTS PAGE NO. 1-2 1-5 1-9 1-3 1-3 1-3 1-3 1-3 II 1-14 GENERAL PROVISIONS (FAA Standards, as Revised for This Project) 1-50 Section 10: Definition of Terms 1-5 Section 20: Proposal Requirements and Conditions 6-9 Section 30: Award and Execution of Contract 10-11 Section 40: Scope of Work 12-15 Section 50: Control of Work 16-21 Section 60: Control of Materials 22-25 Section 70: Legal Relations and Responsibility to Public 26-34 Section 80: Prosecution and Progress 35-41 Section 90: Measurement and Payment 42-50 SPECIAL PROVISIONS 1-17 General 1 Description of the Project 1 Coordination of the Work 1 Project Sign 1 Identification of "Engineer" 2 Functions of the Engineer and Relationship Between Engineer and Contractor 2-4 Limitation's of the Engineer's Responsibilities 4 Engineer's Visits to the Site 4 ©� EED unp .pp I..[A[ LLE li TABLE OF CONTENTS (Continued) SECTION PAGE NO. SPECIAL PROVISIONS (Continued) Contractor's Examination 5 Arrangement of Specifications and Plans 5 Workmen 5 Horseplay, Fighting, and Roaming 5 Insurance 6-7 Subcontractors 7 Parking for the Contractor's Work Force 8 Field Office for the Engineer 8 Owner -Furnished Materials - 8 Caution - Gas Line! 8 Use of Explosives 8 Partial Acceptance 9 Progress Schedule 9 Contractor to Perform Construction Staking 9 Other Contractors 9-10 As -Built Drawings 10 Publicity 10 Modifications and Waivers 10 Standards 10 Contractor's Responsibility Regarding Special Application Materials and Products 10-11 Testing 11 Highway Signing 11 Payment for Stored Materials 11-12 Cost of Plans and Specifications 12 Barricades 12 Barbed Wire Fence Removal 12 McCollum Avenue Ditch Grading 12 Alternate Bid Items 12 Safety Requirements and Construction Procedure 12-13 NOTAMS 14 FAA STANDARD SPECIFICATIONS (As Revised for This Project) P-151, Clearing and Grubbing 1-2 P-152, Excavation and Embankment 3-11 P-153, Watering 12 P-201, Bituminous Base Course 13-25 P-209, Crushed Aggregate Base Course 26-31 P-401, Bituminous Surface Course 32-48 P-602, Bituminous Prime Coat 49-51 ©4 BED I. i. I* TABLE OF CONTENTS (Continued) SECTION PAGE NO. FAA STANDARD SPECIFICATIONS (As Revised for this Project -Continued) P-609, Bituminous Surface Treatment 52-59 P-610, Structural Portland Cement Concrete 60-67 D-701, Pipe for Storm Sewers and Culverts 68-73 D-752, Concrete Culverts and Headwalls 74-77 F-162, Chain -Link Fence 78-83 T-901, Seeding 84-87 T-904, Sodding 88-91 T-905, Topsoiling 92-94 T-908, Mulching 95-97 L-110, Installation of Airport Underground 98-101 Electrical Duct Soil Stabilization Fabric 102-103 Gate Operating Equipment 104-107 APPENDIX Highway Signing 1-2 ©I?A TED untE .X. IVRtMtLF ii I. I• I. rS .- Notice to Contractors Z:a KC6RATED 'flit COL. f fTTfVRtf NOTICE TO CONTRAC L I. Notice is hereby given that in pursuance to an order of the Board of Directors of the City of Fayetteville, Arkansas, sealed bids will be received at the Conference Room of the Fayetteville Chamber of Commerce, Fayetteville, Arkansas, until 10:00 A.M. , on the 25th day of August 1983, for the furnishing of altools d labor, and the performance of , work to be done in construction of an access road to the east side of Drake Field, Fayetteville Municipal Airport. Work under this Contract shall include excavation, embankment, borrow, drainage pipe, box culvert, base, surfacing, seeding, and other tasks required for a complete job. The location of the work is set out in the Plans and Specifications to be on file in the offices of McClelland Consulting Engineers, Inc.: P.O. Box 1229, 1810 N. College Avenue, Fayetteville, Arkansas. All bids will be opened and considered at a meeting, to be held in the Conference. Room of the Fayetteville Chamber of Commerce, 123 Mountain Street, Fayetteville, Arkansas at 10:00 A.M. local time, on the 25th day of August , 1983, and at such adjourned meetings thereafter as may be necessary. All necessary work, materials, and every item of construction shall be in accordance with the Plans and Specifications as prepared by the Engineer. Copies of the documents may be obtained from the office of the Engineer upon the payment of the sum of forty dollars ($40.00), said payment being refundable upon returning documents in good condition within 10 days of bid date. Pertinent information and the detailed specifications will be furnished to suppliers at cost of reproduction. Bidders shall make such inspection and studies of the site of the work as to thoroughly familiarize themselves with all conditions to be encountered. Each bidder shall pre -qualify with the Owner 10 days prior to the date for receiving bids. The requirements for prequalification are outlined in Section 20-02.of the General Provisions. Each bid must be accompanied by a surety bond (proposal guaranty) in the amount equal to five percent (5%) of the whole bid, said bond to be issued by a surety company licensed to do business in the State of Arkansas, said bond to be retained as liquidated damages in case the successful bidder fails, neglects, or refuses to enter into the contract for the construction of said works, and furnish the necessary bonds within fifteen (15) days from and after the date of the Notice of Award. ©frJdtR bAATED untE.ocl HaIIEn LIE I. [l Is Is The successful bidder will be required to furnish separate performance and payment bonds, in favor of the City of Fayetteville, Arkansas, in an amount equal to one hundred percent (100%) of the contract amount, at the time of the award of the contract, if said contract exceeds $100,000. Notice is hereby given that the City of Fayetteville is an Equal Opportunity employer. The Board of Directors reserve the right to reject any and all bids, and to waive any formalities deemed to be in the best interest of the City. The proposed contracts are under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause contained in the Specifications. The successful bidder will be required to submit a Certification of Nonsegregated Facilities prior to award Of the contract, and to notify prospective subcontractors of the requirement for such a Certification where the subcontract exceeds $10,000. Samples of the Certification and the Notice to Subcontractors appear in the Specifications. The attention of all bidders is called to the fact that any contractor or subcontractor on this project having 50 or more employees and who may be awarded a contract or subcontract of $50,000 or more will be required to maintain an Affirmative Action Program within 120 days of commencement of the contract. Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for employment of minorities. The Bidder (proposer) must supply all the information required by the bid or proposal form. The attention of all bidders is called to the fact that they must be licensed under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature, as amended. Attention is called to the fact that no less than the minimum salaries and wages as set forth in the Contract Documents must be paid on this project. Sturman Mackey Sturman Mackey Purchasing Agent City of Fayetteville Fayetteville, Arkansas Notice to Contractors - 2 Ek!11 flED . mLL KKk F..Ef,NLLE 4 i• I• I• Instructions to Bidders LEI A , ATED I MIEI c1 nIEM"IE Is INSTRUCTIONS TO BIDDERS li 1. EXAMINATION OF SITE AND DOCUMENTS. Bidders are advised that the plans, profiles, specifications and estimates of the Engineer on file in the office of the official as set out in the "Notice to Contractors," shall constitute all of the information which the Owner shall furnish. No other information given or sendings made by the Owner or any official thereof, prior to the execution of said contract, shall ever become a part of, or change the contract, plans, profiles, specifications and estimates, or be binding to the Owner except as provided for by officially executed Addenda and/or Change Orders. Bidders are required, prior to submitting any bid, to read carefully the specifications, contract and bonds, to examine carefully all plans, profiles, and estimates on file with the official as set out in the "Notice to Contractors," to visit the site of the work to examine carefully local conditions, to inform themselves by their independent research and soundings of the difficulties to be encountered, and to judge for themselves the accessibility of the work and the quantities and character of the materials to be encountered and all attending circumstances affecting the cost of doing the work and the time specified for its completion; and to obtain all information required to make an intelligent bid. 2. BIDS AND BIDDING FORMS. Bids must be made out in ink on the PROPOSAL SCHEDULE included in these plans and specifications. All bids shall be sealed and filed as provided in the "Notice to Contractors". No bidder shall divulge the information in said sealed bid to any person whomsoever, except those having a partnership or other financial interest with him in said bid, until after the sealed bids have been opened. Bids which are incomplete, unbalanced, conditional, or obscure, or which contain additions not called for, erasures, alterations or irregularities of any kind, or which do not comply with the "Instructions to Bidders" may be rejected as informal at the option of the Owner. However, the Owner reserves the right to waive technicalities as to changes, alterations or revisions and to make the award in the best interest of the Owner. All papers bound with or attached to the Proposal Schedule are necessary parts thereof, and must not be detached. A copy of the plans, profiles, specifications, and bid forms may be obtained as provided in the "Notice to Contractors." See Section 20 of the GENERAL PROVISIONS. 3. BID PRICES AND FILLING IN BIDDING FORMS. Bidders must state a price for every item of work named in the Engineer's estimate of quantities of work to be done, approved by the Owner and on file in the office of the official as set out in the "Notice to Contractors." Each bidder shall include in the prices named in his bid the furnishing of all labor, materials, tools, LYLf�'NHATED nti.%. equipment, taxes, insurance, bonds and apparatus of every description to construct, erect and finish completely all the work as called for in the specifications or•shown in the plans. is The price bid for the items must be stated in figures and in words in the appropriate blank spaces provided on the bidding forms. Such figures must be clear and distinctly legible so that no question can arise as to their intent or meaning. In case of a difference in the written words and figures in a proposal, the amount stated in written words shall govern. See Section 20 of the GENERAL PROVISIONS. 4. PRICES BID TO BEAR RELATIONSHIP TO COST OF WORK. Prices bid on the various items in the proposal shall bear a fair relationship to the cost of the work to be done. Bids which appear'unbalanced and deemed not to be in the best interest of the Owner may be rejected at the discretion of the Owner. 5. SIGNATURE ON BIDS. If the bid is made by an individual, his name must be signed by him or his duly authorized agent, and his post office address given. If the bid is made by a firm or partnership, the name and post office address of each member must be given, and the bid signed by a member of the firm or partnership, or a person duly authorized. If the bid is made by a company or corporation, the company or corporate name and the state under the laws of which said company or corporation is chartered, and the business address. must be given, and the bid signed by an officer or agent duly authorized. Power of attorney, properly certified, for agents and others to sign bids must be in writing and filed with the Owner. 6. QUALIFICATIONS AND RESPONSIBILITY OF BIDDERS. The bidder may be required to furnish the Owner with satisfactory evidence of his competence to perform the work contemplated. The Owner reserves the right to reject a bid if the bidder does not provide evidence of financial, past experience, personnel or facilities with which to perform the proposed work in a timely, efficient and competent manner. The Owner reserves the right to make such investigations of information submitted as is deemed necessary, before a rating is given and to disqualify any contractor from bidding if deemed in the best interest .of the Owner. Where required by state laws, the bidders shall be licensed according to the requirements of such laws. In case contractors are required to be licensed, they shall note their license number on their Proposal. Also, see Section 20 of the GENERAL PROVISIONS. 7. BIDDING BONDS (PROPOSAL GUARANTY). Each bid must be accompanied by a bidder's surety bond issued by a company licensed to do business in the State where the project is located in the sum of five per cent (5%) of the amount of the bid, made payable to the Owner as a guarantee that a contract will be Instructions to Bidders - 2 L.6LJM "I •SfT,EED v444C, ugnlMY A entered into and the required bonds furnished within the required time, in the event of the award of a contract. I• I• I• 8. WITHDRAWAL OF BIDS. Permission will not be granted to withdraw or modify any bid after it has been filed. Requests for non -consideration of bids must be made in writing, addressed to the governing body of the Owner and filed with the representative of the Owner designated to receive the bids before the expiration of the time limit for opening bids. After other bids are opened and read, the bid for which withdrawal is requested will be returned unopened. Also, see Section 20 of the GENERAL PROVISIONS. 9. DISQUALIFICATION OF BIDDERS. Any one or more of the following causes may be considered as sufficient for the disqualification of bidders and the rejection of their bid or bids: More than one proposal for the same work from an individual firm, partnership, or corporation under the same or different names. Evidence of collusion among bidders. Participants in such collusion may receive no recognition as bidders for any future work. Unbalanced proposals in which the prices for some items are out of proportion to the prices for other items. Failure to submit a price for each item of work for which a bid price is required by the Proposal. Lack of competency as revealed by the financial statement, experience, plant and equipment statements submitted. Lack of responsibility as shown by past work judged from the standpoint of workmanship and progress. Uncompleted work, which in the judgment of the Owner, might hinder or prevent the prompt completion of additional work if awarded. For being in arrears on existing contracts, in litigation with the owner, or having defaulted on a previous contract. 10. CONSIDERATION OF PROPOSALS. After the proposals are opened and read, the quantities will be extended and totaled in accordance with the bid prices of the accepted proposals, and the results of the prices will be made public. Until the final award of the contract, the Owner reserves the right to reject any or all proposals, to waive technicalities and to advertise for new proposals, or to proceed to do the work otherwise when the best interests of the Owner will be promoted thereby. See Section 30 of the GENERAL PROVISIONS. Instructions to Bidders - 3 LaLii O WRATED .•mU.X ...mem.e iI it, n 11. RIGHT TO REJECT BIDS. ,The Owner reserves the right to reject any and all bids. All bids are subject to this reservation, and the Owner reserves to itself the right to decide which bid shall be deemed the lowest and best. Due consideration will be given to the reputation, financial ability, experience and equipment of the bidder. No bids received in the office of the official as set out in the "Notice to Contractors" after the time for filing, as advertised, will be considered. However, bids mailed from a post office other than that of the Owner and arriving in the Owner's post office before the time for receiving of bids and actually delivered to the office designated to receive the bids, before the hour for opening of bids, shall be judged to have been received in time for filing and shall be considered. Also, See Section 30 of the GENERAL PROVISIONS. 12. FORFEITURE OF BIDDING BOND. The person or persons, partnership, company, firm or corporation to which the contract is awarded shall, within fifteen (15) days after such contract is awarded, execute and deliver the contract as required; such bonds to be executed and approved prior to the execution of the contract by the Owner. The Owner reserves the right to grant the Contractor such extension of time in executing the contract as it deems necessary in the interest of the Owner. Any application for extension of time shall be made by the Contractor in writing, and signed by proper officials. The inclusion of this provision, whereby extension of time in signing the contract and submission of bonds may be granted, in no way obligates the Owner to act upon any application unless it sees fit to do so. Upon failure of the bidder to execute said bonds and contract within the specified time after the contract is awarded, the bid by the Contractor will be considered to have been abandoned and the Owner may ask for new bids. By reason of the uncertainty of the market prices of materials and of damages and expenses which the Owner might incur by reason of said Bidder's failure to execute said bonds and contracts within said specified time, the bid bond accompanying the bid shall be the agreed amount of damages which the Owner will suffer by reason of such failure upon the part of the bidder, and shall thereupon immediately be forfeited to the Owner. The filing•of a bid under these instruction shall be considered as acceptance of this provision. Also, see Section 30 of the GENERAL PROVISIONS. 13. RETURN OF BIDDER'S BOND. Bonds deposited with bids will be returned to the bidders as soon as the contract is awarded, except the bond of the successful bidder, which will be returned after the contract is executed and the bonds approved. Unless the Owner has a good reason to hold bidding bonds, the bonds of all except the three low bidders will be returned as soon as the bids have been considered. 14. AWARDING OF CONTRACT. The Owner reserves the right to withhold the awarding of a contract for a reasonable period of time from the date of Instructions to Bidders - 4 ILaL�iCO� ATED '.&.n .,c. •..menu is S F, opening bids, said length of time to be stated in the Proposal. The awarding of a contract upon a successful bid shall give the bidder no right of action or claim against the Owner upon such contract until the same shall have been reduced to writing and duly signed by the contracting parties. The lettering of a contract shall not be complete until the contract is duly executed and the necessary bonds approved. Also, see Section 30 of the GENERAL PROVISIONS. 15. SUBCONTRACTORS. The Contractor shall not assign nor sublet all or any part of the Contract without the prior written approval of the Owner, nor shall the Contractor allow such subcontractor to commence work until he has provided and obtained approval of such compensation and public liability insurance as may be required under the laws of the state in which the project is located.. The approval of such subcontract by the Owner will in no manner release the Contractor from any of his obligations as set out in the Plans, Specifications, Contract and bonds. 16. PREFERENCE FOR ARKANSAS CONTRACTORS. In the event that the Project is funded by an agency or Owner which is subject to the preference for certain bidders set forth in Section 14 - 614.2 of the Arkansas Statutes, in order to qualify for such preference, the Bidder must submit with his Bid a written claim for preference listing the owners of projects upon which he has satisfactorily performed prior contracts within the State of Arkansas within two years of the date of the bid opening and listing the nature of any and all taxes paid by the Bidder which support his claim for preference. For additional information, the Bidder is referred to Arkansas Statutes Sections 14 - 614.2 through 14 - 614.6. Instructions to Bidders - 5 I.M INCO ATED I. I. I. I. I. I. I. 1. 1. 1• Proposal 1. © EE I TED IT.1FI0.'n Il�tTIMUF PROPOSAL IMPROVEMENTS TO DRAKE FIELD FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS AIP Project No. 3-05-0020-03 AIP Project No. 3-05-0020-04 Plans No. 82-118 Dated: July, 1983 City of Fayetteville Fayetteville, Arkansas Gentlemen: The undersigned, states that he has carefully examined the Plans, profiles, Specifications, maps, and drawings, on file in the office of the City Clerk, Fayetteville, Arkansas relative to the proposed Airport Improvements referenced above, and that he is familiar with the same and understands each and all; has examined the location and site; that all bids are made with the full knowledge of the Plans, profiles, Specifications and estimates and all provisions of the Contract and bonds; that this Proposal is made without collusion on the part of any person, firm or corporation, and that he has not divulged the information contained in the Proposal to any person whomsoever, except those having a partnership or other financial interest with him in the Proposal. The undersigned states that he has experience in and is qualified to perform the work herein specified, and that if he does not have craftsmen experienced and qualified in any phase of the work for which this Proposal is offered, he will sub -contract the work under said phase to a Contractor who does have the necessary experience and qualifications. He further states that he will enter into the Contract to construct said construction as designated in the title of this Proposal in accordance with the Plans and Specifications on file in the office of the City Clerk of Fayetteville, Arkansas, and have said work completed within 90 calendar days from the Notice to Proceed, for the following scheduled prices. I• mt.®fNa1 b PIED PROPOSAL SCHEDULE* BASE BID ITEMS I 6 Ij a ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: 1 Lump Sum Project Sign $ 2(oo,odL$ Two hU.nglred Sl i dC dollars/Lump Sum $ Z(o0.0p Jors 2 Lump Sum Clearing and Grubbing $54X.AY�LS Five thottsznd fIive. bandied dollars/Lump Sum $5,3w.0O (Words) 3 Lump Sum Ditch Regrading to and $Z,550.00'LS Along McCollum Ave. L, r- ioa52Y1Cdttae kayyfretit 1hi dollars/Lump Sum $2,65LOo (Words) 4 6,095 CY Unclassified On -Site $ 2.15 /CY Excavation thou dplti is acI +Itt P'i y1tt≤dollars/Cubic Yard $13 Q ,Z Words 5 1,755 CY Compacted Embankment $035 /CY for Sideslopes No r1ollZVS 2Yld-t11Ywty,/'PV1L�t1 ol1ars/Cubic Yard $ (a14,zG (Words) 6 •4340 CY Uncompacted Embankment $ D.5 /CY for Stockpile 11 d0ll21S znd fI_n_ A41-lVyN dollars/Cubic Yard $ I,S19-0O (Words) * The Bidder is advised to refer to Section 20 of the GENERAL PROVISIONS regarding PROPOSAL CONDITIONS AND REQUIREMENTS. Proposal - 2 Lk!L tTEO \ILLf .x. fuffMLLI BASE BID ITEMS ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: 7 9,300 CV Compacted Off -site $ 5.00 /CY Borrow Material F1v-t dollars and no dollars/Cubic Yard $ to 0O0O (Words) 8 Lump Sum Unclassified Excavation $(3, 5p.O3/LS for Structures O0e.*Rl uund-fh(eehundved }ih4U dollars/Lump Sum $I,16O.OO (Words) 9 100 SY Soil Stabilization $ I.1O /SY Fabric OYK. dollzrzncl +e,l ttttc do7la.rs/Square Yard $ ((0.00 (Words) 10 5,295 Tons Crushed Aggregate $j�.5 /Ton Base Course (SB-2) Tm cioll2rs Z✓1C.I 5eM4 4LV4 ee&tfrc da11 rs/Ton $ r2(. .ZS (Words) 11 3,010 Gal. Bituminous Prime Coat $ (•S b /Gal olie, dollargrid CP1Lw CeVUU dabs/Gallon $ SI5.0 (Words) 12 ,�1,,620 Tons Bituminous Base Course $ .o0/Ton Lrwr (Our dollars 2ifl4 no dal-bars/Ton $55.080.00 (Words) 13 975 Tons Bituminous Surface Course $$111& /Ton Th1tj4cn dvllzvs .yid +ui,t tWe PPM*dal-l-ars/Ton $ I 8,15 14 2,400 SY Double Bituminous Seal Coat $ Z.10 /SY 'rwo dollars 2nrl IPv, eeAt dollars/Square Yard $ 6)040.00 (Words) Proposal - 3 LiJ rIEED ufll OCt FA RiMW BASE BID ITEMS ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: 15 100 LF 12" Reinf. Conc. Pipe $ I4.00 /LF Class III, Wall B c2iLGyteeytclotkys 1414 y10 CZn dal-1-ars/Linear Foot $ I,400.00 (Words) 16 116 LF •24" Reinf. Conc. Pipe $ 30.00 /LF Class III, Wall B rT lY Iyt1 dMI,xrc z4 d no P dollars/Linear Foot $ 3.4g0.00 (Words) 17 24 LF 18" Polymer Precoated 1 $ 18.00 /LF Corrugated Metal Pipe ivaAoIt&icwlc( io wi&Lc dealers/Linear Foot $ 3Z•0O cj (Words) 18-v 55 LF 26 5/8" X 43 3/4" Reinf. $ R2.00 /LF Conc. Arch Pipe, Class A-IIII Two dnllM.ys 7 it no 0 L debars/Linear Foot $ 41610.00 Ci (Words) 19 30 LF 35" Reinf. Conc. Pipe $ ,Ov /LF _ /1 Class III, Wall B dbt("s vnd 4aua /Linear Foot $ I,Sbo.On (Words) 20 4 Ea. Reinforced Concrete $ 37n•nn /EA Headwalls TT4ep.AundVed S gj(4 /�In c ePrflton.uaxs/Each $ I 0 (Words) 21 4 Ea. Flared End Section $ 7no.on /EA for 24" RCP %un hwn&ed 4aflcz.,c Lw4 nb e M, dallaxs/Each $ Z1oO.00 (Words) - Proposal - 4 UCHt"k1ED Jilt KK. .MTMLJ I e BASE BID ITEMS ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: 22 2 Ea. Flared End Section $I 5o.00/EA for 26 5/8" x 43 3/4" 1� Arch Pipe / n Qlt +housznc( fo1 ,u hvindjed dollars/Each $ 71100.00 (Words) 23 Lump Sum Reinforced Box Culvert $BLS Double 8' x 4.5' eimkF4h0ui1v3d pn htaid✓e4dollars/Lump Sum. $�,IQ�•OO (Words) 24 4.4 AC. Seeding and Fertilizer $ I,�3,gp'AC Qhe,f ousasacl & , h Mbec' dollars/Acre $ (Words) 25 1,265 LF 6 Ft..Chain-Link Fence $ 7 /LF 9 Gauge Fabric 4eyLVIdo.(Culsp AA4k-✓ti.eout�ede}i'ars/Linear Foot $ ,234•Sb (Words 26 2 EA 24 Ft. Cantilever Gate $( /EA 1 If (6 Feet High) �L�W7L44dYPG ass ca.W,111n ,11 o44-&rs/Each $ l,lup.oa 27 1 EA Double 12 Foot Gate (6 Feet High) $Z S•oo /EA 440 I �rdyd/Lp(Jogs avid f jiffijR dol lurs/Each $ 21S.00 (Words) 28 59 SY Solid Sodd /' $ o. o /SY T✓l dou(C-yc a ,v�C( { thq Lek4j dollars/Square Yard (Words) Proposal - 5 ®CPLTED univa. u.m[nu� BASE BID ITEMS ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: 29 401 LF 2 -Way Underground $ 15 z c /LF Electrical Duct &ir.n dol)a.vs tdhi. .ctt,(ee3tioliar-s/Linear Foot $4. 4 .zo (Words) 30 80 LF 2 -Way Underground Electrical Duct w/Split PVC Conduit $ IS.Zo /LF f;Ruovl doU&rs zhcl-fwPATgfArrl rdoii rs/Linear Foot $ I,zl(o.00 Words 31 Lump Sum Barricades $ .00 /LS Stun HUn�CIY ttc /S(,41j Q(P & doI-lays/Lump Sum $ • 700.00 Words Total Base Bid ALTERNATE BID ITEMS ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: A-1 5,280 LF Curb and Gutter ✓ $ 5.p5 /LF �G�dollG,vs Zyld (wo. 11e44.t dell-ars/Linear Foot $z_,reG4.00 (Words) A-2 61.2 LF Concrete Flume �$ q_/LF 111ne�(e.larsznr(- rtu F?Vto tdou-ers/Linear Foot $ 579,34-. Wo s A-3 475 CY Additional Backfill Behind Curb $ S.cso ICY ciVt dollQls z.jd Vdollars/Cubic Yard $ 2,31S.o0 (Words) Proposal - 6 €`TED t MIF VO' •..RVVLLF A-4 1,265 LF 5 Ft. Chain -Link Fence 9 Gauge Fabric Si�4!1s /LF SKi 4OtIocs z ,VQYI tWt ,4+ do -f af'�/Linear Foot $g,53R.7C� (Words) A-5 2 EA 24 Ft. Cantilever Gate (5 Feet High) $4�oo/EA Nine, huinAVMf P,n, dollars/Each $ 00.00 Words A-6 1 EA Double 12 Foot Gate (5 Feet High) $_21c.00/EA Two itiuhdvtcl (?ft /4o J /s znrj hon de41ars%Each $ t15.00 Words) A-7 2 EA Cantilever Gate Operator, Control Station, Electrical Wiring & Etc. $�,BZQ._LyEA �tIPE ii�aasamd Pa��1+ unrll-Lwtsik.j dollars/Each. $ 1 o.0(7 Ut Words) A-8 Lump Sum Arm Gates with Controls and Wiring $Q.�j.Q�/LS IQIn64*&Aand& ttd stQLu dollars/Lump Sum Words The Bidder (Proposer) shall complete the following statement by checking the appropriate boxes. The Bidder (Proposer) has has not ❑ participated in a previous contract subject to equal opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Executive Order 11246. The Bidder (Proposer) has( has not ❑ submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. Proposal - 7 ® INktttED uflL OC F.rtnwnL. If the Bidder (Proposer) has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder (Proposer) shall submit a compliance report on Standard Form 100, "Employee Information Report EEO -1" prior to the award of contract. Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to the following address: Joint Reporting Committee 100 G Street Washington, D.C. 20506 Enclosed herewith is a bid bond for S �a b F l31t,Q, do lars which e agree the City of Fayetteville, Arkansas, niayb�sh and retain as liquidated damages in the event of our failure to enter into a contract for the work covered by this Proposal, provided the Contract is awarded to us within sixty (60) days from the date fixed for opening of bids and we fail to execute -said contract and execute the required bonds as called for in the specifications within fifteen (15) days after notification of acceptance of this Proposal. The bidder hereby acknowledges receipt of the following Addenda prior to submitting this Proposal: Addenda No. Dated \ o. and such addenda are attached hereto and made a part hereof. Dated at Fayetteville, Arkansas, this oZ S rH day Allq %As T 1983. Proposal - 8 of im„noc. AR"i LU Respectfully submitted, EC_6seJToN-ANGHot_t Co. (SEAL, IF CORPORATION) Proposal - 9 Emil +¢. rvmAO, - INK INSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA PENNSYLVANIA Proposal or Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE McCLINTON-ANCHOR COMPANY, DIVISION OF APAC- ARKANSAS, INC. as principal, and the INSURANCE COMPANY OF NORTH AMERICA, a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, having its principal place of business at Philadelphia, Pa., as surety, are held and firmly bound unto CITY OF FAYETTEVILLE P110. DRAWER F FAYETTEVILLE, ARKANSAS 72702 as obligee, in the penal sum of FIVE PERCENT 5o) DOLLARS, lawful money of the United States of America, for the payment of which, well and truly to he made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly -and severally, firmly by these presents. SIGNED, sealed and dated this 25ttt day of AUGUST A. D. 1983 WHEREAS, the said principal is herewith submitting proposal for ACCESS ROAD TO EASTSIDE FACILITIES FAYETTEVILLE MUNICIPAL AIRPORT ADAP NO. 3-05-0020-03 THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the aforesaid principal shall be awarded the contract, the said principal will within the period specified therefor, or, if no period be specified, within ten (10) days after the notice of such award enter into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void, otherwise the principal and the surety will pay unto the obligee the difference in money between the amount of the bid of the said principal and the amount for which the obligee may legally contract with another party to perform the work if the latter amount be in excess of the former; in no event shall the liability hereunder exceed the penal sum hereof. PROVIDED AND SUBJECT TO THE CONDITION PRECEDENT, that any suits at law or proceedings in equity brought or to be brought against the Surety to recover any claim hereunder must be instituted and service9' Surety within ninety (90) days after the acceptance of said bid of the Principal by the Obligee. I• SS -1946 PRINTED IN U.S.A. 2t ��tcr........... _. =:. t DAPIDMcCLINTON, PRESIDENTS ;' %'M Mc.CLINTON-ANCHOR COMPANY, DlV3_C3ON OF:A .ARKANSAS,...INC.....................................:....:... ... . kME COMPANY OF NORT AME N -p East, Jr., A` orn y�iri. Pact' y Y •� Y I INSURANCE CO„T ANY OF NORTH AMERICA PHILADELPHIA, PA. m .. 410314 POWER OF ATTORNEY Know all mon by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania. pursuant to the following Resolution adopted by the Board of Directors of the said Company on May 28, 1975, to wit: "RESOLVED, pursuant to Articles 3.6 and 5.1 of the By -Laws, the following Rules shall govern the execution for the Company of bonds, undertakings, recognizances, contracts and other writings in the nature thereof: (1) That the President, or any Vice -President, Assistant Vice -President, Resident Vice -President or Attorney -in -Fact, may execute for and in behalf of the Company any and alt bonds, undertakings, recognizance, contracts and other writings in the nature thereof, the same to be at- tested when necessary by the Secretary, an Assistant Secretary or a Resident Assistant Secretary- and.the.seal.of the.Company affixed thereto; — and that the President or any Vice -President may appoint and authorize Resident Vice -Presidents, Resident Assistant. Secretaries and Attorneys - in -Fact to so execute or attest to the execution of all such writings on behalf of the Company and to affix the seal of the Company thereto. (2) Any such writing executed in accordance with these :Rules shall be as binding upon the Company in any case as though signed by the President and attestedby the Secretary.. (3) The signature 61 the President or,a Vice -President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to this Resolution, and the signature of a certifying officer and the seal of the Company may bet affixed by facsimile to any certificate of any such power, and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. (4) Such Resident Officers and Attorneys -in -Fact shall have authority to certify or verify copies of this Resolution, the By -Laws of the Com- pany, and any affidavit or record of the Company necessary to the discharge of their duties. (5) The passage of this Resolution does not revoke any earlier authority granted by Resolution of the Board of Directors on June 9, 1953." does hereby nominate, constitute and appoint JACK EAST, JACK EAST JR. , JAMES E. DANIEL, DONALD R. HENDERSON and JUDY FRANKS, all of the City of Little Rock, State of Arkansas its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all Bonds & Undertakings, UNLIMITED in amounts, on behalf of APAC-Arkansas, Inc. and APAC-Texas, Inc., Said Bonds & Undertakings to be signed for the Company and the Seal of the Company attached thereto by any one of the Said Jack East, Jack East Jr., James E. Daniel, Donald R. Henderson and Judy Franks, individually. And the execution of such writings in pursuance of these presents shall be as binding upon said Company, as fully and amply as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office. MICHAEL B. -FODOR IN WITNESS WHEREOF, the said .......................................... Vice -President, has hereunto subscribfgtihis name and affixed the corporate seal of the said INSURANCE COMPJIIY OF NORTH AMERICA this . h August ...............................dayof....................19 .... INSURANC CO A Y OF NORTHA-'...-?4MERICA (SEAL) "' STATE OF INOIS MICHAEL B. FODOR Vice -President SL COUNTY OF COOK 14th August 80 On this . ..day of ......... ... , A. D. 19 ...I . , before the subscriber, a Notary State 'of 'IIIinois d { Cook Public of the MICHAEL B B. ba d for the County of duly commissioned and qualified, came .......... . LOF2 , Vice -President of the INSURANCE COMPANY OF NORTH AMERICA to me personally known to be the individual and officer described in, and who?executed the preceding instrument, and he acknowledged the execution of the same, and, being by me duly sworn, deposeth and saith, that he is the officer of the Company afore- said, and that the seal affixed to the preceding instrument is the corporate seal of said Company, and the said corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said corporation, and that Resolution, adopted by the Board of Directors of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of CHICAGO the day and year first above written. - ISEALi_r'a' s DAWNSTRAIaBRIDGE = Not ry Public Myf commission expires May 28, 1984 = II I, the undersed ign,xtlglat ryt,1c Secretary of INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that the original POWER _ OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect. - ' I - . : I - - ` In witness whereof, I have hereunto subscribed my name as AA;dt fy{ Secretary, and affixed the corporate seal of the Corporation, this `, ! t, .% .43. .....day of . Mc-..-7................19.(SEAL) / ..... ....... r r ES S. WILLIE QwnSecretary BS-2O08a pie. In U.S.A. S. . S. . • Equal Opportunity Certification• . . . . • tmtIL�LN INlP k ED S • • • • • • • • CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY GENERAL BIDDERS NAME tAc CLI NTo`)N • ANC D t. Co. Div ofPAfA'AL/- ARKANSAS Inc ADDRESS P.. %OX 3 / $ rnrL i Ftnuim v 72&'70.z INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NUMBER 5$s 1 Yo I y6 9 NONSEGREGATED FACILITIES NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS: (1) A Certification of Nonsegregated Facilities must be submitted prior to the award of a federally assisted construction contract exceeding $10,000 which is not exempt from the provision of the equal opportunity clause. (2) Contractors receiving federally assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause. NOTE: The penalty for making statements in offers is prescribed in 18 U.S.C. 1001. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATION ON NONSEGREGATED FACILITIES: (1) A Certification of Nonsegregated Facilities must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the equal opportunity clause. (2) Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the LYLfifE COP ATED rn J .f%. u.Inlnul • equal opportunity clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. I• CERTIFICATION OF NONSEGREGATED FACILITIES: li 1• I• 1• C 1• 1i The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, sex or national origin, because of habit, local custom, or any other reason. The federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause, and that he will retain such certifications in his files. NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF NONSEGREGATED FACILITIES: A Certification of Nonsegregated Facilities must be submitted prior to the award of a contract or subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. Equal Opportunity Certification - 2 1. L EEO • • • • • 1• 1• Certification - The information above is true and complete to the best of my knowledge and belief. aqa iitie of signer iriease z>ignamure Uate / NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Equal Opportunity Certification - 3 1• AZ ATEO ..4,I VC. i..,rEM.LL U I. I. I. 1• I. Contract L1MVATED LITIU*Ma 1ARIIFMLIF I• I• I• Ir I• I• I• I• CONTRACT STATE OF ARKANSAS CITY OF FAYETTEVILLE THIS AGREEMENT, made and entered into this 9th day of September 1983 by and between the City of Fayetteville, of the First hereinafter called the OWNER and APAC Arkansas Inc., McClinton -Anchor Co. Division Party of the Second Part, hereinafter called the CONTRACTOR. WITNESSETH THAT: WHEREAS, the OWNER has called for bids for the construction of Airport Improvements as set out in the Specifications and Plans No. 82-118 and WHEREAS, the CONTRACTOR is the lowest and best bidder for the construction of said improvements hereinafter set out, pursuant to the published calls for bids under said Plans and Specifications. NOW THEREFORE, the CONTRACTOR agrees with the Owner to commence and complete the construction of site preparation for Access Road, including site excavation, embankment, borrow, drainage pipe, box culvert, base, surfacing, seeding, and other tasks as designated in the project Plans and Specifications for the prices bid in the Proposal, based upon the estimated quantities, the total being Two Hundred Seventy Thousand One Hundred Fifty One and 95/100 dollars ($ 270,151.95) to include bid items 1 through 8 through 31, A-4, -5, -6, and one each of A-i, also reduced quantities of items 10 and 12 for 6 crushed stone and 2 of Bituminous Base, such sum being the agreed amount upon which onds and liabilities are based, and at his own cost and expense furnish all matfials, supplies, labor, machinery, equipment, tools, supervision, bonds, insurance, taxes, permits, and other accessories and services necessary to complete the said construction in accordance with the conditions and prices stated in the Proposal attached hereto and made a part hereof, and in accordance with the General Provisions and Specifications, and in accordance with the Plans, which include all maps, plats, blueprints, and other drawings, and written or printed explanatory matter hereof. The CONTRACTOR agrees to fully complete all work under this Contract within 90 calendar days. The OWNER agrees to pay the CONTRACTOR in current funds for the performance of the Contract in accordance with the accepted Proposal therefore, subject to additions and deductions, as provided in the Specifications, and to make payment on account thereof as provided below: I• A ©fEL UME non PAYMMLLe •3 - I• I• I• I• I• r U I• 1• As soon as is practicable after the first of each calendar month, the OWNER will make partial payments to the CONTRACTOR for work performed during the preceding calendar month, based upon the Engineer's estimate of work completed, said estimate being certified by the CONTRACTOR and accepted by the OWNER. Except as otherwise provided by law, ten percent (10%) of each approved estimate shall be retained by the OWNER until 50 percent project completion at which time no additional retainage will be retained without reasonable justification by the OWNER or his representative. Upon final completion and acceptance by the OWNER and ENGINEER, the ENGINEER shall then issue a Final Estimate of work done based upon the original contract and subsequent changes made and agreed upon, if any. Time is hereby expressly declared to be of the essence of this contract, and the time of beginning, manner of progress and time of completion of the work hereunder, shall be and are essential conditions hereof. The CONTRACTOR agrees•Ito commence the work within ten (10) calendar days from the date of the issuance of the Notice to Proceed, and to proceed with the construction of the work and to prosecutethework with an adequate force and in a manner so as to complete the work within the time stipulated herein. If the Contractor fails to complete the contract within the time stipulated herein, the CONTRACTOR agrees to pay the OWNER, as liquidated damages, the sum of two hundred dollars ($200.00) per day for each calendar day of delay in completion, said amounts being fixed and agreed upon by and between the parties hereto. Because of the impracticability and extreme difficulty in fixing and ascertaining the actual damages the OWNER would in such event sustain, said amounts are to be presumed by the parties to this contract to be the amounts of damage the OWNER would sustain. Said amounts of liquidated damages shall be deductible from any amount due the CONTRACTOR under Final Estimate of said work, after the completion thereof, and CONTRACTOR shall be entitled only to the Final Estimate, less such amounts of liquidated damages. If the CONTRACTOR is delayed at any time in the progress of the work by any act or neglect of the OWNER or of his employees, or by any other CONTRACTOR employed by the OWNER, or by changes ordered in the work, •or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the CONTRACTOR's control, or by delay authorized by the Engineer pending arbitration, or by any cause which the Engineer shall decide to justify the delay, then the time of completion may be extended for such reasonable time as the Engineer may decide. No such extension shall be made for delay occurring more than seven (7) days before a claim therefore is made in writing to the Engineer. In the case of a continuing cause of delay, only one claim is necessary. In the event the CONTRACTOR abandons the work hereunder or fails, neglects or refuses to continue the work after ten (10) days written notice, given the CONTRACTOR by the OWNER or by the ENGINEER, then the OWNER shall have the option of declaring this contract at an end, in which event, the OWNER shall not be liable to the CONTRACTOR for any work theretofore performed Contract - 2 I• ©PATTED UnLF ROCK ..r[n[MUE •3 L I• I• C7 1• I• III 1• hereunder; or requiring the surety hereto, upon ten (10) days notice, to complete and carry out the contract of the CONTRACTOR, and in that event, should the surety fail, neglect or refuse to carry out said contract, said OWNER may complete the contract at its own expense, and maintain an action against the CONTRACTOR and the surety hereto for the actual cost of same; together with any damages or other expense sustained or incurred by the OWNER in completing this contract less the total amount provided for hereunder to be paid the CONTRACTOR, upon the completion of this Contract. This Contract shall be binding upon the heirs, representatives, successors, or assigns of the parties hereto, including the surety. IN WITNESS WHEREOF, the OWNER and CONTRACTOR have hereto set their hands and seals respectively. WITNESSES: nan _ r IATTEST: Z`P IX.J Mary E riffin Ctty C 4=' 1 FIRM BY: APAC Arkansas Inc. <C''w` ^rte1. City of ayetteville Faye Levi le, k s BY: Paul Nola Mayor t Contract - 3 I. © M AR�TED LITTLE 110CF cAyn TENLLE INSURANCE COMPANY OF NORTH AMERICA INA GROUP RCERTIOINSURANCE COMPANIES ICATE OF INSURANCE (This Certificate of Insurance neither affirmatively nor negatively amends, extends or alters the coverage, limits, terms or conditions of the policies it certificates.) This is to Certify to r COMPANY CODES CITY OF FAYETTEVILLE © INA UNDERWRITERS INS. CO. P.O. DRAWER F FAYETTEVILLE, ARKANSAS 72702 ❑3 ❑5 INA OF TEXAS PACIFIC EMPLOYERS INS. CO. L J INSURANCE COMPANY OF NORTH AMERICA that the following described policy or policies, issued by The Company as coded below, providing insurance only for hazards checked by "X" below, have been issued to: QA INA INS. CO. OF ILLINOIS NAND MCCLINTON-ANCHOR COMPANY, A DIVISION OF APAC-ARKANSASr INC. © INA INS. CO. OF OHIO ADDRESS p,0. BOX 1367, FAYETTEVILLE, ARKANSAS 72702 FOLD OFy INSURED © (OTHER; —SPECIFY) covering in accordance with the terms thereof, at the following location(s): Atlantic Employers Insurance Co. 10 I* ie TYPE OF POLICY HAZARDSCO.OODE POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY (a) Standard Workmen's TX & OK X 3 RSCC1813963-7 12-1-82 Statutory W. C. Compensation& lli ois Alll 9 g to $ 500, 0OcPne Accident and Employers' Liability Others X RSCC1813808-6 12-1-83 Aggregate Disease (b) General Liability Premises —Operations (including "In- 0 O $ Each Person cidental Contracts' as defined below) ❑ Accident >• 12-1-80 � Independent Contractors ® LAB 2 52 17 to $ 1,000,000Each ® Occurrence 12-1-83 E Completed Operations/Products ® ❑9 m Contractual, (Specific type as in footnote below) � � —_— _ Aggregate —Completed $ 2, 000, 000 Operations/Products —described Premises —Operations (Including — _ _ ❑ Accident "Incidental Contracts' as definedliii $ 1 000 000Each # ® Occurrence 09 below) E 12-1-80 O Independent Contractors © LAB 2 52 17 to $ 2,000, 000Aggregate—PremJOper. - 12-1-83 $ 2s OOO,OOO4ggregate—Protective v o Completed Operations/Products ❑X Q $ 2,000, 0004ggregate—Completed a` Operations/Products Contractual, (Specific type as described in footnote below) ® $ 2 000 •000Aggregate—Contractual (c) Automobile Liability Owned Automobiles ® ❑ 12-1-80 / `$ Each Person » Hired Automobiles © 9 LAB 2 52 17 to )( Each ❑ Accident Non -owned Automobiles ___ _ _-�B�_ $ 1000i00 i0_®Occurrence _ --- — — Owned Automobiles ® 99 12-1-80 Each } � Accident o� Hired Automobiles © L9J LAB 2 52 17 to `$ 1,000,000 t ®Occurrence 'O Non -owned Automobiles Q 9 12-1-83 1 (d) Contractual Footnote: Subject to all the policy terms applicable, specific contractual coverage is provided as respects It is the intention of the company that in the event of cancellation of 111111❑ a contract the policy or policies by the company, ten (10) days' written notice CCheck plicable)EJ purchase order agreements between the Insured and: of such cancellation will be given to you at the address stated above. Block //JJQ all contracts OF OTHER PARTY JOB) NO. Definitions; "Incidental contract" means any written (1) lease of premises 12) easement agreement, except in connection with construction or demolition opera- tions on or adjacent to a railroad, (3) undertaking to indemnify a municipality required by mun' ipal ordinance, except in connection with work for the municipality, (4) sidetrack agreement, or (5) elevator maintenance agreement. ,6 Authorized Representative LC -1389d Ptd. in U.S.A. 1. ORIGINAL !l am% INSURANCE COMPANY OF NORTH AMERICA, PHILADELPHIA, PENNSYLVANIA GENERAL -AUTOMOBILE LIABILITY POLICY Standard Provisions A Stock Insurance Company, herein called the Company In consideration of the payment of the premium, in reliance upon the statements in the declarations made a part hereof and subject to all of the terms of this policy, agrees with the Named Insured as lollows: COVERAGE Coverage is afforded under this policy in accordance with the specific Coverage Parts identified in the Declarations as being a part of this policy. SUPPLEMENTARY PAYMENTS The Company will pay, in addition to the applicable limit of liability: (a) all expenses incurred by the Company, all costs taxed against the Insured in any suit defended by the Company and all interest on the entire amount of any judgment therein -which accrues after entry of the judgment and before the Company has paid or tendered or deposited in court that part of the judgment which does not exceed the limit of the Company's liability thereon; (b) premiums on appeal bonds required in any such suit, premiums on bonds to release attachments in any such suit for an amount not in excess of the applicable limit of liability of this policy, and the cost of bail bonds required When used in this policy (including endorsements forming a part hereof) "automobile" means a land motor vehicle, trailer or 'semitrailer designed for travel on public roads (including any machinery or apparatus attached thereto), but does not include mobile equipment; "bodily injury" means bodily injury, sickness or disease sustained by any person which occurs during the policy period, including death at any time resulting therefrom; "collapse hazard" includes "structural property damage" as defined herein and property damage to any other property at any time resulting therefrom. 'Structural property damage;means the collapse of or structural injury to any building or structure due to (1) grading of land, excavating, borrowing, filling, back -filling, tunnelling, pile driving, cofferdam work or caisson work or l2) moving, shoring, underpinning, raising or demolition of any building or structure or removal or rebuilding of any structural support thereof. The collapse hazard does not include property damage 11) arising out of operations performed for the Named Insured by independent contractors, or 12) included within the completed operations hazard or the underground property damage hazard, or 13) for which liability is assumed by the Insured under an incidental contract; "completed operations hazard" includes bodily injury and property damage arising out of operations or reliance upon a representation or warranty made at any time with respect thereto, but only if the bodily injury or property damage occurs after such operations have been completed or abandoned and occurs away from premises owned by or rented to the Named Insured. "Operations" include materials, parts or equipment furnished in connection therewith. Operations shall be deemed com- pleted at the earliest of the following times: , of the Insured because of accident or traffic law violation arising out of the use of any vehicle to which this policy applies, not to exceed $25D per bail bond, but the Company shall have no obligation to apply for or furnish any such bonds; (c) expenses incurred by the Insured for first aid to others at the time of an accident, for bodily injury to which this policy applies: Id) reasonable expenses incurred by the Insured at the Company's request in assisting the Company in the investigation or defense of any claim or suit, including actual loss of earnings not to exceed $25 per day. DEFINITIONS I (1) when all operations to be performed by or on behalf of the Named Insured under the contract have been completed, 12) when all operations to be performed by or on behalf of the Named Insured at the site of the operations have been completed, or 13) when the portion of the work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project, Operations which may require further service or maintenance work, or correc- tion, repair or replacement because of any defect or deficiency, but which are otherwise complete, shall be deemed completed. The completed operations hazard does not include bodily injury or property damage arising out of (a) operations in connection with the transportation of property, unless the bodily injury or property damage arises out of a condition in or on a vehicle created by the loading or unloading thereof, Ib) the existence of tools, uninstalled equipment or abandoned or unused mate- rials, or Ic) operations for which the classification stated in the policy or in the Company's manual specifies "including completed operations'; "elevator" means any hoisting or lowering device to connect floors or landings, whether or not in service, and all appliances thereof including any car, platform, shaft, hoistway, stairway, runway, power equipment and machinery; but does not include an automobile servicing hoist, or a hoist without a platform outside a building if without mechanical power or if not attached to building walls, or a hod or material hoist used in alteration, construction or demolition operations, or an inclined, conveyor used exclusively for carrying property or a dumbwaiter used exclusively for carrying property and have a compartment height not exceeding four feet; GL -100 (GA) 150M 'i - U • L C: • • DEFINITIONS CONTINUED "explosion hazard" includes property damage arising out of blasting or explosion The explosion hazard does not include property damage I11 arising out of the ex- plosion of air or steam vessels, piping under pressure, prime movers, machinery or power transmitting equipment, or (21 arising out of operations performed for the Named Insured by independent contractors, or 131 included within the com- pleted operations hazard or the underground property damage hazard, or (4) for which liability is assumed by the Insured under an incidental contract; "incidental contract" means any written (1) lease of premises, (2) easement agreement, except in connection with construction or demolition operations on or adjacent to a railroad, (3) undertaking to indemnify a municipality required by municipal ordinance, except in connection with work for the municipality. (4) side- track agreement, or 15) elevator maintenance agreement; "Insured" means any person or organization qualifying as an Insured in the "Per- sons Insured" provision of the applicable insurance coverage. The insurance afforded applies separately to each Insured against whom claim is made or suit is brought, except with respect to the limits of the Company's liability; "mobile equipment" means a land vehicle (including any machinery or apparatus attached thereto), whether or not self-propelled, (1) not subject to motor vehicle registration, or (2) maintained for use exclusively on premises owned by or rented to the Named Insured, including the ways immediately adjoining, or (3) designed for use principally off public roads, or 14) designed or maintained for the sole purpose of affording mobility to equipment of the following types forming an integral part of or permanently attached to such vehicle: power cranes, shovels. loaders, diggers and drills; concrete mixers (other than the mix -in -transit type); graders, scrapers, rollers and other road construction or repair equipment; air compressors, pumps and generators, including spraying, welding and building cleaning equipment; and geophysical exploration and well servicing equipment; "Named Insured" means the person or organization named in the declarations of this policy; "Named Insured's products" means goods or products manufactured, sold, handled or distributed by the Named Insured or by others trading under his name, including any container thereof (other than a vehicle(, but 'Named Insured's products' shall not include a vending machine or any properly other than such container, rented to or located for use of others but not sold, "occurrence" means an accident, including continuous or repeated exposure to conditions, which results in bodily injury or property damage neither expected nor intended from the standpoint of the Insured; "policy territory" means: (1) the United States of America, its territories or possessions, or Canada, or (2) international waters or air space. provided the bodily injury or property dam- age does not occur in the course of travel or transportation to or from any other country, stale or nation, or (3) anywhere in the world with respect to damages because of bodily injury or property damage arising out of a product which was sold for use or consump- tion within the territory described in paragraph (1) above, provided the original suit for such damages is brought within such territory; ,.products hazard" includes bodily injury and property damage arising out of the Named Insured's products or reliance upon a representation or warranty made at any time with respect thereto, but only it the bodily injury or property damage occurs away from premises owned by or rented to the Named Insured and after physical possession of such products has been relinquished to others; "property damage" means (1) physical injury to or destruction of tangible property which occurs during the policy period, including the loss of use thereof at any time resulting therefrom, or (2) loss of use of tangible property which has not been physically injured or destroyed provided such loss of use is caused by an occur. rance during the policy period; "underground property damage hazard" includes underground property damage as defined herein and property damage to any other property at any time resulting therefrom. "Underground property damage" means property damage to wires, conduits, pipes, mains, sewers, tanks, tunnels, any similar property, and any apparatus in connection therewith, beneath the surface of the ground or wafer, caused by and occurring during the use of mechanical equipment for the purpose of grading land, paving, excavating, dulling, borrowing, filling, back filling or pile driving. The underground property damage hazard does not include property dam- age (1) arising out of operations performed for the Named Insured by independent contractors, or (2) included within the completed operations hazard, or 13) for which Iiabrhty is assumed by the Insured under an incidental contract 7 ri 'NA . INSURANCE COMPANY OF NORTH AMERICA, PHILADELPHIA, PENNSYLVANIA GENERAL LIABILITY POLICY DECLARATIONS Named City of Fayetteville & McClelland Consulting GIP 84 62 62 Insured Post Office Drawer F Engineers Fayetteville, Arkansas 72702 Post Office Box 1229 Address Fayetteville, Arkansas y , The Named Insured is: ❑ Individual ❑ Partnership ❑ Corporation L 72702 ❑ Joint Venture [1} (Other) Policy Period: From Septenber 20, 1983 the address to September 20, 1984 12:01 h A.M., esdaInsur time slatated h. of the Named Insured as stated herein. Occupation: Audit Period: Annual, unless otherwise stated The insurance afforded is only with respect to such of the following Parts and Coverages therein as are indicated by such Coverage shall be as slated herein, subject to all of the terms of the policy having reference thereto. O. The limit of the Company's liability against each LIMITS OF LIABILITY COVERAGE PARTS Bodily Injury Liability Property Damage Liability each occurrence aggregate each occurrence aggregate ❑ Comprehensive General Liability Insurance ❑ Owners', Landlords' and Tenants' Liability Insurance ❑ Structural Alternations, New Construction, Demolition ❑ Manufacturers' and Contractors' Liability Insurance ❑ Independent Contractors ❑ Completed Operations and Products Liability Insurance ❑ Contractual Liability Insurance 0 x] Owner's Protective Liability 500,000 500,000 250,000 250,000 ❑ Insurance Personal Liability Personal Medical Payments each occurrence each person each accident ❑ Comprehensive Personal Insurance ❑ Farmer's Comprehensive Personal Insurance $ $ $ Physical Damage to Property Animal Collision —Farmer's Part Only $ each occurrence Market Value not exceeding $300 each animal each person each accident ❑ Premises Medical Payments Insurance $ $ each person aggregate general aggregate ❑ Personal Injury Liability Insurance $ $ Endorsements attached to policy at inception: GL -109 (OCP) During the past three years no insurer has cancelled insurance, issued to the named insured, similar to that afforded hereunder, unless otherwise stated herein: TOTAL ADVANCE PREMIUM ► $ 197.00 If the Policy Period is more than one year and the premium is to be paid in installments, premium is payable on: Effective Date $ 197.00 1st Anniversary $ Nil 2nd Anniversary $ Nil Countersigned By Authorized Agent This Declarations and Coverage Part(s), with Policy Standard Provisions and Endorsements, if any, issued to form a part thereof, completes the above numbered policy. GL -177 Printed In U.S.A. IN A OWNERS' AND CONTRACTORS' PROTECTIVE LIABILITY INSURANCE COVERAGE PART ADDITIONAL DECLARATIONS I Policy No. GLP 84 62 62 Designation of Contractor McClinton -Anchor, Inc. , a Division of APAC-Arkansas MailingAddress Post Office Box 1367, Fayetteville, Arkansas 72702 Location of Covered Operations Drake Airfield / Fayetteville, Arkansas 0 Check here if the following provision is applicable: The person or organization designated above as the Contractor has undertaken to pay the premium for this policy and shall be entitled to receive any return premiums, if any, which may become payable under the terms of this policy. SCHEDULE COVERAGE FOR OPERATIONS OF DESIGNATED CONTRACTOR Code No. Description of Operations Premium Bases Rates Advance Premiums B.I. P.D. Bodil Injury Proper Damage 3-16292 -- Construction Operations -- Cost $270,152 Per $100 .047 of Cost -.026 ___________ $127.00 $70.00 owner (not railroads) -- excluding operations on board ships, Minimum Premium(s) TOTALS 127.00 370.00 TOTAL ADVANCE- PREMIUM 3197.00 When used as a premium basis, the word "cost" means the total cost to the Named Insured with respect to operations performed for the Named Insured during the policy period by independent contractors of all work let or sublet in connection with each specific project, including the cost of all labor, materials and equipment furnished, used or delivered for use in the execution of such work, whether furnished by the owner, contractor or subcontractor, including all fees, allowances, bonuses or commissions made. paid or due. i. I (Over) 64109 (OCP) Printed in U.S.A. I I. COVERAGE A --BODILY INJURY LIABILITY COVERAGE B —PROPERTY DAMAGE LIABILITY The Company will pay on behalf of the Insured all sums which the Insured shall become legally obligated to pay as damages because of A. bodily injury or B. property damage to which this policy applies, caused by an occurrence and arising out of (1) opera- tions performed for the Named Insured by the contractor designated in the declarations at the location designated therein or (2) acts or omissions of the Named Insured in connection with his general supervision of such operations, and the Company shall have the right and duty to defend any suit against the Insured seeking damages on account of such bodily injury or property damage, even if any of the allegations of the suit are groundless, false or fraudulent, and may make such investigation and settlement of any claim or suit as it deems expedient, but the Company shall not be obligated to pay any claim or judgment or to defend any suit after the applicable limit of the Company's liability has been exhausted by pay- ment of iudgments or settlements. Exclusions This policy does not apply: (a) to liability assumed by the Insured under any contract or agreement except an incidental contract; but this exclusion does not apply to a warranty that work performed by the designated contractor will be done in a workmanlike manner; (b) to bodily injury or property damage occurring after (1) all work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the Named Insured at the site of the covered operations has been completed or (2) that portion of the designated contractor's work out of which the injury or damage arises has been put to its intended use by any person or organi- zation other than another contractor or subcontractor engaged in perform- ing operations for a principal as a part of the same project; (c) to bodily injury or property damage arising out of any act or omission of the Named Insured or any of his employees, other than general supervision of work performed for the Named Insured by the designated contractor; (d) to any obligation for which the Insured or any carrier as his insurer may be held liable under any workmen's compensation, unemployment compensation or disability benefits law, or under any similar law; (e) to bodily injury to any employee of the Insured arising out of and in the course of his employment by the Insured or to any obligation of the Insured to indem nify another because of damages arising out of such injury; but this exclusion does not apply to liability assumed by the Insured under an incidental contract; (f) to property damage to (1) property owned or occupied by or rented to the Insured, (2) property used by the Insured, (3) property in the care, custody or control of the Insured or as to which the Insured is for any purpose exercising physical control, or (4) work performed for the Insured by the designated contractor; (g) to bodily injury or property damage due to war, whether or not declared, civil war, insurrection, rebellion or revolution or to any act or condition incident to any of the foregoing, with respect to (1) liability assumed by the Insured under an incidental contract, or (2) expenses for first aid under the Supplementary Payments provision of the policy; (h) to bodily injury or property damage arising out of (1) the ownership, mainte- nance, operation, use, loading or unloading of any mobile equipment while being used in any prearranged or organized racing, speed or demolition contest or in any stunting activity or in practice or preparation for any such contest or activity or (2) the operation or use of any snowmobile or trailer designed for use therewith; (i) to bodily injury or property damage arising out of the discharge, dispersal, release or escape of smoke, vapors, soot, fumes, acids, alkalis, toxic chemicals, liquids or gases, waste materials or other irritants, contaminants or pollutants into or upon land, the atmosphere or any water course or body of water; but this exclusion does not apply if such discharge, dispersal, release or escape is sudden and accidental; (j) to loss of use of tangible property which has not been physically injured or destroyed resulting from (1) a delay in or lack of performance by or on behalf of the Named Insured of any contract or agreement, or (2) the failure of the Named Insured's products or work performed by or on behalf of the Named Insured to meet the level of performance, quality, fitness or durability warranted or represented by the Named Insured; but this exclusion does not apply to loss of use of other tangible property resulting from the sudden and accidental physical injury to or destruction of the Named Insured's products or work performed by or on behalf of the Named Insured after such products or work have been put to use by any person or organization other than an Insured. II. PERSONS INSURED Each of the following is an Insured under this policy to the extent set forth below: la) if the Named Insured is designated in the declarations as an individual, the person so designated and his spouse; (b) if the Named Insured is designated in the declarations as a partnership or joint venture, the partnership or joint venture so designated and any partner or member thereof but only with respect to his liability as such; (c) if the Named Insured is designated in the declarations as other than an indi- vidual, partnership or joint venture, the organization so designated and any executive officer, director or stockholder thereof while acting within the scope of his duties as such; and (d) any person (other than an employee of the Named Insured) or organization while acting as real estate manager for the Named Insured. Ill. LIMITS OF LIABILITY Regardless of the number of (1) Insureds under this policy, (2) persons or organi- zations who sustain bodily injury or property damage, or (3) claims made or suits brought on account of bodily injury or property damage, the Company's liability is limited as follows: Coverage A —The total liability of the Company for all damages, including dam- ages for care and loss of services, because of bodily injury sustained by one or more persons as the result of any one occurrence shall not exceed the limit of bodily injury liability stated in the declarations as applicable to "each occurrence." Coverage B —The total liability of the Company for all damages because of all property damage sustained by one or more persons or organizations as the result of any one occurrence shall not exceed the limit of property damage liability stated in the declarations as applicable to "each occurrence." Subject to the above provision respecting "each occurrence," the total liability of the Company for all damages because of all property damage to which this coverage applies shall not exceed the limit of property damage liability stated in the declarations as "aggregate." If more than one project is designated in the schedule, such aggregate limit shall apply separately with respect to each project. Coverages A and B —For the purpose of determining the limit of the Company's liability, all bodily injury and property damage arising out of continuous or repeated exposure to substantially the same general conditions shall be considered as aris- ing out of one occurrence. IV. ADDITIONAL DEFINITION When used in reference to this insurance (including endorsements forming a part of the policy): "work" includes materials, parts and equipment furnished in connection there- with. V. POLICY TERRITORY This policy applies only to bodily injury or property damage which occurs within the policy territory. NUCLEAR ENERGY LIABILITY EXCLUSION _. (BROAD FORM) i . This exclusion modifies the provisions of this policy relating to ALL LIABILITY AND MEDICAL PAYMENTS INSURANCE OTHER THAN COMPREHENSIVE PERSONAL AND FARMER'S COMPREHENSIVE PERSONAL INSURANCE. This policy does not apply: a. Under any Liability Coverage, to bodily injury or property damage: (1) with respect to which an Insured under the policy is also an Insured under a nuclear energy liability policy issued by Nuclear Energy Liability Insurance Association. Mutual Atomic Energy Liability Underwriters, or Nuclear Insur ante Association of Canada, or would be an Insured under any such policy but for its termination upon exhaustion of its limit of liability; or (2) resulting from the hazardous properties of nuclear material and with respect to which (a) any person or organization is required to maintain financial protection pursuant to the Atomic Energy Act of 1954, or any law amenda- tory thereof, or (b) the Insured is, or had this policy not been issued would be, entitled to indemnity from the United States of America, or any agency thereof, under any agreement entered into by the United States of America, or any agency thereof, with any person or organization; b. Under any Medical Payments Coverage, or under any Supplementary Payments provision relating to first aid, to expenses incurred with respect to bodily injury resulting from the hazardous properties of nuclear material and arising out of the operation of a nuclear facility by any person or organization; c. Under any Liability Coverage, to bodily injury or property damage resulting from the hazardous properties of nuclear material, if: (1) the nuclear material (a) is at any nuclear facility owned by, or operated by or on behalf of, an insured, or (b) has been discharged or dispersed therefrom: (2) the nuclear material is contained in spent fuel or waste at any time pos- sessed, handled, used, processed, stored, transported or disposed of by or on behalf of an Insured; or (3) the bodily injury or property damage arises out of the furnishing by an Insured of services, materials, parts or equipment in connection with the planning, construction, maintenance, operation or use of any nuclear facility. but if such facility is located within the United States of America, its terri- tories or possessions, or Canada, this exclusion (3) applies only to property damage to such nuclear facility and any property thereat; I d. As used in this Exclusion: (1) "Hazardous properties" include radioactive, toxic, or explosive properties; C (2) "Nuclear material" means source material, special nuclear material or byproduct material; (3) "Source material", "special nuclear material", and "byproduct material" have the meanings given them in the Atomic Energy Act of 1954 or in any law amendatory thereof; (4) "Spent fuel" means any fuel element or fuel component, solid or liquid, which has been used or exposed to radiation in a nuclear reactor; (5) "Waste" means any waste material (a) containing byproduct material and (b) resulting from the operation by any person or organization of any nuclear facility included within the definition of nuclear facility under paragraph (6), (a) or (b) thereof: (6) "Nuclear facility" means: (a) any nuclear reactor; (b) any equipment or device designed or used for (i) separating the isotopes of uranium or plu- tonium, (ii) processing or utilizing spent fuel, or (iii) handling, processing. or packaging waste; (c) any equipment or device used for the processing, fabricating or alloying of special nuclear material if at any time the total amount of such material in the custody of the Insured at the premises where such equipment or device is located consists of or contains more than 25 grams of plutonium or uranium 233 or any combination thereof, or more than 250 grams of uranium 235: (d) any structure, basin, excavation, prem- ises or place prepared or used for the storage or disposal of waste; and (e) includes the site on which any of the foregoing is located, all operations conducted on such site, and all premises used for such operations: (7) "Nuclear reactor" means any apparatus designed or used to sustain nuclear fission in a self-supporting chain reaction or contain a critical mass of fissionable material; (8) "Property damage" includes all forms of radioactive contamination of property. CONDITIONS 1. Premium All premiums for this policy shall be computed in accordance with the Com- pany's rules, rates, rating plans, premiums and minimum premiums applicable to the insurance afforded herein. Premium designated in this policy as "advance premium" is a deposit pre- mium only which shall be credited to the amount of the earned premium due at the end of the policy period. At the close of each period (or part thereof terminating with the end of the policy period) designated in the declarations as the audit period the earned premium shall be computed for such period and, upon notice thereof to the Named Insured, shall become due and payable. If the total earned premium for the policy period is less than the premium previously paid, the Company shall return to the Named Insured the unearned portion paid by the Named Insured. The Named Insured shall maintain records of such information as is neces- sary for premium computation, and shall send copies of such records to the Company at the end of the policy period and at such times during the policy period as the Company may direct, 2. Inspection and Audit The Company shall be permitted but not obligated to inspect the Named Insured's property and operations at any time. Neither the Company's right to make inspections nor the making thereof nor any report thereon shall consti- tute an undertaking, on behalf of or for the benefit of the Named Insured or others, to determine or warrant that such property or operations are safe or healthful, or are in compliance with any law, rule or regulation. The Company may examine and audit the Named Insured's books and rec- ords at any time during the policy period and extensions thereof and within three years after the final termination of this policy, as far as they relate to the subject matter of this insurance. 3. Financial Responsibility Laws When this policy is certified as proof of financial responsibility for the future under the provisions of any motor vehicle financial responsibility law, such insurance as is afforded by this policy for bodily injury liability or for property damage liability shall comply with the provisions of such law to the extent of the coverage and limits of liability required by such law. The Insured agrees to reimburse the Company for any payment made by the Company which it would not have been obligated to make under the terms of this policy except for the agreement contained in this paragraph. Insured's Duties in the Event of Occurrence, Claim or Suit )(a) In the event of an occurrence, written notice containing particulars suffi- cient to identify the Insured and also reasonably obtainable information with respect to the time, place and circumstances thereof, and the names ( and addresses of the injured and of available witnesses, shall be given by or -for the Insured to the Company or any of its authorized agents as soon as practicable. (b) It claim is made or suit is brought against the Insured, the Insured shall immediately forward to the Company every demand, notice, summons or other process received by him or his representative. (c) The Insured shall cooperate with the Company and, upon the Company's request, assist in making settlements, in the conduct of suits and in enforcing any right of contribution or indemnity against any person or organization who may be liable to the Insured because of injury or damage with respect to which insurance is afforded under this policy; and the Insured shall attend hearings and trials and assist in securing and giving evidence and obtaining the attendance of witnesses, The Insured shall not, except at his own cost, voluntarily make any payment. assume any obliga- tion or incur any expense other than for first aid to others at the time of accident. CONDITIONS CONTINUED Action Against Company No action shall lie against the Company unless, as a condition precedent thereto, there shall have been full compliance with all of the terms of this policy, nor until the amount of the Insured's obligation to pay shall have been finally determined either by judgment against the Insured after actual trial or by written agreement cf the Insured, the claimant and the Company, Any person or organ izal ion or the legal representative thereof who has secured such judgment or written agreement shall thereafter be entitled to recover under this policy to the extent of the insurance afforded by this policy. No person or organization shall have any right under this policy to join the Company as a party to any action against the Insured to determine the In- sured's liability, nor shall the Company be impleaded by the Insured or his legal represental me. Bankruptcy or insolvency of the Insured or of the In- sured's estate shall not relieve the Company of any of its ob igations here- under. Other Insurance The insurance afforded by this policy is primary insurance, except when stated to apply in excess of or contingent upon the absence of other insurance. When this insurance is primary and the Insured has other insurance which is stated to be applicable to the loss on an excess or contingent basis, the amount of the Company's liability under this policy shall not be reduced by the existence of such other insurance. When both this insurance and other insurance apply to the loss on the same basis, whether primary, excess or contingent, the Company shall not be liable under this policy for a greater proportion of the loss than that stated in the applicable contribution provision below, (a) Contribution by Equal Shares. It all or such other valid and co;lectible insurance provides for contribution by equal shares, the Company shall not be liable for a greater proportion of such loss than would be payable if each insurer contributes an equal share until the share of each insurer equals the lowest applicable limit of liability under any one policy or the full amount of the loss is paid, and with respect to any amount of loss not so paid the remaining insurers then continue to contribute equal shares of the remaining amount of the loss until each such insurer has paid its limit in full or the full amount of the loss is paid. (b) Contribution by Limits. If any cf such other insurance does not provide for contribul ion by equal shares, the Company shall not be liable for a greater proportion of such loss than the applicable limit of liability under this policy for such loss bears to the total applicable limit of liability of all valid and collectible insurance against such loss. 1. Subrogation In the event of any payment under this policy, the Company shall be subro- gated to all the Insureds rights of recovery therefor against any person or organization and the Insured shall execute and deliver instruments and papers and do whatever else is necessary to secure such rights. The Insured shall do nothing after loss to prejudice such rights. 8. Changes Notice to any agent or knowldege possessed by any agent or by any other person shall not effect a waiver or a change in any part of this policy or eslop the Company from asserting any right under the terms of this policy. nor shall the terms of this policy be waived or changed, except by endorsement issued to form a part of this policy 9. Assignment Assignment of interest under this policy shall not bind the Company until its consent is endorsed hereon. if, however, the Named Insured shall die such insurance as is afforded by this po icy shall apply (U to the Named Insureds legal representative, as the Named Insured, but only while acting w thin the scope of his duties as such, and (2) with respect to the property o' the Named Insured, to the person having proper temporary custody thereof, as Insured, but only until the appointment and qualification of the legal representative. 10. Three Year Policy It this policy is issued for a period of three years any limit of the Company's liability stated in this policy as aggregate' shall apply separately to each consecutive annual period thereof. 11. Cancellation This policy may be canceled by the Named Insured by surrender thereof to the Company or ary of its authorized agents or by mailing to the Company written notice stating when thereafter the cancellation shall be effective, This policy may be cancelled by the Company ty mailing to the Named Insured at the address shown in this policy, written notice stating when not less than ten days thereafter such cancellation shall be effective, The mailing at notice as aforesaid shall be sufficient proof of notice. The time of surrender or the effective date and hour of cancellation stated in the notice shall become the end of the policy period. Delivery of such written notice either by the Named Insured or by the Company shall be equivalent to mailing. If the Named Insured cancels, earned premium shall be computed in accord- ance with the customary short rate table and procedure If the Company cancels, earned premium shall be computed pro rata. Premium adjustment may be made either al the time cancellation is effected or as soon as prac- ticable after cancellation becomes effective, but payment cc tender of un earned premium is not a condition of cancellation. 12. Declarations By acceptance of this policy, the Named Insured agrees that the statements in the declarations are his agreements and representations, that this policy is issued in reliance upon the truth of such representations and that this policy embodies all agreements existing between himself and the Company or any of its agents relating to this insurance. IN WITNESS WHEREOF, the INSURANCE COMPANY OF NORTH AMERICA has caused this policy to be signed by its President and a Secretary at Philadelphia, Pennsyl- vania, and countersigned on the Declarations page by a duly Authorized Agent of the Company. ' HARRY E HOYT. secretary JOHN It Presidentden I. I. I. Is I. I. 1.. 1. Performance Bond • LM ORATED n Rc!OCi1 F4VEillVIl1I • of ,- ,/ J�rA 9� lFo, C, PERFORMANCE BOND y. f YD �C� , McC6kkNtQN-ANCHORI?O PANY, DI ISION KNOW ALL MEN BY THESE PRESENTS: That we OF APKCC;,A'RI AN,SAS , I . O t. r%J: a CORPORATION hereinafter cal{e`c, principal" and INSURANCE COMPANY OF NORTH AMERICA of PHILADELPHIA State of PENNSYLVANIA , hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville, hereinafter called "Owner", in the penal sum of TWO HUNDRED SEVENTY THOUSAND ONE HUNDRED FI ONE AND 95/100-------- --- ($ 270,151.95 in lawful money of • 0 C • • ' • the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that WHEREAS, the Principal entered into a certain contract with the Owner, dated the 9th day of September , 1983, a copy of which is hereto attached and made a part hereof for the construction of improvements to the Fayetteville Municipal Airport, Fayetteville, Arkansas. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alternation or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. 0 ATED r ,l "IX. .ulnlvq PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. This bond is given in compliance with Act 351, Arkansas Acts of 1953, and Act 209, Arkansas Acts of 1957, the same appearing as Arkansas Statutes (1957) Section 51-635, Cumulative Supplement. IN WITNESS HEREOF, this instrument is executed in sik (6) counterparts each one of which shall be deemed an original, this the 15th day of September , 1983. I• 10 1• ATTEST: " Fayetteville. Arkansas 72701 Address ATTEST: (Surety) tVtty McCLINTON-ANCHOR COMPANY, DIVIl APAC-ARKANSAS, INC. Princa By: I Q),n l / / ! • P. 0. Box 1367 Fayetteville, Arkansas 72701 Address INSURANCE COMPANY OF NORTH AMERICA Surety Performance Bond - 2 OF f1 fw d .TED ,....ox. I. Ie I• 1• Is" $AE •MATED �,np .IX. up�1n441 POWER OF ATTORNEY 429646 INSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA, PA. I Know all men by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution adopted by the Board of Directors; oF, the said Company on May28,'1975, to wit: 'RESOLVED, pursuant to Articles 3.6 and 5.1 of'the By -Laws, the following Rules shall govern the execution for. the Company of bonds, undertakings, recognizances, contracts and other writings in the nature thereof: (1) That the President, or any Vice -President;. -Assistant Vice -President, Resident Vice -President or Attorney-in-Fact,may execute for and in behalf?of; the Company any and all bonds, undertakings, recognizances, contracts and other writings in the nature thereof, the same to be attested when necessary by the Secretary, an Assistant Secretary or a Resident Assistant Secretary and the seal of the Company affixed thereto; and that the President or any Vice -President may appoint and authorize Resident Vice -Presidents, Resident Assistant Secretaries and Attorneys -in -Fact to so execute or attest to the execution of all such writings on behalf of the Company and to affix the seal of the Company thereto. J;;._-- •. (2) Any such writing executed in accordance with these Rules shall. be as binding upon the Company in any case as though signed by the President and attested by the Secretary. (3) The signature of the President or a Vice -President and the seal of the Company may he affixed by facsimile on any power of attorney granted pursuant to this Resolution, and the signature of a certifying officer and the seal of the Company may be affixed by facsimile to any certificate of any such power, and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. (4) Such Resident Officers and Attorneys -in -Fact shall have authority to certify or verify copies of this Resolution, the By -Laws of the Company, and any affidavit or record of the Company necessary to the discharge of their duties. (5) The passage of this Resolution does not revoke any earlier authority granted by Resolution of the Board of Directors on June 9, 1953." does hereby nominate, constitute and appoint JACK EAST, JR. , JAMES E. DANIEL, DONALD R. HENDERSON and JUDY FRANKS, all of the City of Little Rock, State of Arkansas , each individually if there be more than one named, its true and lawful attorney -in -fact, to make, execute, seal and deliver on its behalf, and as its act and deed any and all bonds, undertakings, recognizances, contracts and other writings in the nature thereof. And the execution of such writings in pursuance of these presents, shall be as binding upon said Company, as fully and amply as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office. IN WITNESS WHEREOF, the said ------------------------MICHAEL B° FODOR--------------------------------------------------------- Vice -President, has hereunto subscribed his name and affixed the corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this-------------------24-kh--------........... day of..--)4ay----.-.......-_...................--- 19....$2---------- r °' I URANC P OF NO H AMERICA • aor�trr. (SEAL) •� :c oe►trttuc L!�....... oe MICHAEL B. FODO Vice -President STATE OF ILLINOIS COUNTY OF COOK On this.._24t1i .............................day of'.........-----MaX---------.....___., A. D. 19-82..._._.., before me, a Notary Public of the STATE OF ILLINOIS in and for the County of COOK came ................................. M1.CHAEL B. FODOR .-.-...., Vice -President of the INSURANCE COMPANY OF NORTH AMERICA to me personally known to be the individual and officer who executed the preceding instrument, and he acknowledged that he executed the same; that the seal affixed to the preceding instrument is the corporate seal of said Company; that the said corporate seal and his signature were duly affixed by the authority and direction of the said corporation, and that Resolution, adopted by the Board of Directors of said Company,; referred to in the preceding instrument, is now in force. , c y:<-= ' ..�- IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of CHICAGO the day and year first above written. (SEAL) PHYLLIS DUBAK - Notary Public.: My commission expires 2/6/85 _ • I, the undersigned, Ar�xksecretary of INSURANCE COMPANY OF NORTH AMERICA, do h re eby.certify that J jute. _ rtal POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force'and-effect. t In witness whereof, I have hereunto subscribed my name as X>IsWJMtt€ Secretary, and affixed the corporate seal \ py, h Corporation, this ----.......15th---.._ ............. day of _...-....----_..S.ep.1-Qmk-2C 198.x........... . ..�� (SEAL) JAMES ........ .. ........ _ ..........................-.---. BS -15579 eta. in U.S.A. -' JAMES S. WY IE &KkUttt Secretary I• I. I. I. i. 1• I• 1• 1• I. Payment Bond • l�La 0 , ED I P"%F1 :1 11g1IWt It PAYMENT BOND. 10 I. 10 I` 1• 1i 1• KNOW ALL MEN BY THESE PRESENTS a CORPORATION , hereinafter called "Principal" and INSURANCE COMPANY OF NORTH AMERICA of PHILADELPHIA State of PENNSYLVANIA , hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville, hereinafter called "Owner", in the penal sum of TWO HUNDRED SEVENTY THOUSAND ONE HUNDRED FI AND 95/100--------------- (5 270,151.95 ) in lawful money'of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that WHEREAS, the Principal entered into a certain contract with the Owner, dated the 9th day of September , 1983, a copy of which is hereto attached and made a part hereof for the construction of improvements to the Fayetteville Municipal Airport, Fayetteville, Arkansas. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and• shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to' remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alternation or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. ION ONEI 1• a`5tE" n& .o[. url nlW\I PROVIDED, FURTHER, that no final settlement between the Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. This bond is given in compliance with Act 351, Arkansas Acts of 1953, and Act 209, Arkansas Acts of 1957, the same appearing as Arkansas Statutes (1957) Section 51-635, Cumulative Supplement. IN WITNESS HEREOF, this instrument is executed in sik (6) counterparts each one of which shall be deemed an original, this the 15th day of September , 1983. ATTEST: • ATTEST: va McCLINTON-ANCHOR COMPANY, DIVISION APAC-ARKANSAS, INC. Principal By: ru�� P. 0. Box 1367 Fayetteville, Arkansas 12701 ress INSURANCE COMPANY OF NORTH AMERICA Surety PaymentBond - 2 IAA .d49 C" L ..Ou.x. .., Eda eED - • POWER" OF ATTORNEY 429646 INSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA, PA. Y • • Know all men by these presents: That INSURANCE COMPANY OF NORTH AMERICA, • a corporation of the Commonwealth of Pennsylvania, having its principal office in the Cityvof Philadelphia, Pennsylvania,.,pursuant to,,the following. , Resolution, adopted by the.Board of Directors ofrthe.said Company. on May,28, 1975,`to wit.... .: - • "RESOLVED, pursuant to Articles 3.6 and 5.1 of the'By-Laws;:the following Rules shall govern the execution, for the Company of �, - bonds, undertakings, recognizances,.contracts_and other wr tmgs in the nature thereof.,..:' (1) That the�.Piesident, or any .Vice-President;'Assistant Vice President; Resident Vice-Presiden&Sr Attorney m Fact may execute for and in behalf 'of the Company any. and all:.l onds; undertakings, recognizances :contracts andotherr writings in the:nafure thereof, the same to be attestedwhen necessary by the:Secretary, an Assistant. Secretary or..a..Resident'Assistant Secretary, and the seal of the Company affixedthereto;:,and that the Presidentor any Vice -President may appoint and authorize. Resident Vice -Presidents, Resident Assistant Secretaries: and Attorneys -in -Fact to sox execute or attest to the executionof all such,.writiogs on behalf of:•the'' Company and to affix the seal -of the Companythereto. -" r:: - . (2) Any such writing executed' in accordance'.with these Rules shall,be as binding upon the:Company.to any, case„as though signed by the President and attestea bythe Secretary - - - - (3) The signature of the President or a Vice -President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to this Resolution, and the signature of a certifying officer and the seal of the Company may be affixed by • facsimile to any certificate of any such power, and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. (4) Such Resident Officers and Attorneys -in -Fact shall have authority to certify or verify copies of this Resolution, the By-laws of the. Company, and any affidavit or record of the Company necessary to the discharge of their duties. • (5) The passage of this Resolution does not revoke any earlier authority granted by Resolution of the Board of Directors on June 9, 1953." does hereby nominate, constitute and appoint JACK EAST, JR., JAMES E. DANIEL, DONALD R. HENDERSON and JUDY FRANKS, all of the City of Little Rock, State of -Arkansas - is r I• I• I• 1• each individually if there be more than one named, its true and lawful attorney -in -fact, to make, execute, seal and deliver on its behalf, and as its act and deed any and all bonds, undertakings, recognizances, contracts and other writings in the nature thereof. And the execution of such writings in pursuance of these presents, shall be as binding upon said Company, as fully and amply as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office. _.. IN WITNESS WHEREOF, the said ----------------MICHAEL B, FODOR , Vice -President,------------------- has hereunto subscribed his name and affixed the corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this ---------------------------------------------day of May-------- 19---82- I URANC P OF NO H AMERICA (SEAL) i ...f _ %.. • • • oA • MICHAEL B. FODO ..Vice -President STATE OF - ,ILLINOIS ss COUNTY OF COOK On this ... "24th ...............................day _--... day of . -Max .......................A .:.. , A. D. 19 82.-. before"me, a Notary . Public of the STATES OF ILLINOIS in and for the County of COOK came ................................. MICHAEL B• FODOR .__........., Vice -President of the INSURANCE COMPANY OF NORTH AMERICA to me personally known to be the individual and officer who executed the preceding instrument, and he acknowledged that he executed the same; that the seal affixed to the preceding instrument is the corporate seal of said Company; that the said corporate seat and his signature were duly affixed by the authority and direction of the said corporation, and that Resolution, adopted by the Board of Directors of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of CHICAGO the day and year first above written. � .......--/-p G. -----------m..........---.................................... -- ---- (SEAL) 2/6/85 PHYLLIS DUBAK Notary Public. My commission expires a.\l, the undersigned, ARkSecretary of INSURANCE COMPANY OF NORTH AMERICA; do hereby certify that fpe; ftal POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect. i In witness whereof, I have hereunto subscribed my name as S 4 W1 Secretary, and affixed the corporate seal �Ip , hre/Corporation, this............IS.th.................... day of............_....S.2.8-t-emb-e.Y. 19$-3..---.---. (SEAL) ----- i . -... Y l . - -...g.. . ........................ ... -.. RS-ISS74 urn �..ne-o, JAMES S. Y7Y IE &7tItt7tRt Secretary • • • • Federal Wage Decision • • v . • z a CO O LED IIflL NM I •p F1:IVIPF i. I. I. I. '• '• Federal Register / Vol. 48. No. 20 / Friday. January 28. 1983 / Notices 4219 Y_ L kY Y0 O b n>Y 4o m is go mr! aq 641' O. 4 o, O Y O N [ V U) 1T4 ZO .V - 'k WY mqC XLI 44 a CM> —C • O OL flM .o W Y 14 w O x&. 11SO0V I Y- UW4 O Q�. O V N < pd 1 . i Federal Register /Vol. 48.No. 5 / Friday; January 7, 1883 / Notices 927 LO -4 OY V wC w ✓S C P V C w ) VY ^L ✓ c L 4o w Or V oC aY ) VC mY qw YP J GV�YY Y CV O m 0] Co aw 414 0 419 a •4J - r 0 r JCq• w N sar. . LII W Y V Y Y a F bwv Co. J M f 11.4 0 ) N UCOU Yw\C C 9ti i ON Cr O Fmoo fi o40.4o40.4.. Y U w ` WN C V MY OF L 4 O UOqe�i0 •a al) O NYo N D.YO a'CIi— so W JY] II YYN o q 4 :f 3Cb1 Q U Y YO O V coo W'°.'"0 u V V0U G4w S 0 Cl VON OYw Y 04 q J (y • O O v1 V C>.� 04 u a QC • 0p4p V uazo O NECW 0 m4 ) ✓ w44 Nq 6C0 wF Y oioacC a ova ..q Y LNS COSY ON. lou Y g4O<ULLq O ✓YU p2Y V Y CC CWYYV✓C 0aWa Y 40 C60 ✓ Om ^OCJ .441 Y 00 YY VqY EOV-YYCH qbE 00YpNa0010 vu .04wa 4x*.V L qY aY q✓O CEYV9 dC 0.10 CCe>Y.W Y YCUOOT4> • NCY. V. UW✓ U) MYY-VY+.L 0ZY Y YOW 4 0C w 4✓4Y aUC4) wWACC 6 owx 1. 0>Y -Y $i-4••l 0oC <0 ) • CU).. P alxL04.400Y C S0Na&0 ]•• Y •U. CamU lO0WC qr0 .YC 2 •4 N -CN-C OUm YWw.eC A YW w.rL YUr COa O4amCcu._QU .-4410 C2N04q YMuq=4w GY Y)O• Y YCE 0 0O0.c6 C N O •. 41:20.404141 U'S 4 L.-4 N VY WYU•• DC 00041 OCY >O✓ .•W OYWCm Va0VOITI 201- 0 TOVUY]4VO✓u 4MYYu✓YYTE 0 +1OCYYaNG wY ✓4011 YYIJ w1IV V'4' _ OC6mY c✓✓_W✓OC U•. •-4L VY44NVCYYYYW Pw .• 8mGWV uOcTUVNW VNw UWY v: •. Tq •• CO60U.l. lCCOC4YYY Y_ONUV YCCG wP Y 0mx TYY YWD YGQ4 ✓ra W:'LCC0 Y0YY)JL6 X=O.w 0000gooVYY C YGGUJCJw0VNN4 410020 Vn•'lc NMV f••YV)0 Ya0Uz Y••OYaOYNO CC Gwna)acYWP0"CJW%.4CZ0 U.Uc4 11>J�"v — mC 4 UL V.Cn -441[%9O uY0.4MmOGG0000Nw Ow.4w)PNgap4GJOOJN m�C00 N1404 '�'�m t WJW0Y YgO�CNm(444000UUUWJaa>Cr044400 muu d UUUU OW1m C -Y NOVIOYY mUVW- ..]] aaa i'4 J00 Y w O PV Co YY Lm N Inc ONNN ONONO NNOONO NNON ON NN0 OONO N ON P nP Nnaa otfl 4 rnmbNw ^In vP qN PPv Wm'•Im N nw j�q •]Y v NN Wt NNVVv NNVNva 0N01 a vb N vW ,qa N • St... •G 0 L Y Yr Y YO w p w aL 941 >9 9 O C •-.• .. Y C 0 0c VYO Op0.0. 4. 0 0 • 4190. Y YD•O 'OP o --4F0 OC Y f G. 0 0E OCO V V•-Ima •Yq OJ] YO 9 4 0 Y.. C •• J G 6 0 3 P9 4 4 0 Y R '4'4D N ••I PN G 0 Y J( Tw •w O M`+ YV COYC V' W 4VOIC CC K YYC U U4 P 0 4 O'_YV1.: p a 4 O W C G 0 0 a 416 CmYVQ 0w0 •l..40..4 O ]000. 0 00 CSOUkO4 0 00 a ••• N C •n f GVYU q % F 03 G Y Y 0 W Y Yr qy p Y G VYUVC fi qU4 SYO Pw0600J ••J 0 DO gP0•O. ECpG P 0q0 NY40Y%/1% (O 0.011..- 0 OU 9 GC 6 O.0 WJ•)OT6 CYbY C40>%d I5 a N�.1O•-4rr EY•E •W -4410YPY 90 Y f 9 0.O r40 9Tw 0 mJ 1Y1Z C 0 I LO]r OwVQW 0004 gwwa PC. -10 CO'1 CG Ue YCY rw-4 3C5E COJ09 . YSIJ CO .., Ww YYgMrn. 4 '419-441 Pw MG CC Ogp mGr wYWmLww PCYy 4MNLY Y qG•-I YI• •aYL¢O YTrgP f 416 )EOCVE 414044-4Op c YM >w rk'>CJ4LLOCJUV wqL] ..DU LUOYVUCWYY.cLCG'C • 4rYVUSCYYO w]�.1 OOCWK 09 VU.n TOUOWKC O•D P•YC'•.Opq`40L6V2VgE)gl%10�J KOO coYO 00 WW PLWW xLSE 00." SOM1CYI NNf OOn•1 WO . Ow.a414 I. Fp N..1FH F Y O� SY _C YY 414 OOON 00 N NONNONNNOOOONOO 0000 NNNO N0 NNOO NON v,v v1• N0 NN MOtaYIVbb0VNbN .4nnw •ImPn bb nnPP nvP 0.0 U) YV Nbbn Nv vwNvvvvvvvnwOVNN NvvI VNVN vN NNNN tow - •02 I. © CdA�ED urtal AOC s.artmu( I. I. I. [7 1• I• 1. 1. State Wage Decision • ©r t TED LITTLE p6 •AfTFVLLLF i. BILL CLINTON, GOVERNOR BILL EVERETT, DIRECTOR I• i. I. [-I i. 1. ARKANSAS DEPARTMENT OF LABOR 1022 HIGH STREET LITTLE ROCK 72202 (501)371-1401 January 18, 1983 McClelland Consulting Engineers, Inc. P.O. Box 1229 Fayetteville, Arkansas 72702-1229 RE: Access Road Site Preparation and Drainage Fayetteville Washington County Gentlemen: This is to certify that the State of Arkansas Prevailing Wage Rate Determination Number 82-48 for the referenced project shall conform with those contained in the U.S. Department of Labor Decision Number AR83-4008. I have enclosed a copy of these rates for your files. If you have any questions or we can be of further assistance, please contact Becky Bryant at 375-8442, Extension 404. BE: kj Enclosure Sincerely, fil � Bill Everett 4i Director 1• 1• I• i. I. I. I. SUPERSEDF.AS DE.CTSION 511t'lEr'1MEMSA9 1;UNSYI_ STATF.WI DF._ •0Frrg7r NO. ARBJ-/ DA D.nc 01 puDncflion uPERsI:Dr; DP:CISION IAR81-1060 dated July 91, 1961 in 46 FR 30249 DESCRIPTION OF WORK' Construction. alteration, and/or repair of streets. hinhways. runways & water 6 sewer utilities, (but does not include structures on highway rest areas). sale fe (oar to s lime mussy arm rte Bene eenelit. Ratra laeurly Rates POWER EQUIPMENT raront'MI Bricklayers 66.10 Distributor operator 1$1.95 Carpenters 6.0 Drill operator (wagon Concrete finishers 6.40 or truck) I 5.95 Electricians T•15 Elevating grader rail 5.90 IRON L Euclid or like equip. op: et Structural 5.60 (bottom or end dump) 1.80 fp Reinforcing 6.60 Forkliinq machine op. 5.35 LABORERS. Forklift operator 4.45 (6 CD Air tool operator 4.55 Form grader operator 4.15 Asphalt heater operator 6.55 FRONT END LOADER OP.' Asphalt raker 1 5.20 Finish 5.90 'A Carpenter helper 1.655.35 Chain saw operator 4.65 Hydroseeder operator 4.80 00 Checker grade 6.80 Mechanic 6.15 Concrete finisher helper 4.65 Mechanic helper 6.60 N' Concrete joint sealer 4.65 MOTOR PATROL OPERATDRi 'a Concrete saw operator 4.65 Finish 6.15 Form setter 4.80 Rough 5.35 Laborer 5.60 Mulching machine op. 4.80 O C Pipelayer 6.00 Oiler and greaser 5.60 - Powderman 5.60 Pug Mill operator 4.55 Vibratorman 6.55 Roller op.(eelf-propelle )1.80 painter 5.60 SCRAPER OPERATORS' Pile driver leadman 5.60 Finish 6.15 z POWER EQUIPMENT OPERATOR' Rough 5.35 0 Aggregate spreader op. 5.10 Sod slicing machine op. 4.40 Asphalt plant fireman 4.30 Stabilizer mixing machint 4.95 Asphalt plant drier op. 4.30 TRACTOR OPrPATOR5, Batch plant operator 5.10 crawler r type 4.80 BULLDOZER OPERATORS' Farm and wheel ...55 'f1 Finish 6.15 Wheel type (with attach C; Rough 5.35 meets 1 yd. or under) '- 1.95 01 Bull float operator 4.95 Trenching machine op. 4.95 .G Concrete curing machine 0. 5.20 STONEMASONS 6.40 CONCRETE MIXER OPERATOR' TRUCK DRTVERSL Less than S sacks 4.65 ist�' tr u�tor Cruck driver 4.80 S sacks or over 5.60 Semi -trailer 4.80 C Backhoe op.-rubbertired .Lowboy driver- 5.35 (1 yard or less) 5.35 Transit mix truck driver 4.80 Cherry picker operator 5.35 TD -heavy max. pay load 1 Concrete paver operator 5.90 excess of 3000 lbs. 4.55 Concrete spreader operate 5.90 TD -Light max. pay load CRANES-DEROICKS-DRAGLINEt 3000 lbs. 4.30 SROVEL-OACKINC OPERATORS -1 WELL DRILLERS 6.15 - yard or es s 6.15 Over 1-1/2 yard 6.40 Crusher operator 4.95 z WELDERS -receive rate prescribed for craft performing operation to which welding O is incidental. .. Unlisted classifications needed for work not included within the scope of the N classification& listed may be added after award only as provided in the labor to standards contract clauses (19 CFR, 5.5 (a)(1)(ii). V 1. ® t D PATE0 LTLL sell ,a.EVEVRL( Li I. I. G I. Is I. I. I. I. Wage, Labor, EEO, & Safety Requirements . © 1 iT7kED i• WAGE, LABOR, EEO AND SAFETY REQUIREMENTS I• SECTION A (FEDERAL AVIATION ADMINISTRATION REQUIREMENTS) A-i. Airport and Airway Improvement Program Project. The work in this Contract is included in Airport Improvement Project Numbers 3-05-0020-03 and 04, which is being undertaken and accomplished by the City of Fayetteville in accordance with the terms and conditions of a grant agreement between the City of Fayetteville (Sponsor) and the United States, under the Airport and Airway ImprovementAct of 1982 (Public Law 92-248) and Part 152 of the Federal Aviation Regulations (14 CFR Part 152), pursuant to which the United States has agreed to pay a certain percentage of the cost of the project that are determined to be allowable project costs under that Act. The United States is not a party to this Contract and no reference in this Contract to the FAA or any representative thereof, or to any rights granted to the FAA or any representative thereof, or the United States, by the Contract, makes the United States a party to this Contract. I• r I• I• I• A-2. Consent to Assignment. The Contractor shall obtain the prior written consent of the City of Fayetteville to any proposed assignment of any interest in or part of this Contract. A-3. Convict Labor. No convict labor may be employed under this Contract. A-4. Veterans Preference. In the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to qualified individuals who have served in the military service of the United States (as defined in Section 101 (1) of the Soldiers' and Sailors' Civil Relief Act of 1940) and have been honorably discharged from that service, except that preference may be given only where that labor is available locally and is qualified to perform the work to which the employment relates. A-5. Withholding: Sponsor from Contractor. Whether or not payments or advances to the City of Fayetteville are withheld or suspended by the FAA, the City of Fayetteville may withhold or cause to be withheld from the Contractor so much of the payments or advances as may be considered necessary to pay laborers and mechanics employed by the Contractor or any subcontractor on the work the full amount of wages required by this Contract. A-6. Nonpayment of Wages. If the Contractor or subcontractor fails to pay any laborer or mechanic employed or working on the site of the work any of the wages required by this Contract the City of Fayetteville may, after written notice to the Contractor, take such action as may be necessary to cause the suspension of any further payment or advance of funds until the violations cease. I• ®'LO �ED tftl .'J[5 FAYt FVvt I• A-7. FAA Inspection and Review. The Contractor shall allow any authorized representative of the FAA to inspect and review any work .or materials used in the performance of this Contract. A-8. Subcontracts. The Contractor shall insert in each of his subcontracts the provisions contained in paragraphs A-1, A-3, A-4, A-5, A-6, and A-7 requiring the subcontractors to include these provisions in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. A-9. Contract Termination. A breach of paragraphs A-6, A-7, and A-8 may be grounds for termination of the Contract. SECTION B (SECRETARY OF LABOR REQUIREMENTS) I. C: I• G 1• I• r B-1. Minimum Wages (a) All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amounts due at time of payment computed at wage rates not less than those contained in the wage determination decision(s) of the Secretary of Labor which is (are) attached hereto and made a part hereof, regardless of any contractural relationship which may be alleged to exist between the Contractor and such laborers and mechanics; and the wage determination decision(s) shall be posted by the Contractor at the site of the work in a prominent place where it (they) can be easily seen by the workers. For the purpose of this paragraph, contributions made or costs reasonably anticipated under Section 1(b) (2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of subparagraph (4) below. Also for the purpose of this paragraph, regular contributions made or costs incurred for more than a weekly period under plans, funds, or programs, but covering the particular weekly period, are deemed to be constructively made or incurred during such weekly period (29 CFR 5.5(a)(1)(i). (b) Any class of laborers or mechanics, including apprentices and trainees, which is not listed in the wage determination(s) and which is to be employed under the Contract, shall be classified or reclassified conformably to the wage determination(s), and a report of the action taken shall be sent by the City of Fayetteville to the FAA for approval and transmittal to the Secretary of Labor. In the event that the interested parties cannot agree on the proper classification or reclassification of a particular class of laborers and mechanics, including apprentices and trainees, to be used, the question accompanied by the recommendation of the FAA shall be referred to the Secretary of Labor for final determination (29 CFR 5.5(a)(1)(ii). (c) Whenever the minimum wage rate prescribed in the Contract for a class of laborers or mechanics includes a fringe benefit which is not Wage, Labor, EEO and Safety Requirements - 2 I• IM INCo RATED ..nt,.00. I• I. I• I• U I• I• 1• 1• expressed as an hourly wage rate and the Contractor is obligated to pay a cash equivalent of such a fringe benefit, an hourly cash equivalent thereof shall be established. In the event the interested parties cannot agree upon a cash equivalent of the fringe benefit, the question accompanied by the recommendation of the FAA shall be referred to the Secretary of Labor for determination (29 CFR 5.5(a)(1)(iii) ). (d) If the Contractor does not make payments to a trustee or other third person, he may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing benefits under a plan or program of a type expressly listed in the wage determination decision of the Secretary of Labor which is a part of this Contract: Provided, however, the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program (29 CFR 5.5 (a)(1)iv) ). B-2. Withholding: FAA from Sponsor. Pursuant to the terms of the grant agreements between the United States and City of Fayetteville relating to Airport Improvement Project Number 3-05-0020-03 and 04 and Part 152 of the Federal Aviation Regulations (14 CFR Part 152), the FAA may withhold or cause to be withheld from the City of Fayetteville so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices and trainees, employed by the Contractor or any subcontractor on the work the full amount of wages required by this Contract. In the event of failure to pay any laborer or mechanics, including any apprentice or trainee, employed or working on the site of the work all or part of the notice to the City of Fayetteville take such action as may be necessary to cause the suspension of any further payment or advance of funds until such violations have ceased (29 CFR 5.5 (a)(2). B.3. Payrolls and Basic Records. (a) Payrolls and basic records relating thereto will be maintained during the course of the work and preserved for a period of 3 years thereafter for all laborers and mechanics working at the site of the work. Such records will contain the name and address of each such employee, his correct classification, rates of pay (including rates of contributions or costs anticipated of the types described in Section 1(b)(2) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found, under 29 CFR 5.5 (a) (1) (iv) (see sub -paragraph (d) of paragraph B-1 above), that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis -Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the Wage, Labor, EEO and Safety Requirements -.3 I• La `trfEEt LIME*] K ...FIIFMU 1• costs anticipated or the actual costs incurred in providing such benefits (29 CFR 5.5 (a)(3)(i)). I• I• I• I• F. I• I• 1• (b) The Contractor will submit weekly a copy of all payrolls to the City of Fayetteville for availability to the FAA, as required by paragraph 152.59(a). The copy shall be accompanied by a statement signed by the employer or his agent indicating that the payrolls are correct and complete, that the wage rates contained therein are not less than those determined by the Secretary of Labor and that the classifications set forth for each laborer or mechanic conform to the work performed. A submission of a "weekly Statement of Compliance" which is required under this contract and the Copeland regulations of the Secretary of Labor (29 CFR Part 3) and the filing_ with the initial payroll or any subsequent payroll of a copy of any findings by the Secretary of Labor, under 29 CFR 5.5 (a) (1)(iv) (see sub -paragraph (d) of paragraph B-1 above), shall satisfy this requirement. The prime Contractor shall be responsible for the submission of copies of payrolls of all subcontractors. The Contractor will make the records required under the labor standards clauses of the Contract available for inspection by authorized representatives of the FAA and the Department of Labor, and will permit such representatives to interview employees during working hours on the job. Contractors employing apprentices or trainees under approved programs shall include a notation on the first weekly certified payrolls submitted to the City of Fayetteville for availability to the FAA that their employment is pursuant to an approved program and shall identify the program (29 CFR 5.5 (a)(3)(ii)). B-4. Apprentices and Trainees. (a) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed and individually registered in a bona fide apprenticeship program registered by the U.S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the Contractor as to his entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not a trainee as defined in sub -paragraph (b) of this paragraph or is not registered or otherwise employed as stated above, shall be paid the wage rate determined by the Secretary of Labor for the classification of work he actually performed. The Contractor or subcontractor will be required to furnish to the City of Fayetteville written evidence of the registration of his program and apprentices as well as the appropriate ratios and wage rates (expressed in percentages of the journeymen hourly rates), for the area of construction prior to using any apprentices on the contract work. The wage rate paid apprentices- shall be not less than the Wage, Labor, EEC and Safety Requirements - 4 1• SEE" untl .oc. .gfnfVnll i• appropriate percentage of the journeymen's rates contained in the applicable wage determination (29 CFR 5.5 (a)(4)(i)). I• I• I• I• I• C I• (c) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this paragraph shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended and 29 CFR Part 30 (39 CFR 5.5 (a)(4)(iii)). (d) Application of 29 CFR Part 5.5 (a)(4). On contracts in excess of $2,000 the employment of all apprentices and trainees as defined in 29 CFR 5.2(c) shall be subject to the provisions of 29 CFR Part 5.5 (a)(4) (see paragraph B-4 (a), (b) and (c) above). (e) Enforcement. (i) The FAA shall promulgate the necessary regulations or procedures, for federally assisted construction programs for which it does not contract directly, necessary tb insure that contracts contain the provisions herein or such modifications thereof which have been approved by the Department of Labor. No payment, advance, grant, loan or guarantee of funds shall be approved by the FAA after the beginning of construction unless there is on file with the FAA a certification by the Contractor that he and his subcontractors have complied or there is substantial dispute with respect to the required provisions (29 CFR 5.6 (a)(1) ). (ii) Enforcement activities, including the investigation of complaints of violations, to insure compliance with the requirements of these provisions shall be the primary duty of the FAA. The Department of Labor will coordinate its efforts with the FAA, as may be necessary to insure consistent enforcement of the requirements of these provisions. Enforcement of these provisions shall be in accordance with 29 CFR 5.6. B-5. Compliance with Copeland Regulations. The Contractor shall comply with the Copeland Regulations (29 CFR Part 3) of the Secretary of Labor which are herein incorporated by reference (29 CFR 5.5 (a) (5) ). B-6. Overtime Requirements. No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any laborer or mechanic in any work week in which he is employed on such work to work in excess of 8 hours in any calendar day or in excess of 40 hours in such work week unless such laborer or mechanic received compensation at a rate not less than 1-1/2 times his basic rate of pay for all hours worked in excess of 8 hours in any calendar day or in excess of 40 hours in such work week, as the case may be (29 CFR 5.5 (c)(1)). Wage, Labor, EEO and Safety Requirements - 5 I• Ei!i 48Eo . If.(.;. ,..pf.b,LL i• I• I• I• 1• 1• 1• 1• 1• 1• 6-7. Violations, Liability for Unpaid Wages, Liquidated Damages. In the event of any violation of paragraph B-6 of this provision, the contractor and any subcontractor responsible therefore shall be liable to any affected employee for his unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed, with respect to each individual laborer or mechanic employed in violation of said paragraph B-6 of this provision, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of 8 hours or in excess of the standard work week of 40 hours without payment of the overtime wages required by said paragraph B-6 of this provision (29 CFR 5.5 (c)(2)). Withholding for Unpaid Waoes and Liaui (a) The FAA may withhold or cause to be withheld, from any monies payable on account of work performed by the Contractor or subcontractor, such sums as may be administratively determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in paragraph B-7 of this provision (29 CFR 5.5 (c)(3))• B-9. Working Conditions. No Contractor may require any laborer or mechanic employee in the performance of the contract to work in surroundings or under working conditions that are unsanitary, hazardous or dangerous to his health or safety as determined under construction safety and health standards (29 CFR Part 1926; 37 F.R. 27503) issued by the Secretary of Labor. B-10. . Subcontracts. The Contractor will insert in each of his subcontracts the clauses contained in paragraphs B-1 through B-11 of this provision, and also a clause requiring the subcontracts to include these provisions in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made (29 CFR 5.5 (a)(6), 5.5 (c)(4)). B-11. Contract Termination; Debarment. A breach of paragraph B-1 through B-10 of this provision may be grounds for termination of the Contract. A breach of paragraphs B-1 through B-5 and B-10 may also be grounds for debarment as provided in 29 CFR 5.6 of the regulations of the Secretary of Labor (29 CFR 5.5 (a) (7)). SECTION C (EQUAL EMPLOYMENT OPPORTUNITY CLAUSE) During the performance of this Contract, the Contract agrees as follows: C-1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, sex or national origin. Such action shall include, but Wage, Labor, EEO and Safety Requirements - 6 1• LLl® hiS AEeo nh, DC • • • • • • • • • • not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship.. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. C-2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, relation sex or national origin. C-3. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided, advising the said labor union or workers' representatives of the Contractor;s commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. C-5. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, as amended, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and others. C-6. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of.September 24, 1965, as amended, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, as amended, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. C-7. The Contractor will include the portion of the sentence immediately preceding paragraph C-1 and the provisions of paragraphs C-1 through C-7 in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, as amended, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to_any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for non-compliance: Provided, however, that in the event a Contractor becomes involved, in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interest of the United States. Wage, Labor, EEO and Safety Requirements - 7 • EA 00 ATED ,n .Dc. 1.QnrvlLL[ I• SECTION D (HEALTH AND SAFETY..REQUIREMENTS) I• I• I0 r I• I• D-1. It is a condition of this Contract, and shall be made a condition of each subcontract entered into pursuant to this contract, that the Contractor shall not require any laborer or mechanic employed in performance of the contract work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health or safety, as determined under Construction Safety and Health Standards Title 29 Code of Federal Regulations, Part 1518 36 F.R. 7340 promulgated by the United States Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act, 83 STAT. 96). SECTION E (AIR AND WATER QUALITY STANDARDS) E-1. Any other provision herein to the contrary notwithstanding, the Contractor in carrying out work under this Contract, shall at all times comply with all applicable state and federal air and water quality standards; with all pollution control laws; and with such rules, regulations, and directives as may be lawfully issued by a local, state or federal agency having within its jurisdiction the protection of the environment in the. area surrounding where work under this contract will be performed. In addition, the Contractor shall comply with directives given by the Project Engineer in implementation of the letter and intent of FAA Advisory Circular 150/5370-7 entitled Airport Construction Controls to Prevent Air and Water Pollution. Copies of this Advisory Circular can be obtained free of charge from Department of Transportation, Distribution Unit, TAD -484.3, Washington, D.C. 20590. E-2. Contractors and subcontractors agree: (a) That any facility to be used in the performance of the contract or to benefit from the Contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities. (b) To comply with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations issued thereunder. (c) That as a condition for award of a Contract he will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be utilized for performance of or benefit from the Contract is under consideration to be listed on the EPA List of Violating Facilities. (d) To include or cause to be included in any Contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. ITY xecutive uraer 11L4b, as ame F-1. As used in these Specifications: Wage, Labor, EEO and Safety Requirements - 8 I• I.Y 19011"1 WATED ,.n .. I..mrvnu I• I• I• I• I• I• U I* I• (a) "Covered area" means the geographical area described in the solicitation from which this contract resulted; (b) "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; (c) "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; (d) "Minority" includes: (1) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South America, or other Spanish culture or origin regardless of race); (iii) Asian and Pacific Island (all person having origins in any of the original peoples of the Far East, Southeast, Asia, the Indian Subcontinent, or the Pacific Islands); and (iv) American Indian and Alaskan Native (all persons having origins in any of the original peoples of North American and maintaining identifiable tribal affiliations through membership and, participation or community identification). F-2. Whenever the Contractor, or any subcontractor any any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these Specifications and the notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this Contract resulted. F-3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually •or through an association, its affirmative action obligations on all work in the plan area (including goals and timetables) shall be in accordance with that plan for those trades which have unions participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the plan in each trade in which it has employees. The overall good faith performance by other Contractors or subcontractors toward a goal in an approved plan does not excuse •any covered Contractor's or subcontractor's failure to take good faith efforts to achieve the plan goals and timetables. Wage, Labor, EEO and Safety Requirements - 9 1• LYLtlr'�+CO RATED . V1,. .%. ..1.n.MLLt • • • • C • • • • F-4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of these Specifications. The goals set forth in the solicitation from which this Contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization; the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. The Contractor is expected to make substantially uniform progress towards its goals in each craft during the period specified. F-5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the Contractor has a collective bargaining agreement to refer either minorities or women shall excuse the Contractor's obligations under these Specifications, Executive Order 11246, as amended, or the regulations promulgated pursuant thereto. F-6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. F-7. The Contractor shall take specific affirmative actions to insure EEO. The evaluation of the Contractor's compliance with these Specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: (a) Insure and maintain a working environment free of harrassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically insure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working such sites or in such facilities. (b) Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. (c) Maintain a current file of the names, addresses, and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Wage, Labor, EEO and Safety Requirements - 10 L LYL9 CD ABED onN.M. ugntSktt Contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the Contractor may have taken. I• I• I• 1• [; I• I• I* (d) Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor;s efforts to meets its obligations. (e) Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women,. including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. (f) Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc,; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. (g) Review, at least annually, the company's EEO policy and affirmative action obligations under these Specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with on -site supervisory personnel such as superintendents, general foreman, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. (h) Disseminate the Contractor's EE0.policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and subcontractors with whom the Contractor does or anticipates doing business. (i) Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations, such as the above, Wage, Labor, EEO and Safety Requirements - 11 1• d8Eo L I• I• I• I• I• is I• 1• 1• describing the openings, screening procedures, and tests to be used in the selection process. (j) Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. (k) Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. (1) Conduct, at least annually, an inventory and evaluation, at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. (m) Insure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to insure that the EEO policy and the Contractor's obligations under these Specifications are being carried out. (n) Insure that all facilities and company activities are nonsegregated except that separate or single -user toilet an necessary changing facilities shall be provided to assure privacy between the sexes. (o) Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female Contractor associations and other business associations. (p) Conduct a review, at least annually, of all supervisor's adherence to and performance under the Contractor's EEO policies and affirmative action obligations. F-8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through •p). The efforts of a. Contractor association, joint Contractor -union, Contractor -community, or other similar groups of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in industry, insures that the concrete benefits of the program are reflected in the Contractor's minority and female work force participation, makes a good faith effort to.meet its individual goals and timetables, and can provide access to documentations which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor;s noncompliance. Wage, Labor, EEO and Safety Requirements - 12 1• CLLR IN lATED .mq.x. F.utfWut I• I• I• I• 1• 1• C I• I• 1• F-9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide EEO and take affirmative action for all minority groups, both male and female, and all women, both minority and nonminority. Consequently, the Contractor may be in violation of the executive order if a particular group. is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the executive order if a specific minority group of women is underutilized). F-10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. F-11. The Contractor -shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246, as amended. F-12. The Contractor shall carry out such sanctions and penalties for violation of these Specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the OFCCP. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these Specifications and Executive Order 11246, as amended. F-13. The Contractor, in fulfilling its obligations under these Specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these Specifications, so as to achieve maximum results from its efforts to insure equal employment opportunity. If the Contractor fails to comply with the requirements of the executive order, the implementing regulations, or these Specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. F-14. The Contractor shall designate a responsible official to monitor all employment related activity to insure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, Contractors shall not be required to maintain separate records. Wage, Labor, EEO and Safety Requirements - 13 1• L.YLi�COP RATED 1• I• I• I• • I• I• I• I• [1 F-15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). Wage, Labor, EEO and Safety Requirements - 14 Li uvJ max. rp nfVn LE I. I. I. I. I. I10 1. I. General Provisions (FAA Standards, As; Revised for This Project) • KLEINATED unlf 9", uYMMLLE I• DIVISION I GENERAL PROVISIONS SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these Specifications, in the Contract, in•any documents or other instruments pertaining to construction where these Specifications govern, the intent and meaning shall be interpreted as follows: I• I• I• I• 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-05 AIR OPERATIONS AREA. For the purpose of these Specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface manoeuvring of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-06 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft, and includes its buildings and facilities, if any. 10-07 ASTM. The American Society for Testing and Materials. 10-08 AWARD. The acceptance, by the Owner, of the successful bidder's proposal. 10-09 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. ©VI (tC1TTED LIMER ct ...TMUE I• 10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights -of -way together with all airport buildings and facilities located thereon. 10-11. CALENDAR DAY. Every day shown on the calendar. 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the Plans, Specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the Contract. I• I0 I• I• 10-13 CONTRACT. The written agreement covering the work to be performed. The awarded Contract shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans; and any addenda issued to bidders. 10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the Contract. 10-15 CONTRACT TIME. The number of calendar days or working days, stated in the Proposal, allowed for completion of the Contract, including authorized time extensions. If a calendar date of completion is stated in the Proposal, in lieu of a number of calendar or working days, the Contract shall be completed by that date. 10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-18 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the City of Fayetteville to be responsible for the engineering observation work of the contract and acting directly or through an authorized representative. 10-19 ENGINEER'S REPRESENTATIVE. in SPECIAL PROVISIONS. 10-20 EQUIPMENT. All machinery, upkeep and maintenance, and also proper construction and acceptable See Section titled "Functions of Engineer" together with the necessary supplies for all tools and apparatus necessary for the completion of the work. General Provisions - 2 ®CO TED • • • • •' 0 • • • 10-21 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10-22 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his duly authorized representative. 10-23 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. They may be obtained from the Specifications Activity, Printed Materials Supply Division, Building 197, Naval Weapons Plant, Washington, D.C. 20407. 10-24 INTENTION OF TERMS. Whenever, in these Specifications or on the Plans, the words "directed", "required", "permitted", "ordered", "designated", "prescribed", or words of the like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved", "acceptable", "satisfactory", or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. Any reference to a specific requirement of a numbered paragraph of the Contract Specifications or a cited standard shall be interpreted to include all general requirements of the entire section, Specification item, or cited standard that may be pertinent to such specific reference. 10-25 LABORATORY. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer.. 10-26 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing in the airport surface. 10-27 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the Proposal, the total cost of which is equal to or greater than 10 percent of the total amount of the awarded contract. All other items shall be considered minor contract items. 10-28 MATERIALS. Any substance specified for use in the construction of the contract work. General Provisions - 3 ® fEEt .m.e.o k ro[n[n.a[ I• I• I• I• I• I• 1• 1• 1• 10-29 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual ontract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the Contract time begins. 10-30 OWNER (SPONSOR). The term owner shall mean the party of the first part or the contracting agency signatory to the Contract. For AIP Contracts, the term sponsor shall have the same meaning as the term Owner. 10-31 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-32 PAYMENT BOND. The approved form of security furnished by the Contractor and his surety as a guaranty that the Contractor will complete the work in accordance with the terms of the Contract. 10-33 PERFORMANCE BOND. The approved form of security furnished by the Contractor and his surety as a guaranty that the Contractor will complete the work in accordance with the terms of the Contract. - 10-34 PLANS. The official drawings or exact reproductions, approved by the Engineer, which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the Contract, supplementary to the Specifications. 10-35 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-36 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the Plans and Specifications. 10-37 PROPOSAL GUARANTY (BID BOND). The security furnished with a proposal to guarantee that the bidder will enter into a Contract if his proposal is accepted by the Owner. 10-38 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-39 SPECIFICATIONS. A part of the Contract containing the written directions and requirements for completing the Contract work. Standards for specifying materials or testing which are cited in the Contract Specifications by reference shall have the same force and effect as if included in the Contract physically. 10-40 STRUCTURES. Airport facilities such as bridges; culverts; catch basins; inlets; retaining walls; cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts; manholes; handholes; lighting fixtures and bases; transformers; flexible and rigid pavements; navigational General Provisions - 4 © P 4EEO .mLt Wa u.entvna I• •v: I• I• I• I• I• I• I. aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein, 10-41 SUBGRADE. The soil which forms the pavement foundation. 10-42 SUPERINTENDENT. The contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-43 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the owner covering: 1 work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract, or 2) work that is not within the scope of the originally awarded contract. 10-44 SURETY. The corporation, partnership, or individual, other than the contractor, executing payment or performance bonds which are furnished to the Owner by the Contractor. 10-45 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. 10-46 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the Contract, Plans, and Specifications, 10-47 WORKING DAY. A working day shall I holiday, Saturday, or Sunday on which the Contractor may proceed with regular work completion of the Contract. Unless work is Contractor's control, Saturdays, Sundays Contractor's forces engage in regular work, inspector, will be considered as working days. )e any day other than a legal normal working forces of the for at least 6 hours toward suspended for causes beyond the and holidays on which the requiring the presence of an General Provisions - 5 EEo u^u •x. • SECTION 20 • • • • C • • • PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (Notice to Bidders). For AIP contracts, the advertisement shall conform to the requirements of local laws and ordinances pertaining to letting of contracts and, in addition, shall conform to the requirements of Part 152 of the Federal Aviation Regulations applicable to the particular contract being advertised. 20-02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the owner satisfactory evidence of his competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the Owner satisfactory evidence of his financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the Contractor's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect his (bidder's) true financial condition at the time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State Highway Division and is on the current "bidder's list" of the State in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore specified. Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner no later than 10 days prior to the specified date for opening bids. 20-03 CONTENTS OF PROPOSAL FORMS. The Owner shall furnish bidders with proposal forms. All papers bound with or attached to the Proposal forms are necessary parts and must not be detached. The Plans, Specifications, and other documents designated in the Proposal form shall be considered a part of the Proposal whether attached or not. For AIP contracts, the Proposal shall conform to the requirements of local laws and ordinances pertaining to letting of contracts and, in addition, shall General Provisions - 6 z da `TED IRRf .%n 0.F1 FVR IF • conform to the requirements of Part 152 of the Federal Aviation Regulations pertaining to the particular contract being let. • • C • C • • • • 20-04 ISSUANCE OF PROPOSAL FORMS. The Owner reserves the right to refuse to issue a Proposal form to a prospective bidder should such bidder be in default for any of the following reasons: (a) Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the Proposal as a requirement for bidding. (b) Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the Owner) at the time the Owner issues the proposal to a prospective bidder. (c) Contractor default under previous contracts with the Owner. (d) Unsatisfactory work on previous contracts with the Owner. 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these Specifications is given in the Proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the Plans and Specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the Proposal, Plans, Specifications, and Contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a Proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, Plans, and Specifications. 20-07 PREPARATION OF PROPOSAL. The bidder shall submit his Proposal on the forms furnished y the Owner. All blank spaces in the Proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) General Provisions - 7 • ©FATED LIME .IXr fuARVrtUE I• G I• I• I.1 I• [] I• 1` both in words and numerals for which he proposes to do each pay item furnished in the Proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. The bidder shall sign his Proposal correctly and in ink. If the Proposal is made by an individual, his name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the Proposal shall give the name of the State under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his authority to do so and that the signature is binding upon the firm or corporation. 20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: (a) If the Proposal is on form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the Proposal form is detached. (b) If there areS unauthorized additions, conditional or alternate pay items, or irregularities of any kind which make the Proposal incomplete, indefinite, or otherwise ambiguous. (c) If the Proposal does not contain a unit price for each pay item listed in the Proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. (d) If the Proposal contains unit prices that are obviously unbalanced. (e) If the Proposal is not accompanied by the Proposal guaranty specified by the Owner. For ADAP contracts, proposals shall be considered irregular for any •of the reasons stated and, in addition, if the proposal is "nonresponsive" with respect to the requirements of Part 152 of the Federal Aviation Regulations as specified in the proposal form. The owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-09 PROPOSAL GUARANTY. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the owner. General Provisions - 8 I• ®�dTED LITTLE A=C. yr[TMLLF I• 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. I• C: I• I• I• I. 20-11 WITHDRAWAL OR REVISION OF PROPOSALS. And bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal 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. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: (a) Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. (b) Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the owner until any such participating bidder has been reinstated by the owner as a qualified bidder. (c) If the bidder is considered to be in "default" for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section. General Provisions - 9 I• © aPb ATZO :III.(R005 F"C"MLLI • SECTION 30 • • AWARD AND EXECUTION OF CONTRACT 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price writtenin words shall govern. Until the award of a contract is made, the owner reserves the right to reject a bidder's proposal for any of the following reasons: (a) If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSAL of Section 20. (b) If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract right to reject any or all proposals; waive in the best interest of the owner and is in and local laws or regulations pertaining contracts; advertise for new proposals; or All such actions shall promote the owner's bi is made, the owner reserves the technicalities, if such waiver is conformance with applicable State to the letting of construction proceed with the work otherwise. ?st interest. 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 60 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. • IAward of the contract shall be made by the owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the owner. 30-03 CANCELLATION OF AWARD. The owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section. 30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the owner has made • a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon • General Provisions - 10 • WLli 4TED •rtu•u• r..Twme • as the owner receives the contract bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of the section. 0 • 0 • O • p 30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract, the successful bidder shall furnish the owner a surety bond or bonds which have been fully executed by the bidder and his surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. 30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract •is mailed, special handling is recommended. 30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder,. the owner shall complete the execution of the contract in accordance with the local laws or ordinances, and return the fully executed contract to the contractor. Delivery of the fully executed contract to the contractor shall constitute the owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal quaranty, not as a penalty, but as liquidation of damages to the owner. General Provisions - 11 • ®INCON HATED ort;I FAYM EV¢U 1• SECTION 40 I. LI I• I• 1• Ic SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described in the Plans and Specifications. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the Plans, Specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations which do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations which are for work within the general scope of the contract shall be covered by "Change Orders" issued by the engineer. Change orders for altered work shall include extensions of contract time where, in the engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the owner and the contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. The contractor is hereby advised that all supplemental agreements shall be approved by the FAA and shall include valid wage determinations of the U.S. Secretary of Labor when the amount of the supplemental agreement exceeds $2,000. However, if the contractor elects to waive the limitations on work that increases or decreases the originally awarded contract or any major contract item by more than 25 percent, the supplemental agreement shall be subject to the same U.S. Secretary of Labor wage determination as was included in the originally awarded contract. All supplemental agreements shall require consent of the contractor's surety and separate performance and payment bonds. General Provisions - 12 [3 rM Psn1ED 40-03 OMITTED ITEMS. The engineer may, in the owner's best interest, omit from the work any contract item, except major contract items. Major contractitems may be omitted by a supplemental agreement. Such omissions of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be nonperformed, the contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. I. C [i I` I• I• 40-04 EXTRA WORK. Should acceptable completion of the contract require the contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called Extra work. Extra work that is within the general scope of the contract shall be covered by written change order. Change orders for such extra work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the engineer's opinion, is necessary for completion of such extra work. When determined by the engineer to be in the owner's best interest, he may order the contractor to proceed with extra work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of extra work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the owner. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his own operations and the operations of all his subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. With respect to his own operations and the operations of all his subcontractors, the contractor shall provide marking, lighting, and other General Provisions - 13 [7 48 LiLii CO V.RATED VRLL.%. ..RIIfvrtY 0 S 46 • 0 acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire -rescue equipment, or maintenance vehicles at the airport. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The contractor shall furnish, erect, and maintain barricades, warning signs, flagmen, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the contractor will not be required to furnish snow removal for such existing road, street or highway. The contractor shall make his estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract6 items. Should the contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the engineer shall be notified prior to disturbing such structure. The • disposition of existing structures so encountered shall be immediately determined by the engineer in accordance with the provisions of the contract. • Li Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the owner when so utilized in the work. 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the contractor encounter any material such as but not restricted to) sand, stone, General Provisions - 14 • u L• Lf N 011 TED ^u.x. ugnnnu 1• 1• [. gravel, slag, or concrete grading sections, the use of be either embankment or waste (a) Use such material approved by the engineer specifications applicable to slab within the established lines, grades, or which is intended by the terms of the contract to he may at his option either: in another contract item, providing such use is and is in conformance with the contract such use; or, (b) Remove such material from the site, upon written approval of the engineer; or, (c) Use such material for his own temporary construction on site; or, (d) Use such material as intended by the terms of the contract. Should the contractor wish to exercise option (a), (b), or (c), he shall request the engineer's approval in advance of such use. Should the engineer approve the contractor's request to exercise option (a), (b), or (c), the contractor shall be paid for the excavation or removal of such material at the applicable contract price. THe contractor shall replace, at his own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such. replacement material is needed to complete the contract work. The contractor shall not be charged for his use of such material so used in the work or removed from the site. Should the engineer approve the contractor's exercise of option (a), the contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the contractor shall make no claim for delays by reason of his exercise of option (a), (b), or (c). The contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-09 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the contractor has obtained the written permission of such property owner. General Provisions - 15 I• T'7`EEo VRtI.CC. ufn(vLLE SECTION 50 CONTROL OF WORK t i • • 50-01 AUTHORITY OF THE ENGINEER. The engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. He shall decide all questions which may arise as to the interpretation of the specifications or plans relating to the work, the fulfillment of the contract on the part of the contractor, and the rights of different contractors on the project. The engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for under the contract. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall e in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans, or specifications. If the engineer finds the materials furnished, work .performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the owner, he will advise the owner of his determination that the affected work be accepted and remain in place. In this event, the engineer will document his determination and recommend to the owner a basis of acceptance which will provide for an adjustment in the contract price for the affected portion of the work. The engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the engineer finds the materials product are not in reasonably Specifications and have resulted affected work or materials shall corrected by and at the expense engineer's written orders. furnished, work performed, or the finished close conformity with the Plans and n an unacceptable finished product, the be removed and replaced or otherwise f the contractor in accordance with the For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the contractor's responsibility to complete the work in accordance with the contract, plans, an&specifications. The term shall not be construed as waiving the engineer's right to insist on strict compliance with the requirements of the contract, plans, and specifications during the contractor's prosecution of the work, when, in the engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. General Provisions - 16 • l.MPAIRATED ""Y .J[. ,..ETEWuI I• For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the engineer with the authority to use good engineering judgment in his determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans, and specifications. Ia I. I♦ I• 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited FAA advisory circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. The contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the contractor discovers any apparent error or discrepancy, he shall immediately call upon the engineer for his interpretation and decision, and such decision shall be final. 50-04 COOPERATION OF CONTRACTOR. The contractor will be supplied with two copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the contractor for the cost of reproduction. The contractor shall give the constant attention to the work to facilitate the progress thereof, and he shall cooperate with the engineer and his inspectors and with other contractors in every way possible. The engineer shall allocate the work and designate the sequence of construction in case of controversy between contractors. The contractor shall have a competent superintendent on the work at all times who is fully authorized as his agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the engineer or his authorized representative. 50-05 COOPERATION BETWEEN CONTRACTORS. The owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each contractor shall conduct his work so as not to interfere with or hinder the progress of completion of the work being performed by other contractors. Contractors working on the same project shall cooperate with each other as directed. General Provisions - 17 1• ® CCUTIATED ' LI .%. IuIfIYt, I• I. I• I0 Each contractor involved shall assume all liability, financial or otherwise, in connection with his contract and shall protect and save harmless the owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other contractors working within the limits of the same project. The contractor shall arrange his work and shall place and dispose of the materials being used so as not to interfere with the operations of the other contractors within the limits of the same project. He shall join his work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES. Unless otherwise provided for in this subsection, the Contractor shall furnish his own lines, grades, and measurements necessary to the proper prosecution and control of the work contracted for under,these specifications. The Engineer however, shall set initial stakes for basic project alignment and also provide the Contractor with a temporary benchmark for the work. Such stakes and markings as the engineer may set for either his own or the contractor's guidance shall be scrupulously preserved by the contractor. In case of negligence on the part of the contractor, or his employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the contractor at the discretion of the engineer. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period of .48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the owner shall a authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of -the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the contractor. Inspectors employed by the owner are authorized to notify the contractor or his representative of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the engineer for his decision. 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall e subject to inspection by the Engineer. The engineer shall be allowed access to all parts of the work and shall be furnished with such General Provisions - 18 Li © 000 RATED uIIY .Op nrffEPul information and assistance by the Contractor as is required to make a complete and detailed inspection. 0 o ! If the engineer requests it, the contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the contractor's expense. Any work done or materials used without supervision by the Contractor or inspection by an authorized representative of the owner may be ordered removed and replaced at the contractor's expense unless the owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work 'which' does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled Contractor's Responsibility for Work of Section 70. No work shall be done without lines and grades having been approved by the engineer. Work done contrary to the instructions of the engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the contractor's expense. Upon failure on the part of the contractor to comply forthwith with any order of the engineer made under the provisions of this subsection, the engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the owner) from any monies due or to become due the contractor. General Provisions - 19 ! ®ENCOHATED I MEAOCI FAYMMLLI i• 50-11 LOAD RESTRICTIONS. The contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the contractor of liability for damage which may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The contractor shall be responsible for all damage done by his hauling equipment and shall correct such damage at his own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. i• It 1• I. In the case of a contract for the placing of a cou subgrade previously constructed, the contractor shall course or subgrade during all construction operations. All costs of maintenance work during construction and accepted shall be included in the unit prices bid on items, and the contractor will not be paid an additional rse upon a course or maintain the previous before the project is the various contract amount for such work. 50-13 FAILURE TO MAINTAIN THE WORK. Should the contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the engineer shall immediately notify the contractor of such noncompliance. Such notification shall specify a reasonable tine within which the contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the contractor fail to respond to the engineer's notification, the engineer may suspend any work necessary for the owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies dues or to become due the contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the owner, he may request the engineer to make final inspection of that unit. If the engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the owner shall not void or alter any provision of the contract. General Provisions - 20 I. ®LZ1 RATED u me•a. .... AT i• I• I• I• 1• i. 50-15 FINAL ACCEPTANCE. Upon due notice from the contractor of presumptive completion of the entire project, the engineer and owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The engineer shall notify the contractor in writing of final acceptance as of the date of the final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the engineer in writing of his intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the engineer is not afforded proper opportunity by the contractor for keeping strict account of actual cost as required, then the contractor hereby agrees to waive any claim for such additional compensation. Such notice by the contractor and the fact that the engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the contractor shall, within 10 calendar days, submit his written claim to the engineer who will present it to the owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the contractor's right to dispute final payment based on differences in measurements or computations. Ganeral Provisions - 21 1• LlL` REEL LAYEENILLI I. SECTION 60 1. I. 1• 1• 1 011 CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the contractor shall furnish complete statements to the engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the engineer's option, materials may be approved at the source of supply before delivery is started. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the contractor shall furnish materials from other sources. The contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the contractor shall furnish such equipment that is: (a) Listed in the FAA Advisory Circular (AC) 150/5345-1, Approved Airport Lighting Equipment, that is in effect on the date of advertisement; and, (b) Produced by the manufacturer qualified (by FAA) to produce such specified and listed equipment. 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the work shall be inspected, tested, and approved by the engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the engineer shall be performed at the contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the engineer, shall be removed at contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of AASHTO or ASTM which are current on the date of advertisement for bids will be made by and at the expense of the owner. Samples will be taken by a qualified representative of the owner. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his request. General Provisions - 22 i . 1 ^`LYLL7 ATED 1• I46 li I• 1• L 60-03 CERTIFICATION OF COMPLIANCE. The engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the Contract. The certification shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates •of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the contractor elects to furnish the specified "brand name," the contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: (a) Conformance to the specified performance, testing, quality or dimensional requirements; and, (b) Suitability of the material or assembly for the use intended in the contract work. Should the contractor propose to furnish an "or equal" material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION. The engineer or his authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his acceptance of the material or assembly. Should the engineer conduct plant inspection, the following conditions shall exist: (a) The engineer shall have the cooperation and assistance of the contractor and the producer with whom he has contracted for materials. General Provisions - 23 10 L,LI�RATED rnd JC. .upll Vll4 (b) The engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. (c) If required by the engineer, the contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. • , I• r I• It is understood and agreed that the owner shall have the right to retest any material which has been tested and approved at the source of supply after it has been delivered to the site. The engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 ENGINEER'S FIELD OFFICE AND LABORATORY. When specified and provided for as a contract item, the contractor shall furnish a building for the exclusive use of the engineer as a field office and field testing laboratory. The building shall be furnished and maintained by the contractor as specified herein and shall become property of the contractor when the contract work is completed. 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The contractor shall coordinate the storage of all materials with the engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the contractor shall furnish the engineer a copy of the property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the contractor at his entire expense, except as otherwise agreed to (in writing) by the owner or lessee of the property. 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. General Provisions - 24 I• ® CO ATfD urtun%n ugl'fvrtY li No rejected material or assembly, the defect of which have been corrected by the contractor, shall be returned to the site of the work until such time as the engineer has approved its use in the work. 60-08 OWNER -FURNISHED MATERIALS. The contractor shall furnish all materials required to complete the work, except those specified herein (if any) to be furnished by the Owner. Owner -furnished materials shall be made available to the contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing owner -furnished materials shall be included in the unit price bid for the contract item in which such owner -furnished material is used. I• I41 1• C After any owner -furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies which may occur during the contractor's handling, storage, or use of such owner -furnished material. The owner will deduct from monies due or to become due the contractor any cost incurred by the owner in making good such loss due to the contractor's handling, storage, or use of owner -furnished materials. General Provisions - 25 I• ®CORATED un .m. •uennnu 1•. SECTION 70 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 70-01 LAWS TO BE OBSERVED. The contractor shall keep fully informed of all Federal and State laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. 70-02 PERMITS, LICENSES, AND TAXES. The contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall 'provide for such use by suitable legal agreement with the patentee or owner. The contractor and the surety shall indemnify and save harmless the owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the owner. for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. I• 1• The contractor shall not permit any individual, or facilities located within the limits of the work without the written permission of the engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the engineer, the contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. General Provisions - 26 Is L.YL®L0P0RATED u' -q. .'X. ..Trypl! 70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has. agreed to reimburse the owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's request to the FAA. In consideration of the United States Government's (FAA's) agreement with the owner, the owner has included provisions in this contract pursuant to the requirements of the Airport and Airway Development Act of 1970 (84 stat. 219), as amended, and the Rules and Regulations of the Federal Aviation Administration that pertain to the work. As required by the Act, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, Federal Aviation Administration and is further subject to, those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the Act, the rules and regulations implementing the Act, or this contract shall be construed as making the Federal. Government a party to the contract or will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his employees as may be necessary to comply with the requirements of the State and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, State, and local laws, rules and regulations concerning construction safety and health standards. The contractor shall not require any worker to work in surroundings or under conditions which are unsanitary, hazardous, or dangerous to his health or safety. 70-07 PUBLIC CONVENIENCE AND SAFETY. The contractor shall control his operations and those of his subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his own operation and those of his subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs and hazard makings shall be suitably illuminated. General Provisions - 27 ® TED .mtL .a. rrvmnn.e Is I• I• I• I• I. I• It 1• [7 For vehicular and pedestrian traffic, the contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office). The contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and his parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to FAA Advisory Circular 150/5370-2B, Safety on Airports During Construction Activity. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to FAA Advisory Circular 150/5370-2B. A copy of this FAA Advisory Circular may be obtained at the office of the Engineer for cost of said copy reproduction. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work which requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the engineer. Open -flame type lights shall not be permitted within the air operations areas of the airport. 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the contractor shall exercise the utmost care not to endanger life or property, including new work. The contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the engineer and, in general, not closer than 1,000 feet from the work or from any building, road, or other place of human occupancy. The contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of his intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet of the airport property. General Provisions - 28 1• I ITATED unJ .p(. .umlv..E I* I• r r is I• I0 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property marks until the engineer has witnessed or otherwise referenced their location and shall not move them until directed. The contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the nonexecution thereof by the contractor, he shall restore, at his own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The contractor shall indemnify and save harm ess the engineer and the owner and their officers, and employees from all suits, actions, or claims of any character brought because of any injuries or damage received' or sustained by any person, persons, or property on account of the operations of the contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Act," or any other law, ordinance, order, or decree. Money due the contractor under and by virtue of his contract as may be considered necessary by the owner for such purpose may be retained for the use of the owner or, in case no money is due, his surety may be held until such suit or suits, action or actions, claim or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the owner, except that money due the contractor will not be withheld when the contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the contractor to complete portions of the contract work for the beneficial General Provisions - 29 1• L'EED • • • • • ci • • • • occupancy of the owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the Plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The contractor shall make his own estimate of the difficulties involved in arranging his work to permit such beneficial occupancy by the owner as described below: Phase or Required Date or Sequence Work Shown Description of Owner's Beneficial Occupancy on Plan Sheet (Not Required for this Project) Upon completion of any portion of the work listed heretofore, such portion shall be accepted by the owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work. may be opened by the contractor for public use until ordered by the engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the owner shall be repaired by the contractor at his expense. The contractor shall make his own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the nonexecution of the work. The contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the General Provisions - 30 I• contractor, including but no restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of governmental authorities. I• I. I• 1• L 1• If the work is suspended for any cause whatever, the contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his expense. During such period of suspension of work, the contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established plantings, seedings, and soddings furnished under his contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the contractor shall cooperate with the owner of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA), or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the contractor shall control his operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on/the plans and the owners are indicated as follows: Utility Service Person to Contact Owner's Emergency or Facility (Name, Title, Address & Phone) Contact (Phone) Arkansas Western Gas Company Taxiway & Runway Lights MALS (Approach Lights) VASI's Southwestern Bell Telephone Co. City of Fayetteville Water and Sewer Dept. Mr. James Walker Arkansas Western Gas Company Fayetteville, Arkansas Mr. Dale Frederick Asst. Airport Mgr. Mr. Jim Peavy Flight Service Station Fayetteville, Arkansas Mr. Dick Shaw Southwestern Fayetteville, Bell Telephone Company Arkansas Mr. Don Bunn City of Fayetteville Fayetteville, Arkansas ciiii ..-,.l.x. ......nuu 521-5400 521-5472 521-4750 521-2489 442-5221 267-2339 442-3167 521-7700 521-2489 General Provisions - 31 S • • • C ri • C • It is understood and agreed that the owner does not guarantee,the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the contractor of his responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the contractor shall, upon execution of the contract, notify the owners of all utility services or other facilities of his plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification hereinbefore provided, it shall be the responsibility of the contractor to keep such individual owners advised of changes in his plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the contractor shall again notify each such owner of his plan of operation. If, in the contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advise should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the contractor's commencement of operations in such general vicinity. The contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two days' notice hereinabove provided shall be cause for the engineer to suspend the contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the contractor shall be required to use excavation methods acceptable to the engineer within 3 feet of such outside limits at such points as may be required to insure protection from damage due to the contractor's operations. Should the contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the engineer and shall take all reasonable measures to prevent further damage or interruption of service. The contractor, in such events, shall cooperate with the utility service or facility owner and the engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his operations whether or not due to General Provisions - 32 • 4EEW IIIJ ROCK FlYME ILLF • • • 0 • i negligence or accident. The contract owner reserves the right to deduct such costs from any monies due or which may become due the contractor, or his surety. 70-16 FURNISHING RIGHTS -OF -WAY. The owner will be responsible for furnishing all rights -of -way upon which the work is to be constructed in advance of the contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. contract provisions or in exercising any power o this contract, there shall be no liability upon representatives, or any official of the owner official of the owner. It is understood that in as agents and representatives of the owner. In carrying out any of the authority granted to him by the engineer, his authorized either personally or as an such matters they act solely 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the owner will expeditiously make final inspection and notify the contractor of final acceptance. Such final acceptance, however, shall not preclude or estop the owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the owner be precluded or estopped from recovering from the contractor or his surety, or both, such overpayment as may be sustained, or by failure on the part of the contractor to fulfill his obligations under the contract. A waiver on the part of the owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The contractor, without prejudice to the terms of the contract, shall be liable to the owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the owner's right under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The contractor shall comply with all Federal, State, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 ARCHEOLOGICAL AND HISTORICAL FINDINGS Unless otherwise specified in this subsection, the contractor is advised that the site of the work, is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the contractor encounter, during his operations, any building, part of a building, structure, or object which is incongruous with its surroundings, he shall immediately cease operations in that location and notify the engineer. The engineer will immediately investigate the contractor's finding and will direct the contractor to either resume his operations or to suspend operations as directed. General Provisions - 33 s © ��d 66MET6D pTLdAM' uvFrtMLLI I• I• I• • 1• I• Should the engineer order suspension of the contractor's operations in order to protect an archeological or historical finding, or order the contractor to perform extra work, such shall be covered by an appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. General Provisions - 34 10 L1L ` AEED i. SECTION 80 I• I• I• la I• I• [ I I• PROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The owner will not recognize any subcontractor on the work. The contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the engineer. Should the contractor elect to assign his contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and. approval of the owner, and shall be consummated only on the written approval of the owner. In case of approval, the contractor shall file copies of all subcontracts with the engineer. 80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the contractor will begin the construction and from which date contract time will be charged. The contractor shall begin the work to be performed under the contract within 10 days of the date set by the engineer in the written notice to proceed, but in any event, the contractor shall notify the engineer at least 24 hours in advance of the time actual construction operations will begin. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the contractor shall submit his progress schedule for the engineer's approval within 10 days after the effective date of the notice to proceed. The contractor's progress schedule, when approved by the engineer, may be used to establish major construction operations and to check on the progress of the work. The contractor shall_ provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the contractor falls significantly behind the submitted schedule, the contractor shall, upon the engineer's request, submit a revised schedule for completion of the work within the contract time and modify his operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the contractor shall notify the engineer at least 24 hours in advance of resuming operations. For AIP contracts, the contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the owner. 80-04 LIMITATION OF OPERATIONS. The contractor shall control his operations and the operations of his subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport. General Provisions - 35 I• ©TED .mu ion FAYMEMu[ Iw I.1 I. [7 I• [. I• I• I• When the work requires the contractor to conduct his operations within an AIR OPERATIONS AREA of the airport, he work shall be coordinated with airport management (through the engineer) at least 48 hours prior to commencement of such work. The contractor shall not close an AIR OPERATIONS AREA until so authorized by the engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the contractor to work within an AIR OPERATIONS AREA of the airport on an intermittent basis (intermittent opening and closing of the AIR OPERATIONS AREA), the contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: Time Periods AOA Type of Communications Control AOA Can be Closed Required When Working in AOA Authority Runway, ADA can be closed Main Taxiway on an intermittent and Terminal basis when aircraft traffic is not necessary. Monitor Frequency 121.8 Airport Control Tower The Contractor shall not commence new work that would be prejudicial to work already started. 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the contractor or by any subcontractor who, in the opinion of the engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the engineer, be removed forthwith by the contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without the approval of the engineer. General Provisions - 36 I• EE0 S • • • • • Should the contractor fail to remove such person or persons or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the engineer may suspend the work by written notice until compliance with such orders. All equipment which is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the contractor in accomplishing. the work are not, prescribed in the contract, the contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the engineer. If the contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the engineer determines that the work produced does not meet contract requirements, the contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 80-06 TEMPORARY SUSPENSION OF THE WORK. The engineer shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such • time as is necessary due to the failure on the part of the contractor to carry out orders given or perform any or all provisions of the contract. • In the event that the contractor is ordered by the engineer, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the contractor has no control, the contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the engineer's order to suspend work to the effective date of the engineer's order to resume the work. Claims for such compensation shall be filed with the engineer within the time period stated in the engineer's order to resume work. The contractor shall General Provisions - 37 � 14 W 1Efo .:,,,.x. ...,rt, „, I• I• I• Is C! I• I• I• I• 1• submit with his claim information substantiating the amount shown on the claim. The engineer will forward the contractor's claim to the owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the contractor to compensation for delays due to inclement weather, for suspensions made at the request of the contractor, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work or the calendar date scheduled for completion shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the contractor's control, it shall be adjusted as follows: (a) CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the engineer. The engineer will furnish the contractor a copy of his weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The engineer shall base his weekly statement of contract time charged on the following considerations: (1) No time shall be charged for days on which the contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the normal work force employed on such principal item. Should the normal work force be on a double -shift, 12 hours shall be used. Should the normal work force be a triple -shift, 18 hours shall apply. Conditions beyond the contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the engineer for reasons not the fault of the contractor, shall not be charged against the contract time. (2) The engineer will not make charges against the contract time prior to the effective date of the notice to proceed. (3) The engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. General Provisions - 38 1• ri�.JI� C2J ATED TVCc. .v Tlvu! I0 I0 I0 I• I• I• I• I• I. 1• (4) The engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. (5) The contractor will be allowed one week in which to file a written protest setting forth his objections to the weekly engineer's statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the contractor. The contract time (stated in the Proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of the work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. (b) CONTRACT TIME based on CALENDAR DAYS calendar days stated in the contract counting notice to proceed and including all Saturdays, days. All calendar days elapsing between engineer's orders to suspend and resume all wo of the contractor, shall be excluded. shall consist of the number of from the effective date of the Sundays, holidays, and non -work the effective dates of the rk, due to causes not the fault At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either the cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. (c) When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the contractor finds it impossible for reasons beyond his control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the engineer for an extension of time setting forth the reasons which he believes will justify the granting of his request. The contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the engineer finds that the work was delayed because of conditions beyond the control and without the fault of the contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. General Provisions - 39 1• AE0 11 A'ED I T.11.oci .oTRnLL I• I0 Ii I• I• I• I. I• 1• 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the contractor or his surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages that will be incurred by the owner should the contractor fail to complete the work in the time provided in his contract. Permitting the contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a waiver on the part of the Owner of any of its rights under the contract. 80-09 DEFAULT AND TERMINATION OF CONTRACT. The contractor shall be considered in default of his contract and such default will be -considered as cause for the owner to terminate the contract for any of the following reasons if the contractor: (a) Fails to begin the work under the contract within the time specified in the "Notice to Proceed", or (b) Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or (c) Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or (d) Discontinues the prosecution of the work, or (e) Fails to resume work which has been discontinued within a reasonable time after notice to do so, or (f) Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or (g) Allows any final judgment to stand against him unsatisfied for a period of 10 days, or (h) Makes an assignment for the benefit of creditors, or (i) For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the engineer consider the contractor in default of the contract for any reason mentioned hereinbefore, he shall immediately give written notice to the General Provisions - 40 1• EED vn L f}JCf..f nMlY i• contractor and the contractor's surety as to the reasons for considering the contractor in default and the owner's intensions to terminate the contract. I0 I• I0 • :7 I• I• G If the contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the owner will, upon written notification from the engineer of the facts of such delay, neglect, or default and the contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the contractor. The owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the contractor. If such expense exceeds the sum which would have been payable under the contract, then the contractor and the surety shall be liable and shall pay to the owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The owner shall terminate the contract or portion thereof by written notice when the contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the contractor. Acceptable materials, obtained or ordered by the contractor for the work and that are not incorporated in the work shall, at the option of the contractor, be purchased from the contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the engineer. Termination of the contract or a portion thereof shall neither relieve the contractor of his responsibilities for the completed work nor shall it relieve his surety of its obligation for and concerning any just claim arising out of the work performed. General Provisions - 41 I0 LaL�CO ATED .mu .M. FAIT" ui C SECTION 90 0 • • • • • 0 MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the engineer, or his authorized representatives, using United States Customary Units of Measurement. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. The term "ton" will mean the short ton consisting of 2,000 pounds avoirdupois. All materials which are measured or proportioned by weights shall be weighed on accurate, approved scales by. competent, qualified personnel at locations designated by the engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material be paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water General Provisions - 42 • t�L®RATED o.'v.x. u.mrvnu i• level capacity and all loads shall be leveled when the vehicles arrive at the point of delivery. I• I• I• 1• I• When requested by the contractor and approved by the engineer in writing, material specified to be measured by the cubic yard may be weighed and such weights will be converted to cubic yards for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the engineer and shall be agreed to by the contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon or ton. When measured by volume, such volumes will be measured at 60°F. or will be corrected to the volume at 60°F. using ASTM D 1250 for asphalts or ASTM D 633 for tars. Net certified scale weights or weights based on. certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton or hundred weight. Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the engineer in connection with force account work will be measured, as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gauge, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. General Provisions - 43 I• l.Lii CO RATED hu.oe. .u,rtev%LI C Scales for weighing materials which are required to be proportioned or measured are to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. 0 I• 10 I'. Is Scales shall be accurate within one-half per cent of the correct weight throughout the range of use. The contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one -tenth of one percent of the nominal rated capacity of the scale, but no less than one pound. The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and inspector can safely and conveniently view them. Scale installations shall have available, ten standard fifty -pound weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing" (indicating more than correct weight) will not be permitted to operate and all materials received subsequent to the last previous correct weighing -accuracy -test will be reduced by the percentage of error in excess of one-half of one per cent. In the event inspection reveals the scales have been "underweighing" (indicating less than correct weight) they shall be adjusted and no additional payment to the contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the engineer. If revised dimensions result in an increase or decrease in the quantities of such work; the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. General Provisions - 44 IL WE 4A WHATED PRPX. .vFnFPpF I• 90-02 SCOPE OF PAYMENT. The contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. I• I• I• I• I• I• 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the contractor which results directly from such alterations or indirectly from his unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT OF OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the owner. Should the engineer omit or order nonperformance of a contract item or portion of such item from the work, the contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the contractor or delivered on the work prior to the date of the engineer's order will be paid for at the actual cost to the contractor and shall thereupon become the property of the owner. In addition to the reimbursement hereinbefore provided, the contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the engineer's order. Such additional costs incurred by the contractor must be directly related to the deleted contract item and shall be supported by certified statements by the contractor as to the nature and amount of such costs. 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing such extra work. When the change order or General Provisions - 45 1• IJ�L�INCt1P PO ATED t.'_' .x. ...rnnw I• supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for as follows: r I• C7 I• I• I• 1• r (a) Labor. For all labor (skilled and unskilled) and foreman in direct charge of a specific force account item, the contractor shall receive the rate of wage (or scale) for every hour that such labor or foreman is actually engaged in the specified force account work. Such wage (or scale) shall be agreed upon in writing before beginning the work. The contractor shall receive the actual costs paid to, or in behalf of, workers by reason of subsistence and travel allowances, health and welfare benefits, pension fund benefits or other benefits, when such amounts are required by collective bargaining agreement or other employment contract generally applicable to the classes of labor employed on the work. An amount equal to 15 percent of the sum of the above items will also be paid the contractor. (b) Insurance and Taxes. For property damage, compensation insurance premiums, unemployment insu social security taxes on the force account work the the actual cost, to which cost (sum) 5 percent will shall furnish satisfactory evidence of the rate insurance and taxes. liability, and workmen's rance contributions, and contractor shall receive be added. The contractor or rates paid for such (c) Materials. For materials accepted by the engineer and used, the contractor shall receive the actual cost of such materials delivered on the work, including transportation charges paid by him (exclusive of machinery rentals as hereinafter set forth), to which cost (sum) 15 percent will be added. (d) Equipment. For any machinery or special equipment (other than small tools) including fuel and lubricants, plus transportation costs, the use of which has been authorized by the engineer, the contractor shall receive the rental rates agreed upon inwriting before such work is begun for the actual time that such equipment is committed to the work, to which rental sum 15 percent will be added. (e) Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. (f) Comparison of Records. The contractor and the engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the contractor and engineer or their duly authorized representatives. (g) Statements. No payment will be made for work performed on a force account basis until the contractor has furnished the engineer with duplicate General Provisions - 46 I • LaLiiINRATED "'•'t .x. i..me.uu i• itemized statements of the cost of such force account work detailed as follows: I• I• I• I• I• 1• 1• (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. (3) Quantities of materials, prices, and extensions. (4) Transportation of materials. (5) Cost of property damage, liability and workmen's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accompanied and supported by receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the contractor's stock, then in lieu of the invoices the contractor shall furnish an affidavit certifying that such materials were taken from his stock, that the quantitiy claimed, was actually used, and that the price and transportation claimed represent the actual cost to the contractor. The additional payment, based on the percentages specified above, shall constitute full compensation for all items of expense not specifically provided for the force account work. The total payment made as provided above shall constitute full compensation for such work. 90-06 PARTIAL PAYMENTS. Partial payments will be made at least once each month as the work progresses. Said payments will be based upon estimates prepared by the engineer of the value of the work performed and materials complete in place in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due the contractor since the last estimate amounts to less than five hundred dollars. From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be deducted and retained by the owner until the final payment is made except, as may be provided in the Contract or (at the contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (90 percent) of the amount payable, less all previous payments, shall be certified for payment. Should the contractor exercise his option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such 10 percent retainage shall be deducted. General Provisions - 47 1• t� CO ATED .mu •a. ..mev.m I• I• I• I• C; 1• I• 1• 1• L' When no less than 95% of the work has been completed the engineer may, at his discretion and with the consent of the surety, prepare an estimate from which will be retained an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the contractor. It is understood and agreed that the contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: (a) The material has been stored or stockpiled in a manner acceptable to the engineer at or on an approved site. (b) The contractor has furnished the engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. (c) The contractor has furnished the engineer with satisfactory evidence that the material and transportation costs have been made. (d) The contractor has furnished the owner legal title (free of liens or encumberances of any kind) to the material so stored or stockpiled. (e) The contractor has furnished the owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. It is understood and agreed that the transfer of title and the owner's payment for such stored or stockpiled materials shall in no way relieve the contractor of his responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. General Provisions - 48 I• HATED I I CJ .Oc, •uTIWILL I• U I• I• I• I• I• In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 PAYMENT OF WITHHELD FUNDS. At the contractor's option, he may request that the owner accept (in lieu of the 10 percent retainage on partial payments described in the subsection titled PARTIAL PAYMENTS of this section) the contractor's deposits in escrow under the following conditions: (a) The contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the owner. (b) The contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the owner and having a value not less than the 10 percent retainage that would otherwise be withheld from partial payment. (c) The contractor shall enter into an escrow agreement satisfactory to the owner. (d) The contractor shall obtain the written consent of the surety to such agreement. 90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the engineer will prepare the final estimate of the items of work actually performed. The contractor shall approve the engineer's final estimate or advise the engineer of his objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The contractor and engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the contractor's receipt of the engineer's final estimate. If, after such 30 -day period, a dispute still exists, the contractor may approve the engineer's estimate under protest of the quantities in dispute and such disputed quantities shall be considered by the owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. General Provisions - 49 I• HATED unu.oc. ...mnnu I• U I• I• I• I• I• 1• 1• 1• After the contractor has approved, final estimate, final payment will the undisputed sum in case of apprc contractor less all previous payrner provisions of the contract. All pr subject to correction in the final or approved under protest, the engineer's be processed based on the entire sum, or val under protest, determined to be due the is and all amounts to be deducted under the for partial estimates and payments shall be estimate and payment. If the contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the contractor will be paid pursuant to a supplemental, final estimate. General Provisions - 50 I• IM u` I VTED ..n,,.00. • S • • Special Provisions • uRt4C4 urOLM\L! • SPECIAL PROVISIONS • 0 • • 0 0 0 i 0 GENERAL. The General Provisions presented hereinbefore are basically a presentation of FAA's (the primary funding agency's) standards. These SPECIAL PROVISIONS, where in conflict with the GENERAL PROVISIONS, shall supersede and take precedence over the GENERAL PROVISIONS. Otherwise, the GENERAL PROVISIONS shall govern the work to which they apply. DESCRIPTION OF THE PROJECT. The work to be performed under this Contract shall include the furnishing of all equipment, materials, and incidental items, and performing all labor required to construct in every detail the grading, drainage, base, paving, and miscellaneous improvements associated with the construction of site preparation for a new access road approximately 2,650 linear feet in length. The improvements are to be located generally north and east of the of existing airport facilities, to serve the present east side development. COORDINATION OF THE WORK. The work on this project consists of improvements to an airport in actual operation; therefore, the Contractor shall cooperate with the airport management. Consequently, the Contractor's equipment will not be operated closer than 250 feet of any runway centerline or within 150 feet of the centerline of the east parallel taxiway. Also, the construction is to be performed over existing utilities which are to remain in service. Therefore, cooperation with the utility companies is very important, especially the high pressure gas line and electrical services for FAA maintained Navigation Aids. In addition, the Contractors and/or Subcontractors must coordinate their activities so that one does not damage work previously completed by the other. PROJECT SIGN. A project sign of the type and size shown on the Plans shall be constructed and placed where designated by the Engineer. The sign shall be of plywood, metal, or other comparable materials, approved by the Engineer. First quality oil paints with lead free base shall be applied in two coats. Other paints of quality, color, and resistance to weather may be used when approved by the Engineer. The Contractor shall keep the sign in good repair throughout the duration of the project and keep the area near the sign well mowed. The sign shall be removed upon final inspection. At the Contractor's option, additional signs may be constructed and installed by the individual contractors at locations approved by the Owner to show the names of their firms. Payment for the project sign shall be made at the contract lump sum price bid in the Proposal under Bid Item No. 1. 0 CDdbRATED rE L( .00 NNN FAYETTryyl[ I• C: I• I• C: I• I• I• IDENTIFICATION OF "ENGINEER". "Engineer" shall mean the firm of McCLELLAND CONSULTING ENGINEERS, INC. which has been employed by the Owner for this work, or the firm's duly authorized agents, such agents acting severally within the scope of the particular duties entrusted to them, whose decisions shall, in all cases, be subject to final approval by the Engineer. FUNCTIONS OF THE ENGINEER AND RELATIONSHIP BETWEEN ENGINEER AND CONTRACTOR: The Engineer or his assigned representative will observe work on the project during the construction phases. The purposes for which such observation is conducted will be to endeavor to assure that: 1) physical limits and dimensions, as established in the Plans and Specifications, are adhered to, 2) materials and equipment installed on the project are equivalent to the type, kind, size, quantity, and quality required by the Plans and Specifications, and 3) the finished products or end results are those as established by the word and intent of the Plans and Specifications. Neither the Engineer nor his representative will attempt to instruct the Contractor or his employees or sub -contractors as to how a task is to be performed, or by whom a task is to be performed, or which machinery or equipment should be utilized to obtain the desired results. The Contractor, in submitting a bid for work herein specified, purports to be equipped and to have experienced craftsmen for the performance and construction of each and every phase of the project herein specified. In the event the Contractor does not have the necessary craftsmen in his employ, he shall sub -contract the work for which he has not the craftsmen, or he will otherwise secure the services of craftsmen who are skilled and experienced in all the specified tasks herein. The Engineer shall have the following functions: (1) to interpret the Plans and Specifications and define their intent and meaning; (2) to determine whether the work done and materials furnished are in accordance with the terms of the Plans and Specifications and to condemn such in accordance herewith; (3) to make decisions on all matters relating to the execution and the progress of the Work; (4) to coordinate the Work of the Contractor with the Work of other contractors; (5) to stop the Work whenever, in stoppage may be 'necessary thereof; the opinion of the Engineer, such to insure the proper execution (6) to determine the amount payable to the Contractor from time to time for Work done under the Contract; Special Provisions - 2 I• ©EckW`RATED YM\y MOCK r.YMM.wIp[ 1• (7) to make decisions on all controversies arising out of the Plans and Specifications or the refusal or failure of either party to perform any part thereof; (8) to give approvals and to take action to the extent necessary for the orderly and expeditious prosecution of the Work; but the Engineer shall not have authority to amend or modify the Construction Contract; 1! I• I• I• [7 (9) to delegate his responsibilities to other representatives of the Owner in connection with specific portions of the Work; (10) to disapprove or reject Work which is "defective" (which term is hereinafter used to describe Work that is unsatisfactory, faulty or defective, or does not conform to the requirements of the Plans and Specifications, or does not meet the requirements of any test; (11) to require special testing of the Work as provided for hereafter whether or not the Work is fabricated, installed, or completed; (12) to exercise his best efforts to insure faithful performance by both the Owner and the Contractor. He will not show partiality to either and will not be liable for the result of any interpretation or decision rendered in good faith. Claims, disputes and other matters relating to the execution and progress of the Work or the interpretation of or performance under the Plans and Specifications shall be referred to the Engineer for decision; which he will render in writing within a reasonable time; All decisions and determinations made by the Engineer pursuant to the Work and communicated to the Contractor shall be binding on the Contractor unless, within thirty (30) days thereafter, written objection is filed with the Owner's Purchasing Agent demanding that the issue be determined by arbitration. The Engineer or his representative may inform the Contractor or his sub -contractors of circumstances which, in the opinion of the Engineer or his representative, may predict unsatisfactory results, or he may caution the Contractors, relative to safety hazards which may exist, but these efforts to assist the Contractors or to prevent accidents or problems will in no way relieve the Contractors of their responsibilities and liabilities in these regards. The Engineer or his representative may not be present during every phase of any construction operation, or if he is on -site, he may not witness each and every function or task that the Contractor/sub-contractor may perform. This fact does not relieve the Contractor from his responsibility to see that Special Provisions - 3 • ®` SEED LInLI .a. ..renevuu I• each item of work and each installation performed by him or his sub -contractor is in strict accordance with the intent of these Plans and Specifications. I• C! I• I• I• I• I• I• I• LIMITATIONS OF THE ENGINEER'S RESPONSIBILITIES. Neither the Engineer's authority to act under the Plans and Specifications nor any decision made by him in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of the Engineer to the Contractor, any Subcontractor, any materialman, fabricator, supplier, or any of their agents or employees or any other person performing any of the Work. The Engineer will not be responsible for the Contractor's means, methods, techniques, or procedures of construction, or the safety precautions and programs incident thereto, and he will not be responsible for the Contractor's failure to perform the Work in accordance with the Plans and Specifications. The Engineer will not be responsible for the acts or omissions of the Contractor, or any Subcontractors, or any of his or their agents or employees, or any other persons at the site or otherwise performing any of the work. ENGINEER'S VISITS TO THE SITE. The Engineer will make periodic visits to the site t— observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Plans and Specifications. He will not be required to make exhaustive or continuous on -site observations to check the quality or quantity of the Work. His efforts will be directed toward providing assurance for the Owner that the completed Project will conform to the requirements of the Plans and Specifications. On the basis of his on -site observations, he will keep the Owner informed of the progress of the Work and will endeavor to guard the Owner against defects and deficiencies in the Work of the Contractor. All of the work performed shall be subject to the approval of the Engineer. The Engineer and his representatives shall at all times have access to the work and the materials necessary for same. If the Plans and Specifications, the Engineer's instructions, laws, ordinances, or any public authority require any of the work to be tested or approved, the Contractor shall give the Engineer timely notice of its readiness, and, if the work is by authority other than the Engineer, of the date fixed for such work, but any such shall not diminish the necessity of inspection and approval by the Engineer. If any work should be covered up without the approval or consent of the Engineer, it must be uncovered at the Contractor's expense if required by the Engineer. CONTRACTOR'S EXAMINATION. The Contractor will be held to have examined all information, documents, and drawings furnished to him by or on behalf of the Owner in connection with this Contract and shall consult with the Engineer in the event of any error or inconsistency or in the event any portion of the Work is not sufficiently detailed or explained, and in no event shall the Contractor proceed with the Work in uncertainty. It is understood and agreed that the Contractor has, by personal examination at the site, checked the material and location of the work; the type of equipment, storage space and facilities needed preliminary to, and during execution of the work; the general and local conditions, and all other matters Special Provisions - 4 1• ®R&tD .,n,,.x. ...,RC«t I• I• I• I• U I• r I• I•i I• which may, in any way, affect or have a bearing on the work of the Contract and its costs. The Contractor also represents that he has studied all surveys and investigation reports of subsurface and latent physical conditions provided in the Specifications and made such additional surveys and investigations as he deems necessary for the performance of the Work at the Contract price in accordance with the requirements of the Plans and Specifications and that he has correlated the results of all such data with the requirements of the Plans and Specifications. Failure on the part of the Contractor to have fully informed himself of site conditions, and to fully understand the extent of the Work required, shall not excuse him in any way from his obligation to supply and install the Work in accordance with the Specifications and Plans, and under all conditions as they exist. No extra compensation will be allowed because of his failure to so inform himself. His submission of a bid on the project shall be considered as sufficient evidence that the Contractor has complied with the above requirements. ARRANGEMENT OF SPECIFICATIONS AND PLANS. Titles to sections and paragraphs in the Specifications are used merely for convenience, and shall not be taken as a correct or complete segregation of the several units of materials, equipment and labor, nor as an attempt to outline or define jurisdictional procedures. Likewise, the identifications of any Plans shall not control the Contractor in dividing the Work among Subcontractors or delineating the Work to be performed by any specific trade. No responsibility, either direct or implied, is assumed by the Engineer, or the Owner, for omissions or duplications by the Contractor or by any of his subcontractors, due to real or alleged errors in arrangement of matter in the Plans and Specifications. WORKMEN. The Contractor shall employ, or cause to be employed, on or in connection with the performance of the Work only persons who are fit and skilled in the work assigned. The Contractor shall at all times enforce, or cause to be enforced, strict discipline and good order among the workmen employed on the Work. Should any disorderly, incompetent, or objectionable person be employed by the Contractor, or by any subcontractor, upon or about the Construction Site, the Contractor shall, upon request of the Engineer, cause such person to be removed from the Work and not again employed thereon without the written permission of the Engineer. HORSEPLAY, FIGHTING AND ROAMING. Horseplay, scuffling, fighting or carrying of firearms is not permitted on the Construction Site. The Contractor's men shall confine their activities to the specific area of construction work. INSURANCE. The Contractor shall not commence Work under this Contract until he iasobtained 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. (1) Worker's Compensation Insurance - The Contractor shall procure and shall maintain during the life of this Contract Worker's Compensation Insurance as required by applicable state law for all Special Provisions - 5 1• ®etI2TEfl uIDLVOC. 9AYM YtLLI S • •' •1; • • • • C of his employees to be engaged in work at the site of the Project under this Contract and, in case of any such Work sublet, the Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance. In case any class of employees engaged in hazardous work on the Project under this Contract is not protected under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide adequate employer's liability insurance for the protection of such of him employees as are not otherwise protected. The minimum limits for such insurance shall be $100,000.00 The policy(s) shall be extended to include waiver of subrogation to the Owner. (2) Contractor's ComprehE For not less than the following Bodily Injury: Property Damage: Include the following coverage: sive General Liability Insurance - limits of liability; $500,000.00 each occurrence $500,000.00 aggregate $250,000.00 each occurrence $250,000.00 aggregate (a) Completed Operations Coverage for not less than two (2) years. (b) Blanket Contractual Liability to cover Indemnity Agreement in accordance with Paragraph (e) on the following page of the General Conditions of the Contract for Construction. (c) Waiver of all "XCU" exclusions. (d) Broad Form Property Damage and Personal Injury Liability. (e) Independent Contractor's Coverage. (3) Contractor' - For not less than Bodily Injury: Property Damage: nsive Autor ng limits $ 500,000.00 each person $1,000,000.00 each occurrence $ 100,000.00 each occurrence Include Hired car and Non -Ownership Coverage. urance (4) Contractor's Excess Umbrella Polic- $1,000,000.00 limit of liability policy shall be provided. (5) Indemnification - The Contractor shall indemnify and hold harmless the Owner and the Engineer and their agents and employees from and against all claims, damages, losses and expenses including attorney's fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (1) Special Provisions - 6 • LIP TED uvu.W. u.mm.[ I• I• I• r I• I• I• I• r 1• is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom, and (2) is caused in whole or in part by any negligent act or omission of the Contractor, and Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. In any and all claims against the Owner or the Engineer or any of their agents or employees by any employee of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor any Subcontractor under worker's compensation acts, disability benefit acts or other employee benefit acts. (6) Builder's Risk (all-risk) Insurance - The Contractor shall procure and shall maintain during the life of this Contract, Builder's All Risk Insurance at 100 percent (100%) of the completed value basis on the insurable portion of the project (insurance to include damage due to blasting operations). The Owner, the Contractor, and Subcontractors (as their interests may appear) shall be named as.the insured. (7) Proof of Carriage of Insurance - The Contractor shall furnish the Owner with certificates showing the type, amount, class of operations covered, effective dates and dates of expiration of policies. Such certificates shall also contain substantially the following statement: "The insurance covered by this certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the Owner." The above named limits shall be operative except where, in the opinion of the Owner, the character of the work and hazards involved warrant the establishment of greater coverage (established by letter from the Owner to the Contractor). The Contractor shall furnish the Owner with duplicate copies of all policies or certificates from insuring agencies as evidence that these requirements have been satisfied. It shall be the entire responsibility of the Contractor to purchase and place in effect during the entire life of the Project, all insurance and bonds as applies to the Project and is requested herein. SUBCONTRACTORS. The Contractor shall not assign or sublet all or any part of this � Contract the prior written approval of the Owner, nor shall the Contractor allow such Subcontractor to commence work until he has provided and obtained approval of such compensation and General Liability insurance as may be required under the laws of the State. The approval of such Subcontract by the Owner will in no manner release the Contractor from any of his obligations as set out in the Plans, Specifications, Contract and Bonds. Special Provisions - 7 1• I fl Lt .a'. i.vi}.fALLF PARKING FOR THE CONTRACTOR'S WORK FORCE. The area north of the existing north perimeter fence may be utilized for off-street parking for employees, subcontractors, suppliers, etc. working for the Contractor. Payment associated with clearing, draining, grading, etc. the site so that it is acceptable for utilization is to be made subsidiary to other pay items of the Contract. Extra payment for this work will not be made. • • C • • • • • Personal/private vehicles will not be permitted beyond the limits of the temporary parking area as shown on the Plans. FIELD OFFICE FOR THE ENGINEER. Section 60-05 of the GENERAL PROVISIONS, regarding the field office for the Engineer, is amended as follows: the Contractor shall not be required to provide field office space for the Engineer at the Project site. OWNER -FURNISHED MATERIALS. Section 60-02 of the GENERAL PROVISIONS, as related to Owner -furnished materials is clarified as follows: there are no owner -furnished materials planned for this project. All materials required for completion of the project are to be provided by the Contractor. CAUTION - GAS LINE! The Plans show the approximate location of an existing gas line north of the vicinity of the project area. Arkansas Western Gas Company, (see Section 70-15 of the GENERAL PROVISIONS) must be contacted a minimum of 48 hours prior to the commencement of construction to stake the precise location of the gas line. Once located the gas line shall be carefully protected. Routine construction operations shall not be conducted within ten (10') feet either side of the line. If specific operations closer than ten feet (10') are required during the work, the gas utility shall be contacted 24 hours in advance and afforded the opportunity to have a representative on site during that period of time when such construction effort is required. Similarly, excavation for construction of the northerly wingwalls of the box culvert will be conducted near a sewage force main. The Contractor will cotrol his work in such a manner that no damage to the force main is incurred. USE OF EXPLOSIVES. Section 70-09 follows: the use of explosives on If for some unforeseen reason the is indicated, he shall notify the to the intended use of explosives the required notification with the of the GENERAL PROVISIONS is clarified as this project is thought to be unnecessary. Contractor feels that the use of explosives Engineer a minimum of seven (7) days prior in order that the Engineer may coordinate Owner. - Under no circumstance shall the Contractor be permitted to use explosives without first providing insurance certificates for "underground hazards" and "dynamiting" in required amounts. Special Provisions - 8 ® YdSA bkATED LITTLE .CL. fAY R LL[ 0 C • C C • • • • • PARTIAL ACCEPTANCE. Sections 50-14 and 70-13 of the GENERAL PROVISIONS do not apply to this project. The entire project, taxiway and apron, are to be satisfactorily completed and ready for the Owner's use before either will be accepted. PROGRESS SCHEDULE. Section 80-03 of the GENERAL PROVISION is emphasized. Within 7 days following execution of the Contract, the Contractor shall provide the Engineer with a suggested progress schedule for the project. The schedule shall be subject to approval by the Engineer. At least monthly, generally in conjunction with the processing of requests for partial payment, the Engineer and Contractor shall review the progress schedule, assess whether the project is on schedule, and adjust the schedule as necessary to maintain the required project completion date. Alterations to the progress schedule may require that the Contractor implement a larger work force and/or work weekends and/or holidays to meet the required deadline. Extra payment will not be made for required changes in size of work force or work hours. CONTRACTOR TO PERFORM CONSTRUCTION STAKING. Special attention is called to the fact that the Contractor will be required to perform his own construction staking. The Engineer, however, will provide a reference line for project alignment and a temporary bench mark from which the Contractor may work. Thereafter it will be the Contractor's responsibility to set all grade hubs (blue tops), clearing stakes, slope stakes, etc. All of the Contractor's survey work will be subject to the review of the Engineer's representative as a part of the construction observation process. In addition to the locations where spot elevations are shown on the grading plan, the Contractor will be required to set grade hubs at a maximum of fifty (50') foot centers for construction of the subgrade and base courses. OTHER CONTRACTORS. The Project by himself, or he this one. The Contractor to such direct contracts work himself), reasonable materials and equipment an and coordinate his Work wi )wner may perform additional work related to the may let other direct contracts therefore similar to shall afford the other contractors who are parties (or the Owner, if he is performing the additional opportunity for the introduction and storage of d the execution of Work, and shall properly connect th theirs. If any part of the Contractor's Work depends on proper execution or results upon the Work of any such other contractor (or Owner), the Contractor shall inspect and promptly report to the Engineer in writing any defects or deficiencies in such Work that render it unsuitable for such proper execution and results. His failure to so report shall constitute an acceptance of the other Work as fit and proper for the relationship of his Work except as to defects and deficiencies which may appear in the other Work after the execution of this Work. Special Provisions - 9 IJL� El P.PA(vEO • The Contractor shall do all cutting, fitting and patching of his Work that may be required to make its several parts come together properly and fit it to receive or be received by such other Work. The Contractor shall not endanger any Work of others by cutting, excavating or otherwise altering their Work and will only cut or alter their Work with the written consent of the Engineer and of the other contractors whose Work will be affected. • C • 0 C If the performance of additional Work by other contractors or the Owner is not noted in the Plans and Specifications prior to the execution of the Contract, written notice thereof shall be given to the Contractor prior to starting any such additional Work. If the Contractor believes that the performance of such additional Work by the Owner or others involves him in additional expense or entitles him to an extension of the Contract Time, he may make a claim therefore. AS -BUILT DRAWINGS. The Contractor shall keep one record copy of all Project Specifications, Plans, Addenda, Modifications, and Shop Drawings at the site in good order and annotated to show all changes made during the construction process. These shall be available to the Engineer and shall be delivered to him for the Owner prior to final acceptance of the Project. PUBLICITY. No information relative to the Work shall be released by the Contractor, either before or after completion of the Work, for publication or for advertising purposes without the prior written consent of the Owner and the Engineer. MODIFICATIONS AND WAIVERS. No change in, addition to, or waiver of any of the provisions of the Construction Contract shall be binding upon either Party unless in writing signed by an authorized representative of such Party. No waiver by either Party of any breach of the other Party of any of the provisions of the Construction Contract shall be construed as a waiver of any subsequent breach, whether of the same or of a different provision of the Construction Contract. STANDARDS. Materials or processes for which AASHTO standards have been adopted shall, unless in conflict with specified requirements, meet the requirements of the latest edition of the AASHTO standards. Where a specified material is followed by a reference to a specification, • standard, test method or code such as "ASTM C150", "ASA Code", AASHTO M100, etc., it shall be understood to mean that the material shall meet the requirements of the referenced specification, standard, test method or code; and, except where a specific edition is referred to, it shall be understood that the latest edition including additions and/or amendments thereto, as of • the date the Contract is awarded, shall apply to Work under this Contract. PKUUULIS. witnin t m s project which may be major components components, and which, due • REGARDING SPECIAL APPL may be specified certair of the project or may to their inherent ICATION MATERIALS AND materials or products, be ancillary to major characteristics and/or Special Provisions - 10 • © fltEt 11"Ll•C( n.[TMLLF i 0 'Y i r i i a 0 • capabilities, may be required as essential parts of the project. These materials or products are special in that they require special techniques in their application, and therefore, require experienced and skilled craftsmen. These materials or.products include, but are not limited to the following: Sealants, lubricants, paints, primers, lacquers, stains, thinners, solvents, curing compounds, mastics, bitumens, tars, waterproofing agents, insulating compounds, cementitious compounds, fillers, and epoxies. In furnishing and installing any of the above materials or products the Contractor shall be guided by the manufacturer's recommendations for instructions relative to any of the following: Handling, storing, mixing, heating, protection from freezing, application, protection after application, protection of workmen, and curing and preparation of surfaces prior to application. TESTING. The Engineer will conduct compaction tests on earthwork, as necessary to assure proper compaction and therefore, a stable taxiway, apron, and taxiway safety area. Also, concrete cylinder tests will be made by the Engineer of the concrete used in the project at 7 days and 28 days of age to assure that quality concrete is being delivered to the job. The cost of the tests will be borne by the Owner, except that retests, made after first tests have failed, will be paid for by the Contractor. In view of this, the Contractor will want to be certain that he is ready for tests when he requests that they be made. HIGHWAY SIGNING. The Contractor shall construct and maintain signs along U.S. Highway 71 as required by the Arkansas State Highway and Transportation Department requirements. The placement of the signs and the signs shall be in accordance with the drawings shown in the Appendix. No direct payment will be made for the signs. Payment for this work is subsidiary to all Contract items. PAYMENT FOR STORED MATERIALS. If the Contractor desires to be paid for stored materials" in conjunction with one of the monthly progress payments, he shall provide the following documentation to the Engineer: (1) Itemized invoices from the supplier(s) of the materials giving a clear description of each stored item and its individual value. Invoices shall be clearly descriptive and identified as being for the particular project covered by these Specifications. (2) Insurance certificates covering the total value of all materials stored "off -site" (one for each separate off -site location) listing both the Owner and the Contractor as insureds "as their interests may appear". Special Provisions - 11 © "�ti 'kfteo .mie.x. ...mrvni[ I. (3) Legal titles to all items of stored materials certifying that the items are "free of liens and encumberances". I. I. I. I. I. I. I. I. I. COST OF PLANS AND SPECIFICATIONS. The Engineer shall provide to the Contractor six sets of Plans and Specifications to permit the Contractor to construct the project. The Contractor shall, in return, compensate the Engineer with a lump sum payment of two hundred and forty dollars ($240.00). BARRICADES. Two barricades shall be placed at the end of the access road as shown on the Plans. The barricades shall be constructed of the materials specified on the Plans. Payment for the barricades shall be made at the contract lump sum price bid in the Proposal under Bid Item No. 31. BARBED WIRE FENCE REMOVAL. The barbed wire fence, as indicated on the Plans, is to be removed and at two locations reconstructed. The north security fence, where penetrated by the access road, shall be maintained in a secure position during all non -working hours in order to provide security to the airport property. The metal gate to be removed shall become the property of the Owner upon removal. The cost for the removal and reconstruction of the short section of fence shall be considered subsidiary to all Contract Items. McCOLLUM AVENUE DITCH GRADING. The ditch along the west side of McCollum Avenue shall be regraded to a 3 foot flat bottom ditch with 2:1 slopes at the minimum grade stated on the Plans. The material excavated from the ditch shall be disposed of in the excess excavation stockpile. Payment for the ditch regrading along McCollum Avenue shall be made at the contract lump sum price bid in the Proposal under Bid Item No. 3. ALTERNATE BID ITEMS. The Alternate Bid Items are included to allow the Owner a choice of materials and the extent of improvements to be made. The major alternate is the elimination of the double sealed shoulders and the substitution of concrete curb and gutter. The minor alternate would be the use of a five (5) foot chain link fence instead of a six (6) foot chain link fence. The remaining alternate may be included in the project should there be adequate funding. The Award of Contract will be based on the base bid or the base bid and alternate bids for curb and gutter and fence. SAFETY REQUIREMENTS AND CONSTRUCTION PROCEDURES. Listed hereafter are FAA "Safety Requirements on Airports During Agency Funded Construction Activity" (Order SW 5200.5). These safety requirements shall govern the construction process. Construction Activity and Aircraft Movements. (a) Safety requirements for construction activity affecting aircraft movement areas have been coordinated with the airport owner (or operator) and representatives of the Airports District Office, Airports Certification Staff, General Aviation District Office, Air Carrier District Office, Air Special Provisions - 12 I. ©xtf. J RL[.00a f.r[n[Vnt[ 0 Transportation Security Field Office, Air Traffic Division (ASW-530), Airway Facilities Division (ASW-420), and Logistics Division (ASW-56) as appropriate for the particular location. As a result of this coordination, a work sequence intending a minimum of disruption to aircraft operations has been developed. The resulting restrictions imposed on the Contractor have been included as a part of the contract. provisions. (b) During the time that the contractor is performing the work, the aprons, taxiways, and runways at the airport will remain in use by aircraft. Aircraft operations, unless otherwise specified in the contract specifications, shall always have priority over any and all of the Contractor's operations. The Contractor shall not allow his employees, subcontractors, material suppliers or any other persons over whom he has control, to enter or remain upon any part of the airport which would be a hazardous location. • • 0 Limitations on Construction. The following restrictions shall normally pertain for activity at both air carrier and general aviation airports. In cases where it has been determined that the following restrictions are inappropriate, similar requirements shall be developed on a case -by -case basis. (a) Men, equipment or other construction material will be permitted in the approach or departure zones of active runways, provided that the construction activity is conducted below 20:1 (34:1 where visibility minimums are below 3/4 mile) approach plane originating 200 feet from end of runway. Any construction activity which is contemplated in the approach zones which would violate these planes will require consideration (threshold displacement, lighting, etc.) Threshold displacement where visibility minimums are 3/4 mile will be 200 feet from the intersection of the 20:1 slope. For visibility minimums of one mile or more, the threshold will be located where the 20:1 slope intersects the runway except that at least a 200 foot safety area will be required between the obstruction and the displaced threshold. (b) Open trenches, excavation and stockpiled material will not be permitted within 250 feet of the centerline of the active runways at air carrier airports and for runways having a precision instrument approach. (c) Construction equipment shall not exceed a height of 150 feet above the airport surface. Any equipment exceeding a height of 25 feet shall be obstruction -marked and lighted at night, and when not in use lowered to its stowed height. C C Construction Activity in the Vicinity of Navigational Aids. Construction in the vicinity of FM navigational aids e.g., M LS shall be accomplished with extreme care to prevent damage to the units or power cables. In addition, construction vehicles shall not be permitted to block the view of the guidance lights from approaching aircraft. Special Provisions - 13 C © EGOATED I• NOTAMS. G I• I• I• I• I• I• I• (a) The Airport Owner through the Assistant Airport Manager for Operations shall issue the necessary Notice to Airmen (NOTAMS) to reflect hazardous conditions during construction. The Contractor shall provide the Engineer with the necessary information as to the work schedule in advance so the Engineer may coordinate with and provide the Operations Manager with the work schedule for the issuance of the NOTAMS. It is important that NOTAMS be kept current and reflect the actual conditions with respect to the construction situation. Active NOTAMS shall be reviewed periodically and revised to reflect the current conditions. (b) Inspections will be made frequently by both the Airport Operations Manager and FAA personnel during critical phases of the work to insure that the Contractor is following the required safety procedures. - Clean-up. From time to time the Contractor shall clean up the construction site, in order that the site present a neat appearance and the progress of the work not be impeded. One such period of clean-up shall immediately precede final inspection. Immediately following acceptance of the work by the Owner, the Contractor shall remove all temporary plant, equipment, surplus materials, and debris resulting from his operations, and leave the site in a condition fully acceptable to the Owner. Clean-up will not be measured for separate payment but shall be considered subsidiary work pertaining to the several items of the contract. Entrance, Parking Areas and Security. Forces of the Contractor and the Engineer shall enter and leave the airfield at the gate location(s) shown on the Plans. Only designated entrances shall be used. The gate(s) shall be unlocked at work time for access to the airfield then shall be locked for the remainder of the work day. The movement of equipment and materials shall be made through the designated gate(s). The gate(s) shall remain locked at all times except when needed for access. Should the gate(s) need to remain unlocked for extended periods of time the contractor shall station a watchman at the gate to prevent unauthorized personnel from entering the airfield. The Contractor shall store his equipment at the location shown on the Plans during non -working hours or at other locations approved by the Assistant Airport Manager for Operations. Special Provisions - 14 I• © cO POpATED un4V pL. ..vnrmu I. I. i. I. I• I. I. I. I. FAA Standard Specifications (As Revised fof This Project) C] © MWRATED LmR PMt FAYEnEVILE G P-151 CLEARING AND GRUBBING I• DESCRIPTION 151-1.1 This item shall consist of clearing and grubbing, including the disposal of materials, for all areas within the limits designated on the Plans or as required by the Engineer. I• I• I• I• I• Is Clearing and grubbing shall consist of clearing the surface of the ground of the designated areas of all stumps, down timber, logs, snags, brush, undergrowth, hedges, heavy growth of grass or weeds, fences, curb and gutter, pipes, debris, and rubbish of any nature, natural obstructions or such material which in the opinion of the Engineer is unsuitable for the foundation of the roadway or other required structures, including the grubbing of stumps, roots, matted roots, foundations, and the disposal from the project of all spoil materials resulting from clearing and grubbing by burning or otherwise. CONSTRUCTION METHODS 151-2.1 GENERAL. The areas denoted on the Plans to be cleared and grubbed under this item shall be staked on the ground by the Engineer. The clearing and grubbing shall be done at a satisfactory distance in advance of the grading operations. All spoil materials removed by clearing and grubbing shall be disposed of by burning or by removal to approved disposal areas. Piles for burning shall be placed either in the cleared area near the center or in adjacent open spaces where no damage to trees, other vegetation, or other property will occur. The Contractor will be responsible for controlling fires in compliance with all Federal and State laws and regulations relative to building fires at the site. Ashes resulting from burning shall be removed and disposed of when directed by the Engineer. As far as practicable, waste concrete and masonry shall be placed on slopes of embankments or channels. When embankments are constructed of such material, this material shall be placed in accordance with requirements for formation of embankments. Any broken concrete or masonry which cannot be used in construction, and all other materials not considered suitable for use elsewhere, shall be disposed of by the Contractor off -site. In no case shall any discarded materials be left in windrows or piles adjacent to or within the airport limits. The manner and location of disposal of materials shall be subject to the approval of the Engineer and shall not create an unsightly or objectionable view. When the Contractor is required to locate a disposal area outside the airport property limits at his own expense, he shall obtain and file with the Engineer, permission in writing from the property owner for the use of private property for this purpose. 1• ® wCO ATED ✓.RI .OP I..RIFMtE L Any blasting necessary shall be done at the Contractor's responsibility, and the utmost care shall be taken not to endanger life or property. Is Is I• Is Is The removal of existing structure and utilities required to permit orderly progress of work shall be accomplished by local agencies, unless otherwise shown on the Plans. Whenever a telephone or telegraph pole, pipeline, conduit, sewer, roadway, or other utility is encountered and must be removed or relocated the Contractor shall advise the Engineer who will notify the proper local authority or owner and attempt to secure prompt action. 151-2.3 CLEARING AND GRUBBING. In areas designated to be cleared and grubbed, all stumps, roots, buried logs, brush, grass, and other unsatisfactory materials shall be removed, except where embankments exceeding 3§ feet in depth are to be made outside of paved areas. Tap roots and other projections over 11 inches in diameter shall be grubbed out to a depth of at least 18 inches below the finished subgrade or slope elevation. All items that are shown on the Plans to be removed shall be demolished or removed, and all materials therefrom shall be disposed of either by burning or otherwise removed from the site. Any broken concrete, blocks, or other objectionable material which cannot be used in backfill shall be removed and disposed of. The holes or openings shall be backfilled with acceptable material and properly compacted. All holes remaining after the grubbing operation in embankment areas shall have the sides broken down to flatten out the slopes, and shall be filled with acceptable material, moistened and properly compacted in layers to the density required in Section P-152. The same construction procedure shall be applied to all holes remaining after grubbing in excavation areas where the depth of holes exceeds the depth of the proposed excavation. METHODS OF MEASUREMENT 151-3.1 The clearing and grubbing as shown by the limits indicated on the Plans shall be the complete item necessary to complete the work. BASIS OF PAYMENT 151-4.3 Payment shall be made at the lump sum price for clearing and grubbing. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Bid Item No. 2 Clearing and grubbing Lump Sum FAA Standard Specifications - 2 Is ® Pa` tTED rtae.pca . rum[NLL( I0 P-152 EXCAVATION AND EMBANKMENT I►1*!il31i ttTh I.' I• I• I• 111 it 152-1.1 material, limits of drainage, conformit; the lines GENERAL. placement the work or other i with the and grade This item shall include excavating, stockpile excess of embankment, and compaction of all materials within the required to construct the access road and other areas for purposes in accordance with these Specifications and in dimensions and typical section shown on the Plans and with set forth on the Plans. Material taken from on -site excavation shall be used in constructing side slopes as indicated on the Plans. Under no circumstance is material excavated on -site to be utilized to construct embankment underneath, or as a part of, pavement sections. The volume of the on -site excavation sideslopes to the grades indicated, t shall be stockpiled as indicated on material followed by rehandling the sideslope embankment, or for any justification for additional payment. exceeds that required to construct the herefore, the excess excavated material the Plans. Temporary stockpiling of material for placement in compacted other reason, shall not constitute All embankment material to be used for constructing pavement sections, as shown on the Plans, shall be supplied from an off -site borrow location(s) approved by the Engineer. 152-1.2 CLASSIFICATION. Excavation of all material shall be defined as II Unclassified Excavation". "Unclassified Excavation" shall include all excavation performed under this item regardless of the material encountered. CONSTRUCTION METHODS 152-2.1 GENERAL. Before beginning excavation, grading, and embankment operations in any area, the area shall be completely cleared and grubbed in accordance with Item P-151. The rough excavation shall be carried to the necessary depth to remove all topsoil within the areas to receive the pavement sections. However, a minimum depth of excavation of one (1') foot shall be required in all areas to receive pavement sections. Should the Contractor, through negligence or other fault, excavate below the designated lines, he shall replace the excavation with approved off -site materials, in an approved manner and condition, at his own expense. The Engineer shall determine the suitability of material to be placed in embankments. Topsoil shall not be used in fills under areas to be paved or in subgrades but shall be handled and placed as directed. FAA Standard Specifications - 3 r 11 `� ATE" IIRtE RD[( gVEOEVILLE r I• Is I• Is 1• I• The Contractor shall inform and satisfy himself as to the character, quantity, and distribution of all material to be excavated. No payment will be made for any excavated material which is used for purposes other than those designated. All stockpile areas shall be leveled to a uniform line and section and shall present a neat appearance before project acceptance. When the Contractor's excavating operations encounter artifacts of historical or archeological significance, the operations shall be temporarily discontinued. At the direction of the Engineer, the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra work. Those areas outside of the pavement areas in which the top layer of soil material becomes compacted, due to hauling or to any other activity of the Contractor, shall be scarified and disced to a depth of 4 inches, as directed, to loosen and pulverize the soil prior to seeding. If it is necessary to interrupt existing surface drainage, sewers or underdrainage, conduits, utilities, or similar underground structures, or parts thereof, the Contractor shall be responsible for and shall take all necessary precautions to protect and preserve or provide temporary services. When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal, if necessary. The Contractor shall, at his own expense, satisfactorily repair all damage to such facilities or structures which may result from any of his operations during the period of the Contract. 152-2.2 EXCAVATION. No excavation shall be started until the work has been staked out by the Contractor and the Engineer has checked the elevations and measurements of the ground surface. All suitable excavated material shall be used in the formation of sideslope embankments, or for other purposes shown on the Plans. When the volume of the excavation exceeds that required to construct the sideslope embankments to the grades indicated, the excess shall be stockpiled at the location shown on the Plans or as directed. The grade shall be maintained so that the surface is well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the work. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth specified. Unsuitable materials shall be stockpiled at locations shown on the Plans. This excavated material shall be paid for at. the Contract unit price per cubic yard for unclassified excavation. The excavated area shall be refilled with suitable material, obtained from off -site borrow areas and thoroughly compacted by rolling. The necessary refilling will constitute a part of the embankment. FAA Standard Specifications - 4 1s ATED LITTLE .JC. IAIM VXtE • S • • • • Overbreak, including slides, is that portion of any material displaced or loosened beyond the finished work as planned or authorized by the Engineer. Payment will not be made for the removal of overbreak. In excavated areas, the subgrade under areas to be paved shall be compacted to the depths and to the densities at optimum moisture as shown on the Plans or as specified in the Specifications, or when not otherwise shown or specified to a minimum depth of 6 inches and to a density of not less than 90%, of the maximum density at optimum moisture as determined by the Standard Compaction Test ASTM D-698-78. Any unsuitable materials encountered shall be removed as directed by the Engineer and paid for as specified. The in -place field density shall be determined in accordance with ASTM 02922. No payment or measurement for payment will be made removed, manipulated, and replaced in order to obtain manipulation, aeration, replacement, and recompaction necessary to obtain the required density shall be cons the excavation and embankment operations, and shal' Contractor at no additional cost to the project. for suitable materials density. Any removal, of suitable materials idered as incidental to be performed by the All side slopes shall be uniformly dressed to the slope, cross section, and alignment shown on the plans or as directed by the Engineer. Blasting will not be required for this project. 152-2.3 BORROW EXCAVATION. Borrow excavation shall consist of excavation made from borrow areas outside the airport. Borrow excavation shall be made only at designated locations and within the horizontal and vertical limits as directed. Since borrow sources are outside the boundaries of the airport property, it shall be the Contractor's responsibility to locate and obtain the supply, subject to the approval of the Engineer. The contractor shall notify the Engineer, sufficiently in advance of the beginning of excavation, so that necessary measurements and tests can be made. All objectionable material shall be disposed of as directed. All borrow pits shall be opened up immediately to expose the vertical face of various strata of acceptable material to enable obtaining a uniform product. Borrow pits shall be excavated to regular lines and shall be drained and left in a neat, presentable condition with all slopes dressed uniformly. The off -site borrow material may be a locally available red silty clay with broken chert, provided a minimum of 50% of the material is retained on the No. 4 sieve. Other locally available borrow material may be approved providing the material has a Plasticity Index of 20, or less and a Liquid Limit of not greater than 40. 152-2.4 DITCH EXCAVATION. Ditch excavation shall consist of excavating for drainage ditches such as intercepting, inlet or outlet, levee construction, or any other type as designed or as shown on the Plans. The work shall be FAA Standard Specifications - 5 R tED 0"LE .x. F11MMUE I• I• I• I• I• performed in the proper sequence with the othe all ditches or levees shall be established material shall be placed in stockpile areas as shall be constructed prior to the starting of All necessary handwork shall be performed to elevation, and cross section, as designated. r construction. The location of on the ground. All excavated directed. Intercepting ditches adjacent excavation operations. secure a finish true to line, Ditches constructed on the project shall be maintained to the required cross section and shall be kept free from debris or obstructions until the project is accepted. Where necessary, sufficient openings shall be provided through stockpile areas to permit drainage from adjacent lands. Payment will be made for ditch excavation for the material removed which will be paid for at the unit price for "Ditch Excavation to and Along McCollum Ave". 152-2.5 PREPARATION OF EMBANKMENT AREA. All vegetation such as brush, heavy sods, heavy growth of grass, decayed vegetable matter, rubbish, and other unsuitable (topsoil) material within the area upon which embankment for pavement sections is to be placed shall be stripped or otherwise removed before the embankment is started, and in no case shall such objectionable material be allowed in or under the embankment. No direct payment will be made for stripping. The yardage of stripped materials removed shall be paid for at the Contract unit price per cubic yard for "Unclassified Excavation". Immediately prior to the placing of the embankment materials, the subgrade upon which the embankment is to be placed; shall be scarified and broken by means of a disc harrow or plow, or other approved equipment, to a depth of 6 inches. Scarifying shall be done approximately parallel to the axis of the fill. All roots, debris, large stones, or objectionable material that would cause interference with the compaction of the foundation or fill shall be removed from the area and disposed of as directed. A thin layer (approximately 3 inches) of the off -site material shall be spread over the scarified foundation and the whole area compacted as required in the Specifications. No direct payment shall be made for the work performed under this section. 152-2.6 FORMATION OF EMBANKMENTS. No embankment shall be constructed until the Engineer has approved the stripped subgrade. Embankments for the roadway subgrade shall be formed entirely of off -site borrow material in accordance with Section 152-2.3. Embankments shall be formed in successive horizontal layers of not more than 8 inches in compacted depth for the full width of the cross section, unless otherwise approved by the Engineer. The grading operations shall be conducted, and the various soil strata shall be placed, to produce a soil structure as shown on the typical cross section or as directed. All materials entering the embankment shall be reasonably free of organic matter such as leaves, grass, roots, and other objectionable material. Soil, granular material, shale, and any other material permitted for use in embankment shall be spread in successive layers as specified. FAA Standard Specifications - 6 [7 ®INCO HATED urt.e .x. urmnnu is Operations on earthwork shall be suspended at any time when satisfactory results cannot be obtained because of rain, freezing weather, or other unsatisfactory conditions of the field. The contractor shall drag, blade, or slope the embankment to provide proper surface drainage. I• Is Is The material in the layers shall be with ± 2 percent of optimum moisture content before rolling to obtain the prescribed compaction. Wetting or drying of the material and manipulation when necessary to secure a uniform moisture content throughout the layer shall be required. Should the material be too wet to permit proper compaction or rolling, all work on all portions of the embankment thus affected shall be delayed until the material has dried to the required moisture content. Sprinkling shall be done with approved equipment that will sufficiently distribute the water. Sufficient equipment to furnish the required water shall be available at all times. Samples of all embankment materials for testing, both before and after placement and compaction, will be taken for each 10,000 square feet of each lift. From these tests, corrections, adjustments, and modifications of methods, materials, and moisture content will be made in order to achieve the correct density within the embankment material. Rolling operations shall be continued until the embankment for the roadway sideslopes is compacted to not less than 95% of the maximum density, at optimum moisture, as determined by the Standard Compaction Test, ASTM D-698-78. The roadway subgrade embankment shall be compacted to the depths and to the densities at optimum moisture as.shown on the Plans or as specified in the Specifications, or, when not otherwise shown or specified, to a minimum depth of 6 inches and to a density of not less than 95% of the maximum density at optimum moisture as determined by the Modified Standard Compaction Test ASTM D 1557-78. On all areas outside of the roadway subgrade pavement areas, no compaction will be required on the top 4 inches. Any areas inaccessible to a roller shall be consolidated and compacted by mechanical tampers. The in -place field density shall be determined in accordance with ASTM D2922. Compaction areas shall be kept separate, and no layer shall be covered by another until the proper density is obtained. During construction of the embankment, equipment at all times, both when loaded they •are placed and shall distribute the of the embankment. The equipment shall hardpan, cemented gravel, clay, or other up into small particles and become incorpo layer. the Contractor shall route his and when empty, over the layers as travel evenly over the entire width be operated in such a manner that chunky soil material will be broken rated with the other material in the In the construction of embankments, starting layers shall be placed in the deepest portion of the fill; as placement progresses, layers shall be constructed approximately parallel to the finished pavement grade line. When rock and other embankment material are excavated at approximately the same time, the rock shall be incorporated into the outer portion of the FAA Standard Specifications - 7 • ©�lEEL u"Lt WMK g1MEVPLLf • embankment and the other material shall be incorporated under the future paved areas. Stones or fragmentary rock larger than 4 inches in their greatest dimension will not be allowed in the top 6 inches of the subgrade. Rock or boulders shall not be disposed of outside of the excavation or embankment areas, except at places and in the manner designated by the Engineer. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. 0 The Contractor shall be responsible for the stability of all embankments made under the Contract and shall replace any portion which, in the opinion of the engineer, has become displaced due to carelessness or negligence on the part of the Contractor. 0 • 0 4b 1 S 0 There will no separate measurement of payment for compacted embankment, and all costs incidental to placing in layers, compacting, disking, watering, mixing, sloping, and other. necessary operations for construction of embankments will be included in the Contract price for excavation, borrow, or other items. 152-2.8 EQUIPMENT. The Contractor may use any type of earth -moving, compaction, and watering equipment he may desire or has at his disposal, provided the equipment is in a satisfactory condition and is of such capacity that the construction schedule can be maintained as planned by the Contractor and as approved by the Engineer in accordance with the calendar date deadline for the completion of construction. The Contractor shall furnish, operate, and maintain such equipment as is necessary to control uniform density, layers, section, and smoothness of grade. 152-2.9 PREPARATION AND PROTECTION OF THE SUBGRADE. On areas to be paved, the specified depth in cut areas and the top of embankment shall be compacted to the density specified. When completed, the surface shall be true to the lines, grades, and cross section shown on the Plans or as directed by the Engineer. After all drains, structures, ducts, and other underground appurtenances along the edges or under the pavement have been completed, the subgrade shall be compacted to the depth specified at not less than 95% of the maximum density at optimum moisture as determined by the compaction control tests specified. Any irregularities or depressions that develop under rolling shall be corrected by loosening the material at these places and adding, removing, or replacing material until the surface is smooth and uniform. Any portion of the area which is not accessible to a roller shall be compacted to the required density by approved mechanical tampers. The material shall be sprinkled with water during rolling or tamping, when directed by the Engineer. All soft and yielding material and material which will not compact readily when rolled or tamped shall be removed as directed by the Engineer and replaced with suitable material. After grading operations are complete, all loose stones larger than 2 inches in their greatest dimension shall be removed from the surface of all proposed graded paving areas and disposed of as directed by the Engineer. FAA Standard Specifications - 8 0 1PSC IED Off f x. .JVFrtMu1 • • At all times, the top of the subgrade shall be kept in such condition that it will drain readily and effectively. In handling materials, tools, and equipment, the Contractor shall protect the subgrade from damage by laying planks when directed and shall take other precautions as needed. In no case will vehicles be allowed to travel in a single track. If ruts are formed, the subgrade shall be reshaped and rolled. Storage or stockpiling of materials on the top of the subgrade will not be permitted. Until the subgrade has been checked and approved, no base, surface course, or pavement shall be laid thereon. 152-2.10 HAUL. No payment will be made separately or directly for haul on any part of the work. All hauling will be considered a necessary and incidental part of the work and its cost shall be considered by the Contractor and included in the Contract unit price for the pay items of work involved. • 152-2.11 TOLERANCES. In those areas upon which a subbase or base course is to be placed, the top of the subgrade shall be of such smoothness that, when tested with a 16 -foot straightedge applied parallel and at right angles to the centerline, it shall not show any deviation in excess of 1/2 inch, or shall not be more than 0.05 foot from true grade as established by grade hubs or • pins. Any deviation in excess of these amounts shall be corrected by loosening, adding, or removing materials, reshaping, and recompacting by sprinkling and rolling. • • • • • The surface shall be of such smoothness that it will not vary more than 0.10 of a foot from true grade as established by grade hubs. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping. 152-2.12 TOPSOIL. Topsoil shall be salvaged from stripping or other grading operations. If, at the time of excavation or stripping, the topsoil cannot be placed in its proper and final section of finished construction, the material shall be stockpiled as shown on the Plans. Stockpiles shall not be placed within 50 feet of pavement areas. The Contractor shall set grade stakes for grading operations in both cut and fill so that the topsoil will be placed at the finished plan elevation. Payment will be made for topsoil placement under Compacted Embankment for Sideslopes as such under Item P-152. The quantity placed shall be paid for at the appropriate Contract unit price per cubic yard. METHOD OF MEASUREMENT 152-3.1 Ditch grading to and along McCollum Avenue shall be paid for the completed item of ditch excavation. FAA Standard Specifications - 9 • IM MCO ATED LITTLE Otk fAVF"M0.( I. Is • I• I• I❑ I• I• i. 10 152-3.2 Unclassified excavation shall be paid for by the number of cubic yards of material excavated, as calculated in its original position. Pay quantities shall be accepted as the Plan quantity presented in the Proposal, which has been computed from the cross-sectional information shown on the Plans by using the "average end areas" method, to the nearest 0.1 foot. Only officially executed change orders or authorized work beyond that described in the initial Contract documents shall constitute justification for consideration of increasing or decreasing the excavation quantity beyond that stated in the Proposal. All additional excavation will be measured in the field and calculated as described above. 152-3.3 Compacted embankment for constructing sideslopes using on -site excavated materials shall be paid for by,the number of cubic yards placed, as calculated in its final position. The pay quantity shall be accepted as the Plan quantity presented in the Proposal, which has been completed from the cross-sectional information shown on the Plans by using the "average end areas" method to the nearest 0.1 foot. Only officially executed change order or authorized work beyond that described in the initial Contract documents shall constitute justification for consideration of increasing or decreasing the quantity for this item beyond that stated in the Proposal. 152-3.4 Uncompacted embankment for building the stockpile of on -site excavated material shall be paid for by the number of cubic yards of material stockpiled. The pay quantity shall be accepted as the Plan quantity presented in the Proposal, which has been computed by subtracting the calculated volume of embankment for construction of sideslopes (per item 152-3.3, above) from the calculated volume of on -site unclassified excavation (per item 152-3.2, above). The Contractor shall not remove any excavated material from the site without the Engineer's•approval, and material which is suitable for stockpiling but is hauled away from the site will be deducted from the proposed quantity for payment. Only officially executed change orders or authorized work beyond that described in the initial Contract documents shall constitute justification for consideration of increasing or decreasing the stockpiled quantity beyond that stated in the Proposal. 152-3.5 Compacted off -site borrow for subgrade shall be paid for by the number of cubic yards placed and measured in its final position. The pay quantity shall be accepted as the Plan quantity presented in the Proposal, which has been completed from the cross-sectional information shown on the Plans by using the "average end areas" method to the nearest 0.1 foot. Only officially executed change order or authorized work beyond that described in the initial Contract documents shall constitute justification for FAA Standard Specifications - 10 1• ® P ATED umnoc. ...mrviu[ • 0 e • 0 C consideration of increasing or decreasing the quantity for this item beyond that stated in the Proposal. BASIS OF PAYMENT 152-4.1 Payment shall be made at the Contract lump sum price for Ditch Grading to and Along McCollum Avenue. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.2 Payment shall bemadeat the Contract unit price per cubic yard for 'unclassified excavation." This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.3 Payment shall be made at the Contract unit price per cubic yard for compacted embankment for construction of sideslopes from material excavated on -site. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.4 Payment shall be made at the Contract unit price per cubic yard for uncompacted embankment for construction of the stockpile from material excavated on -site. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.5 Payment shall be made at the Contract unit price per cubic yard for compacted borrow for construction of subgrade from off -site material. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Bid Item No. 3 Ditch Grading to and Along McCollum Ave.; per lump sum. Bid Item No. 4 Unclassified On -Site Excavation, per cubic yard. Bid Item No. 5 Compacted Embankment for Sideslopes, per cubic yard. Bid Item No. 6 Uncompacted Embankment for Stockpile, per cubic yard. • Bid Item No. 7 Compacted Off -site Borrow, per cubic yard. 40 • FAA Standard Specifications - 11 • ri EEo unit.ot. ..rmniue I. P-153 WATERING DESCRIPTION I. I. I• 1. I. I• I. 153-1.1 This item shall consist of furnishing and applying water required in the compaction of subgrades, subbases, base courses, and for other purposes in accordance with the requirements of these Specifications or as directed by the Engineer. CONSTRUCTION METHODS 153-2.1 Water, when required, shall be applied at the locations, in the amounts, and during the hours, including nights, as directed by the Engineer. An adequate water supply shall be of ample capacity and of such design as to assure uniform application of water in the amounts directed by the Engineer. 153-3.1 Not applicable. METHOD OF MEASUREMENT BASIS OF PAYMENT 153-4.1 The bid schedule does not contain an estimated quantity for watering. The performance of this work including providing and maintaining water plant(s), shall not be paid for directly but shall be considered as a subsidiary obligation of the Contractor covered under other Contract items. FAA Standard Specifications - 12 1• AlEC .,n,,.o ...FY,EVI... 201-1.1 This item shall consis ease course shall be constru d 4 inches in thickness. d if the Contractor is able compaction, texture, and sur If the results of the rize the Contractor in writit of bituminous material, by specified by the Engineer field sieve analysis. It paragraph 201-3.1. t as shown on the Plans in lifts r 4 -inch maximum lift thickness wi demonstrate by means of a test se( tolerance can be obtained for a ti are satisfactory, the Engineer i construct the thicker lift. s of preliminary within the range 201-1.3 JOB MIX FORMULA. No work shall be started on the project nor any mixture accepted until the Contractor has submitted a satisfactory job mix formula to the Engineer. The formula shall be submitted in writing to the Engineer by the Contractor. It shall indicate the definite percentage for each sieve fraction of aggregate and for bituminous cement; it shall also state the intended temperature of completed mixture at the time of discharge from the mixer. The Engineer's approval of the job mix formula shall be received before work is started. The material furnished shall conform to the following approved job mix formula within the tolerances specified: e passing sieves No. 4 and larger ------- e passing sieves Nos. 10, 40, and 80--------- e passing sieves No. 200 --------------------- cement--------------- ------ - ----- ---- ure of mixing and placing -------------------- in conjunction with the job mix f shall be the specification limits. Specifications HATED 44111(.x. F FNNt It MATERIALS I. I• I• I• I. I• 1• I• 201-2.1 AGGREGATE. The aggregate shall consist of crushed stone, crushed gravel, screenings, gravel, sandgravel, sand, or other natural granular, and approved material which have essentially the same qualities and meet all requirements when combined within the limits for gradation. The aggregate shall be tough, durable, and sound and shall consist of angular fragments reasonably uniform in density and quality. The aggregate shall be free of dirt and other objectionable matter and shall not contain more than 8% of thin and elongated pieces nor more than 5% of soft pieces. The coarse aggregate (retained on the No. 8 sieve) shall not show more than 50% wear when tested in accordance with AASHTO T 96. The coarse aggregate shall not show evidence of disintegration nor show a total loss greater than 12% when subjected to five cycles of the sodium sulphate accelerated soundness test as specified in AASHTO T 104. The composite material shall meet the requirements given in Table 1, paragraph 201-3.1, when tested in accordance with AASHTO T 11 and AASHTO T 27. The fine aggregate, including any blended filler, shall have a plasticity index of not more than 6 as determined by AASHTO T 90 and a liquid limit of not more than 25 as determined by AASHTO T 89. The bituminous mix shall have a swell of not more than 1.5% as determined by AASHTO T 101 and shall not show evidence of stripping when tested in accordance with AASHTO T 182. Antistrip agents must be used if necessary. 201-2.2 FILLER. If .filler, in addition to that naturally present in the aggregatnecessary, it shall consist of stone dust, loess, portland cement, or other approved mineral matter. Stone dust shall be specified and used with sand -asphalt base courses. The filler material shall meet the requirements of AASHTO M 17. 201-2.3 BITUMINOUS MATERIAL. The types, grades, controlling specifications, and mixing temperatures for the bituminous materials are given below. Type and Grade Specification Mixing Temperature Asphalt cement - 85-100 AASHTO M 20 275° - 325° F. COMPOSITION 201-3.1 COMPOSITION OF MIXTURE. The mineral aggregate for the base course shall be of such size that the percentage composition by weight, as determined by laboratory sieves, will conform to one of the gradations specified in Table 1. The percent by weight for the bituminous material shall be within the FAA Standard Specifications - 14 I* ®1L%LD u9Y.'JL. ..6nFMl< S • • • • 0 ti • C limits given. The bituminous content of the mixture shall be calculated on a percentage basis by weight of the total mix. The composition limits tabulated appropriate to the job materials, wil accordance with the job mix formula. the limits designated in the tables, and shall not vary from the low lim adjacent sieves or vice versa. shal I be The shal t on govern, but a closer control, required for the specific project in final gradations decided on, within be well -graded from coarse to fine one sieve to the high limit on the For the aggregate gradation of Table 1, the mixture shall meet the requirements of one of the following ASTM tests, plus the stated limitations on voids, voids filled, and swell: Number of blows each end of specimen 75 Stability (min) 1000 Flow (max) hundredths of an. inch 16 Flow (min.) hundredths of an inch 8 Percent voids 3 to 8 Percent voids filled with bitumen 65 to 75 In performing the required tests, if aggregate in excess of 1 inch size comprises more than 10% of the mineral aggregate, the tests may be performed using the following procedures: (a) Mix sample batch with bitumen and all aggregate, including the plus 1 portion. (b) Screen out the plus 1 inch size, and run the established test upon the balance of the mixture. (c) Compute adjusted specific gravity, % voids, and % voids filled for the total mixture by use of the following formula: Adj. sp. gr. = 100 (0.995) A/C + B/D Where: A = Dry material in excess of 1 inch expressed as % of total batch weight. B = 100%-A. C = Bulk sp. gr. of +1 inch material. D = Actual sp. gr. of compacted test sample 0.995 - correction factor. FAA Standard Specifications - 15 F] llTEO I Fn LC Wa r.r[nm::f I. . TABLE 1 - BITUMINOUS BASE COURSE • Sieve designation (square openings) • 1k inch 3/4 inch No. 4 No. 40 No. 200 I• I• I0 1• r Bituminous material (%): Asphalt Cement: Percentage by weight passing sieves A Ill' 4 Maximum 100 50 - 90 25 - 50 10 - 30 3 - 10 3.0 - 5.0% A sample of coarse and the aggregates shall be washed to determine the percentage of the total material passing the No. 200 mesh sieve. Of the amount of the material passing the No. 200 mesh sieve, at least one half shall pass the No. 200 mesh sieve by dry sieving. CONSTRUCTION METHODS 201-4.1 WEATHER AND SEASONAL LIMITATIONS. The base course shall be constructed only when the surface is dry, the atmospheric temperature is above 40°F., and the weather is not foggy or rainy. The temperature requirement may be waived, but only when so directed by the Engineer. 201-4.2 BITUMINOUS MIXING PLANT. Sufficient storage space shall be provided for each size of aggregate. The different aggregate sizes shall be kept separated until they have been delivered to the cold elevator feeding the drier. The storage yard shall be neat, orderly, and the separate stockpile readily accessible for sampling. Plants used for the preparation of bituminous mixtures shall conform to all requirements under paragraph (a) except that scale requirements shall apply only where weight proportioning is used. In addition, batch mixing plants shall conform to the requirements under paragraph (b) and continuous mixing plants shall conform to the requirements under paragraph (c). (a) Requirements for All Plants. Mixing plants shall be of sufficient capacity and coordinated to adequately handle the proposed bituminous construction. (1) Plant scales. Scales shall be accurate to within 0.5% of the required maximum load. Poises shall be designed to be locked in any position to prevent unauthorized change of position. In lieu of plant and truck FAA Standard Specifications - 16 I• ® ` tE° .pmroc. uRnry¢Q G I♦ Ir I• I• I• I• I• I0 G scales, the Contractor may provide an approved automatic printer system tc print the weights of the material delivered, provided the system is used it conjunction with an approved automatic batching and mixing control system. Such weights shall be evidenced by a weigh ticket for each load. Scales shall be inspected and sealed as often as the engineer may deem necessary to assure their continued accuracy. The Contractor shall have on hand not less than ter 50 -pound weights for testing the scales. (2) Equipment for preparation of bituminous material. Tanks for the storage of bituminous material shall e equipped to heat and hold the material at the required temperatures. Heating shall be accomplished by steam coils, electricity, or other approved means so that flame(s) will not contact the tank. The circulating system for the bituminous material shall be designed to assure proper and continuous circulation during the operating period. Provision shall be made for measuring and sampling storage tanks. (3) Feeder for drier. The mechanical means for uniformly feeding uniform production and temperature. plant shall be provided with accurate the aggregate into the drier to obtain (4) Drier. The plant shall include a drier(s) which continuously agitate the aggregate during the heating and drying process. (5) Screens. Plant screens, capable of screening all aggregates to the specified sizes and proportions and having normal capacities in excess of the full capacity of the mixer, shall be provided. (6) Bins. The plant shall include storage bins of sufficient capacity to supra mixer operating at full capacity. Bins shall be arranged to assure separate and adequate storage of appropriate fractions of the mineral aggregates. When used, separate dry storage shall be provided with overflow pipes of such size and at such location to prevent backup of material into other compartments or bins. Each compartment shall be provided with its own individual outlet gate, constructed so as to prevent leakage. The gates shall cut off quickly and completely. Bins shall be so constructed that samples may be obtained readily. Bins shall be equipped with adequate tell -tale devices which indicate the position of the aggregates in the bins at the lower quarter points. (7) Bituminous control unit. Satisfactory means, either by weighing or metering, shall be provided to obtain the specified amount of bituminous material in the mix. Means shall be provided for checking the quantity or rate of flow of bituminous material into the mixer. (8) Thermometric equipment. range shall be fixed in the bituminous the charging valve of the mixer unit. An armored thermometer of adequate feed line at a suitable location near The plant shall also be equipped with an approved thermometric instrument placed at the discharge chute of the drier to indicate the temperature of the FAA Standard Specifications - 17 Is RATED ..fl,..x. ,,,. I. I. I• I. I. I. I. I. I. I. heated aggregates. The Engineer may require replacement of any thermometer by an approved temperature -recording apparatus for better regulation of the temperature of aggregates. (9) Dust collector. The plant shall be equipped with a dust collector to waste or return uniformly to the hot elevator all or any part of the material collected.k (10) Truckscales. The bituminous mixture shall be weighed on approved scales furnished by the Contractor or on public scales at the Contractor's expense. Scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy. (11) Safety requirements. Adequate and safe stairways to the mixer platform and sampling point shall be provided and guarded ladders to other plant units shall be placed at all points where accessibility to plant operations is required. Accessibility to the top of the truck bodies shall be provided by a suitable device to enable the Engineer to obtain samples and mixture temperature data. Means shall be provided to raise and lower scale calibration equipment, sampling equipment, and other similar equipment between the ground and the mixer platform. All gears, pulleys, chains, rockets, and other dangerous moving parts shall be thoroughly guarded. Ample and unobstructed passage shall be maintained at all times in and around the truck loading area. This area shall be kept free of drippings from the mixing platform. (b) Requirements for Batching Plants (1) Weigh box or hopper. The equipment shall include a means for accurately weighing each size of aggregate in weigh box or hopper of ample size to hold a full batch without hand raking or running over. The gate shall close tightly so that no material is allowed to leak into the mixer while a batch is being weighed. (2) Bituminous control. The equipment used to measure the bituminous material shall be accurate to ± 0.5%. The bituminous material bucket shall be the non -tilting type with a loose sheet -metal cover. The length of the discharge opening or spray bar shall be not less than three fourths the length of the mixer, and it shall discharge directly into the mixer. the bituminous material bucket, its discharge valve(s), and spray bar shall be adequately heated. Steam jackets, if used, shall be efficiently drained, and all connections shall be so constructed that they will not interfere with the efficient operation of the bituminous scales. The capacity of the bituminous material bucket shall be at least 15% in excess of the weight of bituminous material required in any batch. The plant shall have an adequately heated quick -acting, non -drip, charging valve located directly over the bituminous material bucket. The indicator dial shall have a capacity of at least 15% in excess of the quantity of bituminous material used in one batch. The controls shall be FAA Standard Specifications - 18 I. L�LS TED um.e •oc. r.rcnrvn.c • L • • • 0 • • • 0 constructed to lock at any dial setting and automatically reset to that reading after the addition of each batch of bituminous material. The dial shall be in full view of the mixer operator. The flow of bituminous material shall be automatically controlled to begin when the dry mixing period is over. All of the bituminous material required for one batch shall be discharged in not more than 15 seconds after the flow has begun. The size and spacing of the spray -bar openings shall provide uniform application of bituminous material the full length of the mixer. The section of the bituminous line between the charging valve and the spray bar shall have a valve and outlet for checking the meter when a metering device is substituted for a bituminous material bucket. (3) Mixer. The batch mixer shall be of an approved type capable of producing a uniform mixture within the job mix tolerances. If not enclosed, the mixer box shall be equipped with a dust hood to prevent loss of dust. The clearance of blades from all fixed and moving parts shall not exceed 1 inch unless the maximum diameter of the aggregate in the mix exceeds 11 inches, in which case the clearance shall not exceed 1i inches. (4) Control to mixing time. The mixer shall be equipped with an accurate time lock to control the operations of a complete mixing cycle. It shall lock the weigh box gate after the mixer has been charged and keep it locked until the mixer gate has been closed at the completion of the cycle. It shall lock the bituminous material bucket throughout the dry mixing period and shall lock the mixer gate throughout the dry and wet mixing periods. The dry mixing period is defined as the interval of time between the opening of the weigh box gate and the introduction of bituminous material. The wet mixing period is the interval of time between the introduction of bituminous material and the opening of the mixer gate. The timing control shall be flexible and capable of settings of 5 -second intervals or less throughout a 3 -minute cycle. A mechanical batch counter shall be installed as a part of the timing device and shall be so designed to register only completely mixed batches. The setting of time intervals shall be as directed by the Engineer who shall then lock the case covering the timing device until a change is required in the timing periods. (c) Requirements for Continuous Plants. (1) Aggregate proportioning. The plant shall include means for accurately proportioning each size of aggregate. The plant shall have a feeder mounted under each compartment bin. Each compartment bin shall have an accurately controlled individual gate to form an orifice for volumetrically measuring the material drawn from each compartment. The feeding orifice shall be rectangular with one dimension adjustable by positive mechanical means and provided with a lock. Indicators shall be provided for each gate to show the respective gate opening in inches. FAA Standard Specifications - 19 • L rot%ttED .m.Ppc. ;' It LL[ 0 S • C C • • • (2) Weight calibration of aggregate feed. The plant shall include a means for calibration of gate openings by weighing test samples. Provision shall be made so that materials fed out of individual orifices may be bypassed to individual test boxes. The plant shall be equipped to conveniently handle individual test samples of not less than 200 pounds. Accurate scales shall be provided by the Contractor to weigh such test samples. (3) Synchronization of ag Satisfactory means shall be provided the flow of aggregate from the bins the meter or other proportioning dE interlocking mechanical means or by the Engineer. gregate feed and bituminous material feed. for positive interlocking control between and the flow of bituminous material from !vice. This control shall be operated by any other positive method satisfactory to (4) Mixer. The plant shall include a continuous mixer of an approved type adequately heated and capable of producing a uniform mixture within the job mix tolerances. It shall be equipped with a discharge hopper with dump gates to permit rapid and complete discharge of the mixture. The paddles shall be adjustable for angular positioning on the shafts and shall be reversible to retard the flow of the mix. The mixer shall have a manufacturer's plate giving the net volumetric contents of the mixer at the several heights inscribed on a permanent gauge. Charts shall be provided showing the rate of feed per minute for each aggregate used. 201-4.3 HAULING EQUIPMENT. Trucks used for havetight, clean, smooth metal beds which minimum amount of paraffin oil, lime soluti prevent the mixture from adhering to the suitable cover to protect the mixture from bed to maintain the mixture at the specified hauling bituminous mixtures shall have been lightly coated with a on, or other approved material to beds. Each truck shall have a adverse weather and an insulated temperature. 201-4.4 BITUMINOUS PAVERS. Bituminous pavers shall be self-contained, power-propellered units, provided with an activated screed or strike -off assembly, heated if necessary. It shall be capable of spreading and finishing courses of bituminous plant mix material which will meet the .specified thickness, smoothness, and grade. The paver shall be capable of spreading and finishing courses of bituminous plant mix material in lanes not less than 10 feet in width and shall be capable of operating at forward speeds consistent with satisfactory laying of the mixture. The paver shall have a receiving spreading operation. The hopper to place the mixture uniformly in The screed or strike -off assembly of the required evenness and texi mixture. hopper of sufficient capacity for a uniform shall be equipped with a distribution system front of the screed. shall effectively produce a finished surface ure without tearing, shoving, or gouging the 201-4.5 ROLLERS. Rollers shall be in good condition, capable of reversing without backlash and shall operate at slow speeds to avoid displacement of the FAA Standard Specifications - 20 0 OTT L+x. ..+R tVltt C I• I• I• I• I• 1• bituminous mixture. The number, type, and weight of rollers used shall be sufficient to compact the mixture to the required density while the mixture is still in a workable condition, the use of equipment which results in excessive crushing of the aggregate will not be permitted: 201-4.6 PREPARATION OF MINERAL AGGREGATE. The aggregate for the mixture shall be dried and heated at the paving plant before entering the mixer. When introduced into the mixer, the combined aggregate shall not contain more than 0.5% moisture if asphalt mixture or more than 1% moisture if tar mixture. Water in the aggregate shall be removed by heating to the extent that there is no subsequent foaming in the mixture prior to the placing of the material. The aggregate shall be heated to temperature as designated by the rate of heating shall be such that no permanent damage occurs to the aggregates. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by heating. The aggregate shall be screed to specified sizes and conveyed into separate bins ready for mixing with bituminous material. 201-4.7 PREPARATION OF BITUMINOUS MIXTURE. Before delivery, the aggregate shall be mixed with the bituminous material at a central mixing plant. The mixture shall be prepared at a temperature as shown in 201-2.3. The dry aggregates, prepared as specified in 201-4.6, shall be combined in the plant in the proportionate amounts of each fraction of aggregate required to meet the specified gradation. The quantity of aggregate for each batch shall be determined, measured, and conveyed into the mixer. In case of volumetric proportioning, the size of the grate openings shall be determined, and the gates locked in position. The quantity of bituminous material for each batch or calibrated amount for continuous mixer shall be determined by the Engineer. It shall be measured by weight and introduced into the mixer at the specified temperature, using the lowest range possible for adequate mixing and spreading. For batch mixers, all mineral aggregates shall be in the mixer before the bituminous material is added. The exact temperature within the specified range shall be fixed by the Engineer. In no case shall aggregate be introduced into the mixture at a temperature more than 25°F. above the temperature of the bituminous material. As determined by the Engineer the mixing shall continue for the time necessary to coat all particles uniformly. This time is dependent upon the mix design and the type of mixing equipment used. To compute the mixing time in a continuous mixer, the weight of its contents at operating level is divided by the weight of the mixture delivered per second by the mixer: Mixing time in seconds Pugmill dead.capacity in pounds = Output in pounds per second 201-4.8 TRANSPORTATION AND DELIVERY OF THE MIXTURE. The mixture shall be transported from the mixing plant to the point of use in vehicles such as described in 201-4.3. FAA Standard Specifications - 21 is ®[Pet tE° OA\La. f.V[RrypLE I• Li I• I• I• I• 1• 1• 1• The mixture shall be placed at a temperature between between 2500 and 300°F. when asphalt cement is used. When the mixture is being placed during warm weather and the Engineer has determined that satisfactory results can be obtained at lower temperatures, he may direct that the mixture be mixed and delivered at the lower temperatures. Loads shall not be sent out so late as to interfere with spreading and compacting the mixture during daylight unless artificial light, satisfactory to the Engineer, is provided. The mixture shall be delivered at a temperature within the tolerance specified in the approved job formula. 201-4.9 SPREADING AND LAYING. (a) Preparation for Placing. Immediately before placing the bituminous mixture, the existing underlying course shall be cleaned of loose or deleterious material by using a power sweeper equipped with a blower, supplemented with hand brooms if necessary, or as directed by the Engineer. The mixture shall be laid only upon an approved underlying course which is dry and only when weather conditions are suitable. No mixture shall be placed when the air temperature in the shade and away from artificial heat is 40°F. or lower, unless so directed by the Engineer. The Engineer may, however, permit work of this character to continue when overtaken by sudden rains, up to the amount which may be in transit from the plant by the time, provided the mixture is within the temperature limits specified. Grade control between the edges of the pavement shall be accomplished by grade stakes or steel pins placed in lanes parallel to the centerline of the pavement and at intervals sufficiently close that string lines may be stretched between stakes or pins. Placing shall commence at the point(s) farthest from the mixing plant and progress continuously toward the plant, unless otherwise ordered by the Engineer. Hauling over material already placed shall not be permitted until the material has been thoroughly compacted as specified and allowed to cool to atmospheric temperature. (b) Machine Spreading. Upon arrival, the •mixture shall be dumped into an approvesbituminous paver and immediately spread to the full width required. It shall be. struck off in a uniform layer of such depth that, when the work is completed, it will have the required thickness and will conform to the grade and surface contour required. The speed of the paver shall be regulated to eliminate the pulling and tearing of the bituminous mat. The mixture shall be placed at strips of a minimum width of 10 feet. To insure proper drainage, the spreading shall begin along the centerline of the pavement on a crowned section or on the high side of the pavement with a one-way slope. After the first strip or width has been compacted, the second width shall be placed, finished, and compacted in the same manner as the first width. After the second strip has been placed and rolled, a 16 -foot FAA Standard Specifications - 22 1• r A&ttTED u RIE 0DC' s. r(T}Mt6 r straightedge shall be placed across the longitudinal joint to determine if the surface conforms to grade and contour requirements. I• I• I• I• I• I• I! I• 1• Exposed vertical edges of paved strips shall be free of all accumulations of dirt or other foreign material before any mixture is spread in an adjacent lane. If joint faces become dry or dusty, the contact surfaces shall be given a brush coat of asphalt. In lieu of painting the contact surfaces, the Contractor may use a joint heater approved by the Engineer. If the spreading machine should drift from an adjacent lane during construction, the unfilled space shall be carefully filled with fresh hot mixture obtained from the truck or the hopper of the spreading machine. Stealing mixture from that already spread to fill up these areas shall not be permitted. In limited areas where, due to irregularities or unavoidable obstacles, the use of mechanical spreading and finishing equipment is not practical, the mixture may be hand spread. When hand spreading is permitted, the mixture shall be dumped on approved dump sheets outside the area upon which it is to be spread, and then distribution into place immediately using hot shovels. It shall be spread with hot rakes in a uniformly loose layer to the full width required and of such depth that, when the work is completed, it will have the required thickness and will conform to the grade and surface contour shown on the Plans. 201-4.10 COMPACTION OF MIXTURE. After spreading, the mixture shall be thoroughly and uniformly compacted with power rollers as directed by the Engineer. Rolling of the mixture shall begin as soon after spreading as it will bear the roller without undue displacement or hair checking. On the first strip spread, rolling shall start in the center and continue toward either edge. On subsequent strips laid, rolling shall start on the edge adjacent to previously laid material and continue toward the opposite edge. Initial rolling shall be done longitudinally. The rollers shall overlap on successive trips. Alternate trips of the roller shall be of slightly different lengths, and cross rolling shall not exceed more than one half the width of the pavement on crowned sections. The speed of the roller shall, at all times, be slow to avoid displacement of the hot mixture. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once by rakes and fresh mixture. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until all roller marks are eliminated, the surface of uniform texture and true to grade and cross section, and a density of at least 95% of the laboratory density specified in paragraph 201-3.1 is obtained. Field density tests shall be made at least twice daily. To prevent adhesion of the mixture to the roller, the mixture shall be thoroughly compacted with hot hand tampers. FAA Standard Specifications - 23 I• L1 �a`VFfIEL .mL,•x. mmevai[ I• In areas not accessible to the roller, the mixture shall be thoroughly compacted with hot hand tampers. n Any mixture which becomes loose and broken, mixed with dirt, or in any way defective prior to the application of the finish coat shall be removed and replaced with fresh hot mixture and immediately compacted to conform with the surrounding area. This shall be done at the Contractor's expense. 201-4.11 JOINTS. I• I• I• I• I• 1• (a) General. The mixture at the joints shall comply with the surface requirements and present the same uniformity of texture, density, smoothness, etc., as other sections of the course. In the formation of all joints, provision shall be made for proper bond with the adjacent course for the specified depth on the course. Joints shall be formed by cutting back on the previous day's run to expose the full depth of the course. The exposed edge shall then be given a light paint coat of asphalt or tar, as required by the Engineer, and the fresh mixture raked against the joint, thoroughly tamped with tampers, and rolled. (b) Transverse. The placing of the course shall be as continuous as possible. The roller shall pass over the unprotected end of the freshly laid mixture only when discontinuing the laying of the course. (c) Longitudinal. The placing of the course shall be as specified and in such a manner that the joint is exposed for the shortest period possible. 201-4.12 SHAPING EDGES. While the surface is being compacted and finished, the Contractor, shall carefully trim the outside edges of the pavement to the proper alignment. The edge so formed shall be beveled while still hot with the back of a rake or a smoothing iron and thoroughly compacted by tampers or by other satisfactory methods. 201-4.13 SURFACE TESTS. Tests for conformity with the specified crown and grade shall a made by the Contractor immediately after compression. Any variation shall be corrected by the removal or addition of materials and by continuous rolling. The finished surface shall not vary more than 1/4 inch when tested with a 16 -foot straightedge applied parallel with, or at right angles to, the centerline. After the completion of final rolling, the smoothness of the course shall again be tested; the humps or depressions exceeding the specified tolerances or that retain water on the surface shall be corrected immediately as directed by the Engineer; this shall be done at the Contractor's expense. 201-4.14 SAMPLING PAVEMENT. The Contractor shall remove suitable size samples of the competed pavement from locations designated by the Engineer to enable him to determine the composition, compaction, and density of the FAA Standard Specifications - 24 1• dRbRATR uniaoc. aYMMUE • • • • • • • iI pavement. Samples for each day, or fraction thereof, shall be taken. The Contractor shall replace the pavement free of charge. If the pavement is deficient in composition, compaction, or thickness, satisfactory correction shall be made. 201-4.15 BITUMINOUS AND AGGREGATE MATERIAL CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous and aggregate materials that the Contractor proposes to use, together with a statement of their source and character, shall be submitted to the Engineer; approval must be obtained before the use of such material begins. The Contractor shall require the manufacturer or producer of the bituminous and aggregate materials to furnish material subject to this and all other pertinent requirements of the Contract. Only those materials that have demonstrated performance under the proposed design requirements will be accepted. The Engineer or his authorized representative shall have access, at all times, to all parts of the paving plant for the purpose of inspecting equipment, conditions and operation of the plant, for verification of weights or proportions and character of materials, and to determine temperatures maintained in the preparation of the mixtures. The Contractor shall furnish vendor's certified test reports for each carload or equivalent of bitumen shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. All such test reports shall be subject to verification by testing samples of materials received for use on the project. METHOD OF MEASUREMENT 201-5.1 Plant mix bituminous base course will be measured by the ton. The tonnage shall be the weight used in the accepted pavement. The number of tons shall be determined by weight tickets accompanying each truck of bituminous base material delivered to the project and accepted by the Engineer. All tickets shall be surrendered to the Engineer a minimum of once daily. BASIS OF PAYMENT • 201-6.1 Payment shall be made at the Contract price per ton for bituminous • base course. This price shall be full compensation for furnishing all materials; for all preparation, mixing and placing of the bituminous base • course; and for all labor, equipment, tools, and incidentals necessary to complete the item. C3 Payment will be made under: Bid Item No. 12 Bituminous base course, per ton FAA Standard Specifications - 25 • KN ON FATED OnU .CC[ FAYMMu[ 0 P-209 CRUSHED AGGREGATE BASE COURSE 0 DESCRTPTTON 209-1.1 This item shall consist of a base course composed of crushed aggregates constructed on the prepared underlying course in accordance with these Specifications and shall conform to the dimensions and typical cross sections shown on the Plans. MATERIALS 209-2.1 AGGREGATE. The aggregate shall be crushed stone. The fine aggregate shall be screenings obtained from crushed stone. The crushed stone shall consist of hard, durable particles or fragments of stone, free from dirt or other objectionable matter, and shall contain not more than 8% of flat, elongated, soft, or disintegrated pieces. 0 • s The crushed aggregate shall have a percent of wear not more than 45 at 500 revolutions as determined by AASTHO T 96 (Los Angeles Rattler Test). The crushed aggregate shall not show evidence of disintegration nor show a total loss greater than 12% when subjected to 5 cycles of the sodium sulphate accelerated soundness test using AASHTO T 104. All materials passing the No. 4 mesh sieve produced in the crushing operation of the stone, shall be incorporated in the base material unless there is.an excessive amount which, if included, would not meet . the gradation requirements. The crushed aggregate shall meet the requirements of the gradation given in the following table when tested in accordance with AASHTO T 11 and T 27. Sieve designation Percentage by weight passing sieves (square openings) 11 inch 100 3/4 inch 50-90 No. 4 25-50 No. 40 10-30 No. 200 3-10 • FAA Standard Specifications - 26 0 ri OkWP�EED uIILI.IXI i. Yf IIEYI LLF 1• The gradations in the table represent the limits which shall determine suitability of aggregate for use from the sources of supply. The final gradations decided on within the limits designated in the table shall be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieves or vice versa. The amount of the fraction of material passing the No. 200 mesh sieve shall not exceed two-thirds the fraction passing the No. 40 mesh sieve. I• I• I! I. I• 1• [3 The portion of the base aggregate, including any blended material, passing the No. 40 mesh sieve shall have a liquid limit of not more than 25 and a plasticity index of not more than 6 when tested in accordance with AASHTO T 89 and T 90. The selection of the gradation shown in the table shall be such that the maximum size aggregate used in any course shall not be more than two thirds the thickness of the layer of course being constructed. 209-2.2 ADDITIONAL FINE MATERIAL. If additional fine material, in excess of that naturally present in the base course material, is necessary for correcting the gradation to the limitations of the specified gradation, or for the satisfactory bonding of the base material, or for changing the soil constants of the material passing the No. 40 mesh sieve, it shall be uniformly blended and mixed with the base course material at the crushing plant. There shall be no reworking of the base course material in -place to obtain the specified gradation. The additional fine material for this purpose shall be obtained from the crushing of stone, and when used, shall be of a gradation as necessary to accomplish the specified gradation in the final mixed base course material. CONSTRUCTION METHODS 209-3.1 OPERATION AT SOURCES OF SUPPLY. All work involved in clearing and stripping of quarries and pits, including the handling of unsuitable material, shall be performed by the Contractor at his own expense. The base material shall be obtained from approved sources. The material shall be handled in a manner that shall secure a uniform and satisfactory product. 209-3.2 EQUIPMENT. All equipment necessary for'the proper construction of this work shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. 209-3.3 PREPARING UNDERLYING COURSE. The underlying course shall be checked and accepted by the Engineer before placing and spreading operations are started. Any ruts or soft, yielding places caused by improper drainage conditions, hauling, or any other cause, shall be corrected and rolled to the required compaction before the base course is placed thereon. FAA Standard Specifications - 27 1• TED .my .pµ ..rmevt [ I• r I• I• L i. I• I0 If Grade control between the edges of the runways shall be accomplished by grade stakes, steel pins, or forms placed in lanes parallel to the centerline of the pavement and at intervals sufficiently close that string lines or check boards may be placed between the stakes, pins, or forms. To protect the underlying course and to insure proper drainage, the spreading of the base shall begin along the centerline of the pavement on a crowned section or on the high side of the pavement with a one-way slope. 209-3.4 PLANT MIX. The base material shall be uniformly blended during crushing operations or mixed in an approved plant. The type of plant may be either a central proportioning and mixing plant or a traveling plant. The plant shall blend and mix the materials to meet these Specifications and to secure the proper moisture content for compaction. 209-3.5 PLACING AND SPREADING. (a) Central Plant. The crushed aggregate base material that has been proportioned in a crushing and screening plant, or proportioned and processed in a central mixing plant, shall be placed on the prepared underlying course and compacted in layers of the thickness shown on the Plans. The depositing and spreading of the material shall commence where designated and shall progress without breaks. The material shall be deposited and spread in lanes in a uniform layer and without segregation of size to such loose depth that, when compacted, the layer shall have the required thickness. The base aggregate shall be spread by spreader boxes or other approved devices or methods that shall spread the aggregate in the required amount to avoid or minimize the need for rehandling the material and to prevent the rutting of the underlying course. The spreader boxes or other devices shall be equipped with strike -off templets or screeds that can be adjusted or controlled to secure the required thickness of the material. Dumping from vehicles in piles on the underlying course which will require rehandling shall not be permitted. Hauling over the uncompacted base course shall not be permitted. (b) Traveling Plant. If a traveling plant is used for mixing, the base material shall be placed on the underlying course in such condition to provide a base mixture conforming to the specified gradation and moisture content, and in such quantity to develop the thickness of the layer of the base and the density after compaction. The material shall be shaped to a uniform section. The Engineer shall examine the mixture to determine that the mixing is complete and satisfactory and that the proper moisture content is maintained before compaction is started. No spreading shall be done except when authorized. Care shall be taken that no material from the underlying course is mixed with the base material. If necessary, the base course shall be bladed until a smooth, uniform surface is obtained that is true to line, grade, and cross section and until the mix is in condition for compacting. FAA Standard Specifications - 28 1• © MATED .mu.x. ..rv,rvau I• I• It I• is I0 I. I0 F] (c) Method of Placing. The base course shall be constructed in a layer not less than 24 inches nor more than 6 inches of compacted thickness. The aggregate, as spread, shall be of uniform gradation with no segregation or pockets of fine or coarse materials. Unless otherwise permitted by the Engineer, the aggregate shall not be spread more than 2,000 square yards in advance of the rolling. Any necessary sprinkling shall be kept within these limits. No material shall be placed in snow or on a soft, muddy, or frozen underlying course. When more than one layer is required, the construction procedure described herein shall apply similarly to each layer. The Engineer shall make tests to determine the maximum density and the proper moisture content of the base material, and this information will be available to the Contractor. The base material shall have a satisfactory moisture content when rolling is started, and any minor variations prior to or during rolling shall be corrected by sprinkling or aeration, if necessary. During the placing and spreading, sufficient caution shall be exercised to prevent the incorporation of subgrade, subbase, or shoulder material in the base course mixture. 209-3.6 FINISHING AND COMPACTING. After spreading, the crushed aggregate shall be thoroughly compacted by rolling. The rolling shall progress gradually from the sides to the center of the lane under construction, or from one side toward previously placed material by lapping uniformly each preceding rear -wheel track by one-half the width of such track. Rolling shall continue until the entire area of the course has been rolled by the rear wheels. The rolling shall continue until the stone is thoroughly set, the interstices of the material reduced to a minimum, and until creeping of the stone ahead of the roller is no longer visible. Rolling shall contihue until the base material has been compacted to not less than 95% of the maximum density at optimum moisture, as determined by the Modified Standard Compaction Test AASHTO T-180. Blading and rolling shall be done alternately, as required or directed, to obtain a smooth, even, and uniformly compacted base. The course shall not be rolled when the underlying course is soft or yielding or when the rolling causes undulation in the base course. When the rolling develops irregularities that exceed 3/8 inch when tested with a 16 -foot straightedge, the irregular surface shall be loosened, refilled with the kind of material as that used in constructing the course, and rolled again as required. In areas inaccessible to rollers, the base course material shall be tamped thoroughly with mechanical tampers. The sprinkling during rolling, if necessary, shall be in the amount and by equipment approved by the Engineer. FAA Standard Specifications - 29 Is a ` A1ED [I • • • • i s 209-3.7 SURFACE TEST. After the course has been completely compacted, the surface shall e tested for smoothness and accuracy of grade and crown. Any portion lacking the required smoothness or failing in accuracy of grade or crown shall be scarified, reshaped, recompacted, and otherwise manipulated as the Engineer may direct until the required smoothness and accuracy are obtained. The finished surface shall not vary more than 3/8 inch from a 16 -foot straightedge when applied to the surface parallel with, and at right angles to, the centerline. 209-3.8 THICKNESS. The thickness of the base. course may be verified by depth tests or cores taken at intervals in such a manner that each test shall represent. no more than 300 square yards. When the base deficiency is more than 1/2 inch, the Contractor shall correct such areas by scarifying, adding satisfactory base material, rolling, sprinkling, reshaping, and finishing in accordance with these Specifications. The Contractor shall replace, at his expense, the base material where borings have been taken for test purposes. 209-3.9 PROTECTION. Work on the base course shall not be accomplished during freezing temperatures nor when the subgrade is wet. When the aggregates contain frozen materials or when the underlying course is frozen, the construction shall be stopped. Hauling equipment may be routed over completed portions of the base course, provided no damage results and provided that such equipment is routed over the full width of the base course to avoid rutting or uneven compaction. However, the Engineer in charge shall have full and specific authority to stop all hauling over completed or partially completed base course when, in his opinion, such hauling is causing damage. Any damage resulting to the base course from routing equipment over the base course shall be repaired by the Contractor at his own expense. 209-3.10 MAINTENANCE. Following the completion of the base course, the Contractor shall perform all maintenance work necessary to keep the base course in a condition satisfactory for priming. After priming, the surface shall be kept clean and free from foreign material. The base course shall be properly drained at all times. If cleaning is necessary, or if the prime coat becomes disturbed, any work or restitution necessary shall be performed at the expense of the Contractor. METHOD OF MEASUREMENT 209-4.1 The quantity of crushed aggregate base course to be paid for shall be the number of tons (2,000 lbs.) of material placed, bonded, and accepted in the completed base course. The quantity of base course material shall be determined by weight tickets accompanying each truck of base material, said tickets being surrendered to the Engineer not less frequently than once per day. Thickness measurements indicating a base course thickness up to 1/2 -inch above the plan depth shall result in the adjusting the pay quantity by assuming a compacted weight of base material of 144 pounds per cubic foot (the FAA Standard Specifications - 30 L� IN COPPO FATED ufLE .OQ F..FMFVILLE i. intent is to preclude payment to the Contractor for SB-2 material placed in excess of 1/2 inch thicker than the required course thickness). [7 BASIS OF PAYMENT 209-5.1 Payment shall be made at the Contract unit price per ton for crushed aggregate base course. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: I. I• If I! 1• I• Bid Item No. 10 Crushed Aggregate Base Course, per ton FAA Standard Specifications - 31 I• ©F� BBkATED uttu .a. nrmevnu i. I• I• I• I• 1• 1• I• I• P-401 BITUMINOUS SURFACE COURSE (Central Plant Hot Mix) DESCRIPTION 401-1.1 This item shall consist of a surface course composed of mineral aggregate and bituminous material mixed in a central mixing plant and placed on a prepared course in accordance with these Specifications and shall conform to the lines, grades, thicknesses, and typical cross sections shown on the Plans. Each course shall be constructed to the depth, typical section, or elevation required by the Plans and shall be rolled, finished, and approved before the placement of the next course. MATERIALS 401-2.1 AGGREGATE. Aggregates shall consist of crushed stone or crushed gravel with or without sand or other inert finely divided mineral aggregate. The portion of materials retained on the No. 8 sieve shall be known as coarse aggregate, the portion passing the No. 8 sieve and retained on the No. 200 sieve as fine aggregate, and the portion passing the No. 200 sieve as mineral filler. (a) Coarse Aggregate. durable particles, free from other deleterious substances. tested in accordance with AS loss exceed 12 percent, after C88. Coarse aggregate shall consist of sound, tough, adherent coatings of clay, organic matter, and It shall show no more wear than 45 percent when TM C131, nor shall the sodium sulfate soundness five cycles, when tested in accordance with ASTM Crushed aggregate shall contain at least 75 percent by weight of crushed pieces having two or more fractured faces. The area of each face shall be equal to at least 75 percent of the smallest midsectional area of the piece. When two fractures are contiguous, the angle between planes of fractures shall be at least 30 degrees to count as two fractured faces. The aggregate shall not contain more than 8 percent, by weight, of flat or elongated pieces. A flat particle is one having a ratio of width to thickness greater than five; an elongated particle is one having a ratio of length to width greater than five. (b) Fine Aggregate. Fine aggregate shall consist of clean, sound, durable, angular particles produced by crushing stone, or gravel that meets the requirements for wear and soundness specified for coarse aggregate. The aggregate particles shall be free from coatings of clay, silt, or other FAA Standard Specifications - 32 I• © INCO TED unit .'X. ..VlTIVY4 I. objectionable matter and shall contain no clay balls. The fine aggregate, including any blended filler, shall have a plasticity index of not more than six when tested in accordance with ASTM D 424, and a liquid limit of not more than 25 when tested in accordance with ASTM D 423. If necessary to obtain the gradation of aggregate blend or workability, natural sand may be used. The amount of sand to be added will be adjusted to produce mixtures conforming to requirements of this Specification but in no case shall the total percentage of natural sand exceed 12% of the total aggregate. I. I• i. I. I. 1• 10 (c) Sampling and Testing. All aggregate samples required for testing shall be furnished by t�tractor. ASTM D 75 shall be used in sampling coarse aggregate and fine aggregate, and ASTM C 183 shall be used in sampling mineral filler. All tests for initial aggregate submittals necessary to determine compliance with requirements specified herein will be made by the Engineer at no expense to the Contractor. Costs for testing additional sources shall be borne by the Contractor. Sampling will be observed and supervised by the Engineer. No aggregate shall be used in the production of mixtures without prior approval. (d) Sources of Aggregates. Sources of aggregates shall be selected well in advance of the time the materials are required in the work. When the aggregates are obtained from a previously approved source or an existing source producing aggregates that has a satisfactory service record in airport bituminous pavement construction for at least five years, samples shall be submitted 14 days prior to start of production. An observation of the producer's operation may be made by the Engineer. When new sources are to be developed, the Contractor shall indicate the sources and shall submit a plan for operation 30 days in advance of starting production. Samples from test pits, borings, and other excavations shall be submitted at the same time. Approval of the source of aggregate does not relieve the Contractor in any way of the responsibility for delivery at the job site of aggregates that meet the requirements specified herein. (e) Samples of Aggregates. Samples the Contractor at the start of production of bituminous mixtures. The intervals designated by the Engineer. The samples specific lots of aggregates from the stand this section. of aggregates shall be furnished by and at intervals during production and points of sampling will be will be the basis of approval of point of the quality requirements of 401-2.2 FILLER. If filler, in addition to that naturally present in the aggregate, is necessary, it shall meet the requirements of ASTM D 242. 401-2.3 BITUMINOUS MATERIAL. Unless otherwise approved by the Engineer, asphaltic cement penetration grade 85-100 shall be utilized for this project. Maximum mixing temperature shall be 325°F. FAA Standard Specifications - 33 1• © TED Intl .x. ...mntaa .i The Contractor shall furnish vendor's certified test reports for each carload or equivalent of bitumen shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall be the basis for final acceptance. COMPOSITION • • C 0 C i • • 401-3.1 COMPOSITION OF MIXTURE. The bituminous plant mix shall be composed of a mixture of aggregate, filler if required, and bituminous material. The several aggregate fractions shall be sized, uniformly graded, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula. 401-3.2 JOB MIX FORMULA. No bituminous mixture for payment shall be produced until a job mix formula has been approved by the Engineer. The formula shall be submitted in writing by the Contractor to the Engineer at least 15 days prior to the start of paving operations and shall indicate the definite percentage of each sieve fraction of aggregate, the percentage of bitumen, and the temperature of the completed mixture when discharged from the mixer. All test data used to develop the job mix formula shall also be submitted. The job mix formula for each mixture shall be in effect until modified in writing by the Engineer. Should a change in sources of materials be made, a new job mix formula shall be. established before the new material is used. The bituminous mixture shall be designed using procedures contained in Chapter III, MARSHALL METHOD OF MIX DESIGN, of the Asphalt Institute's Manual Series No. 2 (MS -2), current edition, and shall meet the requirements of Table 2. The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory screens, will conform to the gradation or gradations specified in Table 3, when tested in accordance with ASTM Standard C 136 (dry sieve only). The percentage by weight for the bituminous material shall be within the limits specified. FAA Standard Specifications - 34 • TED m•[.pp ..v,rt[n0.1 i• TABLE 2. MARSHALL DESIGN CRITERIA Test Property I• I0 1• Number of blows 50 Stability, minimum pounds, (newtons) 1000 (4450) Flow, 0.01 in. 7-16 Percent air voids 3-5 Percent voids in mineral aggregate 14 Sieve Size TABLE 3. AGGREGATE -BITUMINOUS SURFACE COURSE Percentage by Weight Passing Sieves 3/4 in. 100 1/2 in. 85-97 No. 4 55-75 No. 10 40-55 No. 40 20-32 No. 80 8-20 No. 200 4-10 I0 I• 1• 10 Bitumen percent: Stone or gravel Slag The gradation in Table 3 suitability of aggregate fc as finally selected, shall Table 3 and shall not vary on the adjacent sieve, or coarse to fine. 5.0 - 7.5 6.5 - 9.5 represents the limits which shall determine the it use from the sources of supply. The aggregate, have a gradation within the limits designated in from the low limit on one sieve to the high limit vice versa, but shall be uniformly graded from The job mix tolerances shown hereafter in Table 4 shall be applied to the job mix formula to establish a job control grading band. The full job control FAA Standard Specifications - 35 1• k!1 So�+TED urtu .a. nrpnniui li 1• II I0 I0 1. tolerances still will apply if application of the job mix tolerances in a job control grading band outside the master grading band. TABLE 4. JOB MIX FORMULA TOLERANCES Material Aggregate passing Nos. 4 and 10 Aggregate passing No. 40 sieve Aggregate passing No. 200 sieve Bitumen Temperature of mix sieves or larger results Tolerance Plus or Minus 5 percent 4 percent 2 percent 0.40 percent 20 degrees F The aggregate gradation may be adjusted within the limits of Table 3, as directed, without adjustments in the Contract unit prices. Should a change in sources of materials be made, a new job mix formula shall be established before the new material is used. Deviation from the final approved design for bitumen content and gradation of aggregates shall not be greater than the tolerances permitted and shall be based on daily plant extraction. Extraction tests for bitumen content and aggregate gradation will be made at least twice daily. The mixture will be tested for bitumen content in accordance with ASTM D2172 and for aggregate gradation in accordance with AASHTO T 30. Tests on Marshall specimens shall be made at control. The mixture shall comply with th tested in accordance with the Marshall method III of the Asphalt Institute's Manual Series Failure to meet the design criteria will be production until the problem is identified rejection of the material will not be based percent voids in the mineral aggregate. least once daily to retain job e prescribed requirements when procedures contained in Chapter No. 2 (MS -2), current edition. cause for the Engineer to halt and corrected. Acceptance or on stability, flow, voids, or If the index of retained strength of the specimens of composite mixture, as determined by ASTM D 1075, is less than 75, the aggregates shall be rejected or the asphalt shall be treated with an approved antistripping agent. The amount of antistripping agent added to the asphalt shall be sufficient to produce an index of retained strength of not less than 75. 401-3.3 TEST SECTION. Prior to full production, the Contractor shall prepare a quantity of bituminous mixture according to the job mix formula. The amount of mixture should be sufficient to construct a test section at least 50 feet long and 20 feet wide placed in two sections and shall be of the same depth FAA Standard Specifications - 36 1• © $C&TED .,fl,,.a. ..f,,, LI I • 6 • •,: • • [, 0 specified for the construction of the course which it represents. The underlying grade or pavement structure upon which the test section is to be constructed shall be the same as the remainder of the course represented by the test section. The equipment used in construction of the test section shall be the same type and weight to be used on the remainder of the course represented by the test section. If the test section should prove to be unsatisfactory, the necessary adjustments to the mix design, plant operation, and or rolling procedures shall be made. Additional test sections, as required, shall be constructed and evaluated for conformance to the Specifications. When test sections do not conform to Specification requirements, the pavement shall be removed and replaced at the Contractor's expense. Full production shall not begin without approval of the Engineer. Test sections will be paid for in accordance with Section 401-6.1. CONSTRUCTION METHODS 401-4.1 WEATHER LIMITATIONS. The bituminous mixture shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than 45°F. The temperature requirements may be waived, but only when so directed by the Engineer. 401-4.2 BITUMINOUS MIXING PLANT. If the supplier is equipped with an automated plant the automation feature shall be used in the production of bituminous material for the project. If the supplier is equipped with a recordation feature, it also shall be used. Sufficient storage space shall be provided for each size of aggregate. The different aggregate sizes shall be kept separated until they have been delivered to the cold elevator feeding the drier. The storage yard shall be neat and orderly, and the separate stockpiles shall be readily accessible for sampling. Plants used for the preparation of bituminous mixtures shall conform to all requirements stated under (a), except that scale requirements shall apply only where weight proportioning is used. In addition, batch mixing plants shall conform to the requirements under (b), continuous mixing plants shall conform to the requirements under (c), and drum mixers shall conform to the requirements stated hereinafter under (d). (a) Requirements for All Plants. Mixing plants shall be of sufficient capacity to adequately handle the proposed bituminous construction. (1) Plant scales. Scales shall be accurate to 0.5 percent of the required load. Poises be designed to be locked in any position to prevent unauthorized change of position. In lieu of plant and truck scales, the Contractor may provide an approved automatic printer system to print the weights of the material delivered, provided the system is used in conjunction with an approved automatic batching and mixing control system. Such weights shall be evidenced by a weight ticket for each load. Scales shall be FAA Standard Specifications - 37 •. © � pvv�+ATTED un.e.nct n.,nmuic I• I• I• 1• 1• 1• I• 1• inspected for accuracy and sealed as often as the Engineer may deem necessary. The Contractor shall have on hand not less than ten 50 -pound weights for testing the scales. (2) Equipment for preparation the storage of bituminous material shal material at the required temperatures. approved means so that flames will not system for the bituminous material shal continuous circulation during the operat for measuring quantities and for sampling of bituminous material. Tanks for I be equipped to heat and hold the Heating shall be accomplished by contact the tank. The circulating 1 be designed to assure proper and ing period. Provision shall be made the material in the storage tanks. (3) Cold Feeders. The plant shall be provided with accurate mechanical or electrical means for uniformly feeding the aggregates into the drier to obtain uniform production and temperature. When added mineral filler is specified, a separate bin and feeder shall be furnished with its drive interlocked with the aggregate feeders. (4) Drier. The plant shall include a drier(s) which continuously agitates the aggregate during the heating and drying process. (5) Screens. Plant screens, capable of screening all aggregates to the specified sizes and proportions and having normal capacities in excess of the full capacity of the mixer, shall be provided. (6) Bins. The plant shall include storage bins of sufficient capacity to supply a mixer operating at full capacity. Bins shall be arranged to assure separate and adequate storage of appropriate fractions of the mineral aggregates. When used, separate dry storage shall be provided for filler or hydrated lime, and the plant shall be equipped to feed such material into the mixer. Each bin shall be provided with overflow pipes of such size and at such location to prevent backup of material into the compartments or bins. Each compartment shall be provided with its individual outlet gate to prevent leakage. The gates shall cut off quickly and completely. Bins shall be constructed so that samples may be obtained readily. Bins shall be equipped with adequate tell -tale devices which indicate the position of the aggregates in the bins at the lower quarter points. (7) Bituminous control unit. Satisfactory means, either by weighing or metering, shall e provided to obtain the specified amount of bituminous material in the mix. Means shall be provided for checking the quantity or rate of flow of bituminous material into the mixer. (8) Thermometric equipment. An armored thermometer of adequate range shall be placed in the bituminous feed line at a suitable location near the charging valve of the mixer unit. The plant shall also be equipped with an approved thermometric instrument placed at the discharge chute of the drier to indicate the temperature of the heated aggregates. The Engineer may require replacement of any thermometer by an approved temperature -recording apparatus for better regulation of the temperature of aggregates. FAA Standard Specifications - 38 1• ©1 ttTED .mLt O" FIVFM Lt i• I• I• I• Is 1W. I• 1• I• (9) Dust collector. The plant shall be equipped with a dust collector to waste any material collected or to return all or any part of the material uniformly to the mixture as directed. (10) Truck scales. Unless an automatic batching plant with automatic printers is used, the bituminous mixture shall be weighed on approved scales furnished by the Contractor or on public scales at the Contractor's expense. Scales shall be inspected for accuracy and. sealed as often as the Engineer deems necessary. (11) Safety requirements. Adequate and safe stairways to the mixer platform and sampling poins shall be provided, and guarded ladders to other plant units shall be placed at all points where accessibility to plant operations is required. Accessibility to the top of truck bodies shall be provided by a suitable device to enable the Engineer to obtain sampling and mixture temperature data. Means shall be provided to raise and lower scale calibration equipment, sampling equipment, and other similar equipment between the ground and the mixer platform. All gears, pulleys, chains, sprockets, and other dangerous moving parts shall be thoroughly guarded. Ample and unobstructed passage shall be maintained at all times in and around the truck loading area. This area shall be kept free of drippings from the mixing platform. (12) Testing Laboratory. The Contractor or producer shall provide a testing laboratory for control and acceptance testing functions during periods of mix production, sampling, and testing and whenever materials subject to the provisions of these specifications are being supplied or tested. The laboratory shall provide adequate equipment, space, and utilities as required for the performance of the specified tests. (b) Requirements for Batching Plants. (1) Weigh box or hopper. The equipment shall include a means for accurately weighing each size of aggregate in a weigh box or hopper of ample size to hold a full batch without hand raking or running over. The gate shall close tightly so that no material is allowed to leak into the mixer while a batch is being weighed. (2) Bituminous control. The equipment used to measure the bituminous material shall e accurate to within ±0.5 percent. The bituminous material bucket shall be of a nontilting type with a loose sheet metal cover. The length of the discharge opening or spray bar shall be not less than three -fourths the length of the mixer and it shall discharge directly into the mixer. The bituminous material bucket, its discharge valve(s), and spray bar shall be adequately heated. Steam jackets, if used, shall be efficiently drained, and all connections shall be so constructed that they will not interfere with the efficient operation of the bituminous scales. The capacity of the bituminous material bucket shall be at least 15 percent in excess of the weight of bituminous material required in any batch. The plant shall have FAA Standard Specifications - 39 I• ©RlTED .mu not' urtmva.e I• an adequately heated, quick -acting, nondrip charging valve located directly over the bituminous material bucket. I• I• r I• G I• 1• 1• I. The indicator dial shall have a capacity of at least 15 percent in excess of the quantity of bituminous material used per batch. The controls shall be constructed to lock at any dial setting and automatically reset to that reading after each additional batch of bituminous material. The dial shall be in full view of the mixer operator. The flow of bituminous material shall be automatically controlled to begin when the dry mixing period is over. All of the bituminous material required for one batch shall be discharged in not more than 15 seconds after the flow has begun. The size and spacing of the spray -bar openings shall provide a uniform application of bituminous material the full length of the mixer. The section of the bituminous line between the charging valve and the spray bar shall have a valve and outlet for checking the meter when a metering device is substituted for a bituminous material bucket. (3) Mixer. The batch mixer shall •be an approved type capable of producing a uniform mixture within the job mix tolerances. If not enclosed, the mixer box shall be equipped with a dust hood to prevent loss of dust. The clearance of blades from all fixed and moving parts shall not exceed 1 inch. (4) Control of mix1n9 time. The mixer shall be equipped with an accurate time lock to control the operations of a complete mixing cycle. It shall lock the weigh -box gate after the charging of the mixer and keep it locked until the closing of the mixer gate at the completion of the cycle. It shall lock the bituminous material bucket throughout the dry mixing period and shall lock the mixer gate throughout the dry and wet mixing periods. The dry mixing period is defined as the interval of time between the opening of the weigh -box gate and the introduction of bituminous material. The wet mixing period is the interval of time between the introduction of bituminous material and the opening of the mixer gate. The timing control shall be flexible and shall be capable of settings of 5 -second intervals or less throughout a 3 -minute cycle. A mechanical batch counter shall be installed as a part of the timing device and shall be designed to register only completely mixed batches. The setting of time intervals shall be at the direction of the Engineer who shall then lock the case covering the timing device until a change is made in the timing periods. (c) Requirements for Continuous Mix Plants. (1) Aggregate proportioning. The plant shall include means for accurately proportioning each size of aggregate. The plant shall have a feeder mounted under each compartment bin. Each compartment bin shall have an accurately controlled individual gate to form an orifice for the volumetric measuring of material drawn from each compartment. FAA Standard Specifications - 40 I. © AGED tint. x. .AVMFVkU I• The feeding orifice shall be rectangular with one dimension adjustable by positive mechanical means and provided with a lock. I0 I• I• C; Ii Indicators shall be provided for each gate to show the respective gate opening in inches. (2) Weight calibration of aggregate feed. The plant shall include a means for calibration of gate openings by weighing test samples. Provision shall be made so that materials fed out of individual orifices may be bypassed to individual test boxes. The plant shall be equipped to conveniently handle individual test samples of not less than 200 pounds. Accurate scales shall be provided by the Contractor to weigh such test samples. (3) Sychronization of Satisfactory means shall be pro% between the flow of aggregate material from the meter or other by interlocking mechanical means to the Engineer. and bituminous material feed iaea to attora positive interlocking control from the bins and the flow of bituminous proportioning device. This control shall be or by any other positive method -satisfactory (4) Mixer. The plant shall include an approved continuous mixer adequately heated and capable of producing a uniform mixture within the job mix tolerances. It shall be equipped with a discharge hopper with dump gates to permit rapid and complete discharge of the mixture. The paddles shall be adjustable for angular position on the shafts and shall be reversible to retard the flow of the mix. The mixer shall have a manufacturer's plate giving the net volumetric contents of the mixer at the several heights inscribed on a permanent gauge. Charts shall be provided showing the rate of feed per minute for each aggregate used. (d) Requirements for Drum Mixers. (1) Exclusions. Paragraphs 401-4.2(a)(4) through 401-4.2(a)(9) do not apply to drum mixers. (2) Aggregate delivery system. An automatic plant shutoff shall be provided to operate a any aggregate bin becomes empty. Provisions shall be provided for conveniently sampling the full flow of materials from each cold feed and the total cold feed. Total cold feed shall be weighed continuously. The weighing system shall have an accuracy of 0.5 percent when tested for accuracy. The plant shall provide positive weight control of the cold aggregate feed by use of a belt scale, or other appropriate device, which will automatically regulate the feed gate and permit instant correction of variations in load. The cold feed flow shall be automatically coupled with the asphalt flow to maintain the required proportions of each material. Provisions shall be made for introducing the moisture content of the cold feed aggregates into the belt weighing signal and correcting wet aggregate weight to dry aggregate weight. Screens or other suitable devices which will reject oversize particles or lumps of aggregate that have been cemented together FAA Standard Specifications - 41 I ©O TED 'Int,.pp. .vMEmLl I• shall be installed in the feeder mechanism between the bins and the dryer drum. I• I• I. I• I• 1• I• Dry weight of the aggregate flow shall be displayed digitally in appropriate units of weight and time and totalized. (3) Bituminous material and additive delivery systems. Satisfactory means of metering shall be provided to introduce the proper amount of bituminous material and additives into the mix. Delivery systems shall prove accurate to plus or minus 1 percent when tested for accuracy. The bituminous material and additive delivery shall be interlocked with the aggregate weight. The bituminous material and additive flow shall be displayed digitally in appropriate units of volume (or weight) and time shall be totalized. (4) Thermometric equipment. A recording thermometer of adequate range shall be located indicate the temperature of the bituminous material in storage. The plant shall also be equipped with approved recording thermometers, pyrometers, or other approved recording thermometric instruments at the discharge chute of the drum mixer. (5) Drum mixer. A drum mixer of satisfactory design shall be provided. It shall be capable of drying and heating the aggregate to the moisture and temperature requirements set forth in the paving mixture requirements and capable of producing a uniform mixture. If the quality requirements of Section 401-3.2 cannot be met, the Contractor will be required to utilize either batch or continuous mix plants. (6) Temporary storage of bituminous mixture. Use of surge bins or storage bins for temporary storage of hot bituminous mixtures will be permitted as follows: (a) The bituminous mixture may be stored in surge bins for a period of time not to exceed 3 hours. (b) The bituminous mixture may be stored in insulated and heated storage bins for a period of time not to exceed 12 hours, provided an inert gas atmosphere is maintained in the bin during the storage period. If the Engineer determines that there is an excessive amount of heat loss, segregation and/or oxidation of the mixture due to temporary storage, use of surge bins or storage bins will be discontinued. (e) Inspection of Plant. The Engineer or his authorized representative shall have access, at all times, to all parts of the paving plant for checking adequacy of equipment; inspecting operation of the plant; verifying weights, proportions, and character of materials; and checking the temperatures maintained in the preparation of the mixtures. FAA Standard Specifications - 42 1• L.1L1=111ATEO .mu .q. ...,nwnu • • 401-4.3 HAULING EQUIPMENT. Trucks used for hauling bituminous mixtures shall have tight, clean, smooth metal beds. To prevent the mixture from adhering to them, the beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other approved material. Each truck shall have a suitable cover to protect the mixture from adverse weather. When necessary, so that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated and covers shall be securely fastened. 401-4.4 BITUMINOUS PAVERS. Bituminous pavers shall be self-contained, power -propelled units with an activated screed or strike -off assembly, heated if necessary, and shall be capable of spreading and finishing courses of bituminous plant mix material which will meet the specified thickness, smoothness, and grade. Pavers used for shoulders and similar construction shall be capable of spreading and finishing courses of bituminous plant mix material in widths shown on the Plans. • • • • • • The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation. The hopper shall be equipped with a distribution system to place the mixture uniformly in front of the screed. The screed or strike -off assembly shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. The paver shall be capable of operating at forward speeds consistent with satisfactory laying of the mixture. If an automatic grade control device is used, the paver shall be equipped with a control system capable of automatically maintaining the screed elevation as specified herein. The control system shall be automatically actuated from either a reference line or surface through a system of mechanical sensors or sensor -directed mechanisms or devices which will maintain the paver screed at a predetermined transverse slope and at the proper elevation to obtain the required surface. The controls shall be capable of working in conjunction with any of the following attachments: (a) Sky -type device of not less than 30 feet in length or as directed by the Engineer. (b) Taut stringline (wire) set to grade. (c) Short ski or shoe. 401-4.5 ROLLERS. Rollers may be of the vibratory, steel wheel, or pneumatic -tired type. They shall be in good condition, capable of reversing without backlash, and operating at slow speeds to avoid displacement of the bituminous mixture. The number, type, and weight of rollers shall be sufficient to compact the mixture to the required density without detrimentally affecting the compacted material. FAA Standard Specifications - 43 ©CDP ATED urtLe.OL& uRn[nut I• 401-4.6 PREPARATION OF BITUMINOUS MATERIAL. The bituminous material shall be heated to the specified temperature in a manner that will avoid local overheating and provide a continuous supply of the bituminous material to the mixer at a uniform temperature. The temperature of the bituminous material delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles, but shall not exceed the applicable maximum temperature set forth hereinbefore and not be more than 25°F above the temperature of the aggregate as specified in Section 401-4.7. 401-4.7 PREPARATION OF MINERAL AGGREGATE. The aggregate for the mixture shall be dried and heated to the temperature designated by the job formula within the job tolerance specified. The maximum temperature and rate of heating shall be such that no permanent damage occurs to the aggregates. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability. 1• 1• I• I• 1• 1• 401-4.8 PREPARATION OF BITUMINOUS MIXTURE. The aggregates and the bituminous material shall be measured or gauged and introduced into the mixer in the amount specified by the job mix formula. The combined materials shall be mixed until a complete and uniform coating of the particles and a thorough distribution of the bituminous material throughout the aggregate are secured. Wet mixing time shall be approved by the Engineer for each plant and for each type aggregate used. Normally, the mixing time after introduction of bituminous material should not be less than 30 seconds. For continuous mix plants, the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. Mixing time (seconds) = Pugmill dead capacity in pounds Pugmill output in pounds per second 401-4.9 TRANSPORTING, SPREADING, AND FINISHING. The mixture shall be transported rom the mixing plant to the point of use in vehicles conforming to the requirements of Section 401-4.3. Deliveries shall be scheduled so that spreading and rolling of all mixture prepared for one day's run can be completed during daylight, unless adequate artificial lighting is provided. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to atmospheric temperature. Immediately before placing the bituminous mixture, the underlying course shall be cleared of all loose or deleterious material with power blowers, power brooms, or hand brooms as directed. The mix shall be placed at a temperature of not less than 225°F when asphalt cement is used. FAA Standard Specifications - 44 1• © Ed%EE° .mu .x. ...m,v LE i• [7 I• I• I• I• I• r 1• Upon arrival, the mixture shall be spread to the full width by an approved bituminous paver. It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and shall conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the bituminous mat. Unless otherwise directed, placing shall begin along the centerline of areas to be paved on a crowned section or on the high side of areas with a one-way slope. The mixture shall be placed in consecutive adjacent strips having a minimum width of 10 feet, except where edge lanes require strips less than 10 feet to complete the area. The longitudinal joint in one layer shall offset that in the layer immediately below by at least 1 foot; however; the joint in the top layer shall be at the centerline of the pavement. Transverse joints in one layer shall be offset by at least 2 feet from transverse joints in the previous layer. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet. On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the mixture may be spread, raked, and luted by hand tools. 401-4.10 COMPACTION OF MIXTURE. After spreading, the mixture shall be thoroughly and uniformly compacted with power rollers. Rolling of the mixture shall begin as soon after spreading as it will bear the roller without undue displacement or hair checking. Rolling shall be initiated with the drive wheel toward the paving machine. The sequence of rolling for the first paving lane should be to first roll the lower edge (with reference to the transverse slope) of the lane and then roll the upper edge. The interior of the lane should then be rolled from the lower side toward the upper with overlapping roller paths. On adjoining paving lanes rolling shall begin by overlapping the joint (with the previous lane) by 6 to 8 inches and then rolling the outside edge of the new lane. The interior is rolled from the outside edge toward the compacted joint with overlapping wheel paths. Alternate paths of the roller shall be of slightly different lengths. The speed of the roller shall, at all times, be displacement of the hot mixture. Any displacemen reversing the direction of the roller, or from corrected at once by rakes and fresh mixture. Sufficient rollers shall be furnished to handle Rolling shall continue until all roller marks are of uniform texture and true to grade and cross field density is obtained. sufficiently slow to avoid t occurring as a result of any other cause, shall be the output of the plant. eliminated, the surface is section, and the required To prevent adhesion of the mixture to the roller, the wheels shall be kept properly moistened, but excessive water will not be permitted. In areas not accessible to the roller, the mixture shall be thoroughly compacted with hot hand tampers. FAA Standard Specifications - 45 1• cIN POAATED .m�noc. ....^EttY I• I• I• I• r I• I• Ie 1• 1. Any mixture which becomes loose and broken, mixed with dirt, or in anyway defective shall be removed and placed with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. 401-4.11 JOINTS. The formation of all joints shall be made in such a manner as to ensure a continuous bond between old and new sections of the course. All joints shall present the same texture, density, and smoothness as other sections of the course. The roller shall not pass over the unprotected end of the freshly laid mixture except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a bulkhead or by tapering the course, in which case the edge shall be cut back to its full depth and width on a straight line to expose a vertical face. In both methods all contact surfaces shall be given a tack coat of bituminous material before placing any fresh mixture against the joint. Longitudinal joints which are irregular, damaged, or otherwise defective shall be cut back to expose a clean, sound surface for the full depth of the course. All contact surfaces shall be given a tack coat of bituminous material prior to placing any fresh mixture against the joint. 401-4.12 SHAPING EDGES. While the surface is being compacted and finished, the Contractor shall carefully trim the outside edges of the pavement to the proper alignment. Edges so formed shall be beveled while still hot with the back of a rake or a smoothing iron and thoroughly compacted by tampers or by other satisfactory methods. 401-4.13 ACCEPTANCE SAMPLING AND TESTING OF BITUMINOUS MIXTURE (COMPACTION). Bituminous concrete will be accepted for density on a lot basis. A lot will consist of 1000 tons and will be divided into 4 equal sublots. One test shall be made for each sublot. Compaction of the test section, described in Section 401-3.3, shall be continued until no discernible increase in density can be obtained by additional rolling. Upon completion of compaction, the mean density of the test section shall be determined by averaging the results of 10 nuclear density tests taken at randomly selected sites within the test section. The nuclear density shall then be correlated with the density of cored samples. If the mean density of the test section, determined from cored samples, is at least 94 percent of the average density of laboratory -compacted specimens, as determined by testing procedures contained elsewhere in these Specifications, the remainder. of the course which the test section represents will be accepted on the basis of nuclear tests without further correlation by cores. If the mean density is less than 94 percent, the Engineer may order the construction of another test section. A new test section may also be ordered by the Engineer or required by the Contractor when: FAA Standard Specifications - 46 1• ©aTED unu .pp. ..rtrtrvx.e I• r. I• I• 1• Cr I• I• (a) A change in the material or job mix formula is made. (b) Ten days of production have been accepted without construction of a new test section. (c) There is reason to believe that the test section density is not representative of the material being placed. 401-4,14 SURFACE TESTS. Tests for conformity with the specified crown and grade shall be made by the. Contractor immediately after initial compression. Any variation shall be corrected by the removal or addition of materials and by continuous rolling. The finished surface shall not vary more than 1/4 inch for the surface course when tested with a 16 -foot straightedge applied parallel with; or at right angles to, the centerline. After the completion of final rolling, the smoothness of the course shall again be tested; humps or depressions exceeding the specified, tolerances shall be immediately corrected by removing the defective work and replacing with new material, as directed by the Engineer. This shall be done at the Contractor's expense. The finished surfaces of bituminous courses shall not vary from the gradeline, elevations, and cross sections shown on the Contract drawings by more than 1/2 inch. The Contractor shall correct pavement areas varying in excess of this amount by removing and replacing the defective work. Skin patching will not be permitted. METHOD OF MEASUREMENT 401-5.1 Plant mix bituminous concrete pavement shall be measured by the number of tons of bituminous mixture used in the accepted work. Recorded batch weights or truck scale weights will be used to determine the basis for the tonnage. Separate weight tickets shall be provided for each truck load of material delivered to the project and accepted by the Engineer. All tickets shall be surrendered to the Engineer's representative a minimum of once daily. FAA Standard Specifications - 47 1• ©CO ATED .mu.oc. nmrrvue U BASIS FOR PAYMENT I• I• n 1• [7 1• I• 1• [7 401-6.1 Payment for bituminous surface course shall be made at the Contract unit price per ton. The price shall be full compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Bid Item No. 13 Bituminous Surface Course, per ton FAA Standard Specifications - 48 U © COR R TED utttVOcl YRREWIM 0 P-602 BITUMINOUS PRIME COAT • a• • • [7 • • • [' DESCRIPTION 602-1.1 This item shall consist of a single application of bituminous material on the prepared crushed stone base course in accordance with this Specification applied at the rate specifiedbelow. The type of bituminous material to be used shall be selected as specified below. 602-1.2 QUANTITIES OF BITUMINOUS MATERIAL. The approximate amount of bituminous material per square yard for the prime coat shall be 0.25 gallons per square yard. MATERIALS 602-2.1 BITUMINOUS MATERIAL. The type, grade, controlling Specification, and application temperature for the bituminous prime coat material are given below. Type and Grade Liquid Asphalt MC-30/SC-70 Specification AASHTO M 81/M -82/M141 CONSTRUCTION METHODS Application Temperatures 120°-160° F. 602-3.1 WEATHER LIMITATIONS. The prime coat shall be applied only when the existing surface is dry or contains sufficient moisture to get uniform distribution of the bituminous material, when the atmospheric temperature is above 60°F., and when the weather is not foggy or rainy. The temperature requirements may be waived, but only when so directed by the Engineer. 602-3.2 EQUIPMENT. The equipment used by the Contractor shall include a self -powered pressure bituminous material distributor and equipment for heating bituminous material. The distributor shall have pneumatic tires of such width and number that the load produced on the surface shall not exceed 650 pounds per inch of tire width and shall be designed, equipped, and operated so that bituminous material at even heat can be applied uniformly on variable widths of surface FAA Standard Specifications - 49 © LD ATED urt(VCC. FAY(WlLLE S 0 • • • • i • • at readily controlled rates from 0.05 to 2.0 gallons per square yard. The material shall be applied within a pressure range from 25 to 65 pounds per square inch and with an allowable variation from any specified rate not to exceed 5%. Distributor equipment shall include a thermometer for reading temperatures of tank contents. 602-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the prime coat, the full width of the surface to be primed shall be swept with a power broom to remove all loose dirt and other objectionable material. The application of the bituminous material shall be made by means of a pressure distributor at the temperature, pressure, and in the amounts directed by the Engineer. Following the application, the primed surface shall be allowed to dry not less than 48 hours without being disturbed or for such additional time as may be necessary to permit the drying out of the prime until it will not be picked up by traffic or equipment. This period shall be determined by the Engineer. The surface shall then be maintained by the Contractor until the surfacing has been placed. Suitable precautions shall be taken by the Contractor to protect the primed surface against damage during this interval; including supplying and spreading any sand necessary to blot up excess bituminous material. 602-3.4 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous materials that the Contractor proposes to use, together with a statement as to their source and character, must be submitted and approved before use of such material begins. The Contractor shall require the manufacturer or producer of the bituminous materials to furnish material subject to this and all other pertinent requirements of the Contract. Only satisfactory materials, so demonstrated by service tests, shall be acceptable. The Contractor shall furnish vendor's certified test rer or equivalent, of bituminous material shipped to the shall be delivered to the Engineer before permission is material. The furnishing of the vendor's certified bituminous material shall not be interpreted as basis All such test reports shall be subject to verification materials received for use on the project. 'orts for each carload, project. The report granted for use of the test report for the for final acceptance. by testing samples of 602-3.5 FREIGHT AND WEIGH BILLS. Before the final estimate is allowed, the Contractor shall file with the Engineer certified weight tickets for the bituminous materials actually used in the construction covered by the Contract. The Contractor shall not remove bituminous material from the storage tank until the initial outage and temperature measurements have been taken by the Engineer, nor shall the tank be released until the final outage has been taken by the Engineer. Copies of freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. FAA Standard Specifications - 50 ©AbTED .m • METHOD OF MEASUREMENT i 0 • • C 0 • 602-4.1 The bituminous prime coat to be paid for shall be the number of gallons of the material used and accepted, corrected to 60°F., in accordance with the temperature -volume correction tables for asphalt and tar materials contained in ASTM 0-1250 and ASTM D-633, respectively. BASIS OF PAYMENT 602-5.1 Payment shall be made at the Contract unit price per gallon for bituminous prime coat. This price shall be full compensation for furnishing all materials and for preparing, delivering, and applying the materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. . Payment will be made under: Bid Item No. 11 Bituminous Prime Coat, per gallon FAA Standard Specifications - 51 © YET SPAATED ortu.a. "IMNn6 P-609 BITUMINOUS SURFACE TREATMENT I• I• 1• 1• 1• 1• I• DESCRIPTION 609-1.1 This item shall consist of a bituminous surface treatment as a wearing course composed of a durable (seal coat) of bituminous material and aggregate cover placed on the prepared primed base or properly cured wearing surface, in accordance with these Specifications, and shall conform to the dimensions and typical cross section shown on the Plans, and with lines and grades established by the Engineer. 609-1.2 QUANTITIES OF MATERIALS PER SQUARE YARD. The amount of materials per square yard for the bituminous surface treatment shall be as provided in Table 1 for the treatment specified on the Plans or in the Special Provisions. TABLE 1. - QUANTITIES OF MATERIALS Materials First Application Bituminous material Aggregate material Second Application Bituminous material Aggregate material MATERIALS Amounts 0.25 gallon per square yard 40 pounds per square yard S4 0.45 gallon per square yard 30 pounds per square yard 609-2.1 AGGREGATE MATERIALS. The aggregate material shall be either crushed stone, crushed gravel, or crushed slag. The cover material shall be screenings; sand may be used when specified. If the material is to be crushed stone, it shall be manufactured from sound, hard, durable rock of accepted quality and crushed to specification size. All strata, streaks, and pockets of clay, dirt, sandstone, soft rock, or other unsuitable material accompanying the sound rock shall be discarded and not allowed to enter the crusher. FAA Standard Specifications - 52 I• N TED LMLEA c9 FAYM vi..[ I• r r I• 1• 1• I• I• 1• 1• If the material is to be crushed gravel, it shall consist of hard, durable, fragments of stone or gravel of accepted quality and crushed to specification size. All strata, streaks, and pockets of sand, excessively fine gravel, clay, or other unsuitable material including all stones, rocks, and boulders of inferior quality shall be discarded and not allowed to enter the crusher. The crushing of the gravel shall result in a product in which the material retained on the separate no. 4, 3/8 inch, and 1/2 inch sieves shall have at least 75% of particles with at' least one fractured face. Crushed slag shall be air cooled, blast furnace slag, reasonably uniform in density and quality, and shall weigh not less than 70 pounds per cubic foot as determined by AASHTO T 19. The crushed aggregate shall not contain more than 8%, by weight, of elongated or flat pieces and shall be free from wood, roots, vegetable, organic, or other extraneous matter. The crushed coarse aggregate shall have a percentage of wear not more than 40 at 500 revolutions, as determined by AASHTO T 96 (Los Angeles Rattler Test). The aggregate shall show no evidence of disintegration nor show a total loss greater than 12% when subjected to five cycles of the sodium sulphate accelerated soundness test specified in AASHTO T 104. The crushed aggregate for the applications shall meet the requirements for gradation given in Table 2 when tested in accordance with AASHTO T 11 and T 27. FAA Standard Specifications - 53 1• © N, ED Lint! PMn i.VEUEY.LL, • C C • • • • • • •' TABLE 2. - REQUIREMENTS FOR GRADATION OF AGGREGATE Aggregate for first application Sieve designation Percentage by weight (square openings) passing sieves 1 inch---------------------------------------- 100 3/4 inch-------------------------------------- 90 - 100 1/2 inch-------------------------------------- 20 - 55 3/8 inch-------------------------------------- 0 - 15 No. 4----------------------------------------- 0 - 5 Aggregate for second application 3/4 inch -------------------------------------- 1/2 inch-------------------------------------- 100 3/8 inch-------------------------------------- 85 - 100 No. 4----------------------------------------- 0 - 30 No. 8----------------------------------------- 0 - 10 No. 100--------------------------------------- 0 - 2 The gradations in the table represent the limits which shall determine suitability of aggregate for use for the specified applications from the sources of supply. The final gradations decided on, within the limits designated in the table, shall be uniformly graded from coarse to fine. The cover aggregate used in the third application shall be a light-colored material whose color and reflectivity shall be approved by the Engineer. The aggregate to be used shall show no evidence of stripping ,or swell when tested in accordance with AASHTO T 182 and T 101. The use of antistrip agents for the control of stripping shall be used if necessary. 609-2.2 BITUMINOUS MATERIAL. The types, grades, controlling specifications, and applicatin temperatures for the bituminous materials are given below. The Engineer shall designate the specific material to be used. FAA Standard Specifications - 54 • © AW`C LED ITLE .a. FAYMEVatE I• I• I• I• I• I• 1• 1• I• 1• Type and Grade Specification Temperature Cutback asphalt RC -800 AASHTO M 81 160° - 225°F. Cationic Emulsified asphalt CRS - 2 AASHTO M 208 75° - 130°F. CONSTRUCTION METHODS 609-3.1 WEATHER LIMITATIONS. Bituminous material shall not be applied to wet aggregate material or during sand, dust, or rain storms. The pavement shall be free of surface moisture during the Contractor's operating periods. In general, it will be the policy not bituminous material when the atmospheric the Engineer may requirement Contractor to material until the atmospheric and satisfactory. No bituminous material sha for during daylight hours. to permit the application of any temperature is less than 70°F. and delay the application of bituminous pavement surface conditions are I1 be placed which cannot be cared 609-3.2 OPERATION OF PITS AND QUARRIES. The aggregate material shall be obtained from approved sources. The Contractor shall make all necessary arrangements for obtaining the material, and all work involved in clearing and stripping pits or quarries and handling unsuitable material shall be performed by the Contractor at his own expense. The material in the pits shall be handled so that a uniform and satisfactory product shall be secured. Unless otherwise directed, pits shall be adequately drained and shall be left in a neat and presentable condition with all slopes dressed uniformly. Quarries shall be left as neat and presentable as practicable. 609-3.3 EQUIPMENT AND ORGANIZATION. Each unit required in the execution of these Specifications shall a under the continuous supervision of a competent superintendent thoroughly experienced in this type of work. Experienced operators will be required on all equipment used in hauling and applying bituminous material and aggregates. All equipment necessary to perform this work properly shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. FAA Standard Specifications - 55 ©EPJ RF�E RATED LI TTLE E ROCK �O /.O.fn{MLLE I• I• I• I• 1• I• I• I• I• 1• The following equipment will be the minimum required for this type of construction, and additional machinery shall be secured if, in the opinion of the Engineer, it is necessary to fulfill the conditions of these Specifications or to complete the item within the time specified: (a) The distributor shall have pneumatic tires of such width and number that the load produced on the pavement surface shall not exceed 650 pounds per inch of tire width and it shall be designed and operated so that bituminous material at even heat may be applied uniformly on variable widths of surface at readily controlled rates from 0.05 to 2.0 gallons per square yard. The bituminous material shall be applied within a pressure range of 25 to 75 pounds per square inch and with an allowable variations from any specified rate not to exceed 5%. Distributor equipment shall include a tachometer, pressure gauges, volume -measuring devices, and a thermometer for reading temperatures, of tank contents. (b) The aggregate spreader shall be adjustable to spread accurately and evenly the required amounts per square yard. (c) The steel -wheel rollers shall be of the self-propelled tandem or three -wheel type rollers. The wheels on the rolelrs shall be equipped with adjustable scrapers which shall be used when necessary to clean the wheel surfaces. Rollers shall be equipped with tanks and sprinkling apparatus which shall be used to keep the wheels wet and prevent the surfacing materials from sticking. (d) The pneumatic roller shall consist of pneumatic tires arranged in a manner to provide a satisfactory compacting unit. The roller shall have an effective rolling width of at least 60 inches and shall give a compression of at least 275 pounds per inch of tread width when fully loaded. (e) A power broom or power blower, broom dragging equipment, and equipment for heating aggregate shall be included, when needed. The Contractor shall supply such auxiliary equipment as needed and all equipment shall meet the approval of the Engineer. Bituminous binder and aggregate shall not be spread over agreater yardage than can be rolled and finished in one day's operation. The yardage over which the binder is spread in advance of placing the aggregate shall be as determined by the Engineer. 609-3.4 PREPARING UNDERLYING COURSE. The surface of the underlying course shall be prepared, shaped, and conditioned to a uniform grade and section, as shown on the Plans and as specified. Loose dirt and other objectionable material shall be removed from the surface. On those type of bases where a prime coat is required and specified, the prime shall be applied and satisfactorily cured before starting the bituminous surface treatment. FAA Standard Specifications - 56 1• EI!i tEo LMLEAK. c.rmfnLLE I• ' I0 I• I• I• 1• 1• When specified, the Contractor shall be required to patch, when premixed material, any holes or other malformations deviating from the true cross section and grade. The premixed material shall be made of the bituminous material specified in the Proposal or Plans and prepared by the method as directed by the Enigneer. All small patches shall be thoroughly hand tamped while the large patches shall be rolled with a power or pneumatic roller. 609-3.5 APPLICATION OF BITUMINOUS MATERIAL. Bituminous material shall be applied upon the properly prepared surface at the rate and temperature specified using a pressure distributor to obtain uniform distribution at all points. To insure proper drainage, the strips shall begin along the centerline fo the pavement on a crowned section or on the high side of the pavement with a one-way slope. During all applications, the surfaces of adjacent structures shall be protected in such manner as to prevent their being spattered or marred. Bituminous materials shall not be discahrged into borrow pits or gutters or upon the airport area. 609-3.6 APPLICATION OF AGGREGATE MATERIAL. Immediately after the application of the bituminous material or when directed, the aggregates at the rate specified for each designated application shall be spread uniformly over the bituminous material with the aggregate equipment specified. Trucks spreading aggregate shall be operated backward so that the bituminous material will be covered before the truck wheels pass over it. The aggregate shall be spread in the same width of application as the bituminous material and shall not be applied in such thickness as to cause blanketing. Back -spotting or sprinkling of additional aggregate material, and pouring additional bituminous material over areas that show up having insufficient cover or bitumne, shall be done by means of a motor -patrol grader equipped with broom moldboard, a broom drag, or a power broom, as directed by the Engineer. Power rollers shall be used immediately after the aggregate is spread. Following the rolling with the steel -wheel roller, the course shall be further rolled with a pneumatic roller to the satisfaction of the engineer to insure proper embedding into the bitumen. The rolling shall be continued until no more aggregate material can be worked into the surface. In the construction of the second and third application, blading with the wire -broom moldboard attachemnt or broom dragging shall begin as soon as possible after the rolling has started and after the surface has set sufficiently to prevent excessive marking. Further blading and rolling on the strip being placed and on adjacent strips previously placed, shall be done as often as necessary to keep the aggregate material uniformly distributed. These perations shall be continued until the surface is evenly covered and cured to the satisfaction of the Engineer. Succeeding applications shall not be applied until the preceding application has set and in no case until at least 24 hours have elapsed. If dust, dirt, or other foreign matter accumulates on the surface between the applications, the Contractor shall be required to sweep and clean the surface as specified herein. The bituminous material and the aggregate shall be spread upon the clean and properly cured surface and handled as required. Extreme care shall FAA Standard Specifications.- 57 U ©1a,flflo I• I• I• I• 1• 1• 1• I• 1• I. be taken in all applications to avoid brooming or tracking dirt or any foreign matter on any portion of the pavement surface under construction. All surplus aggregate from the final application shall be swept off the surface and removed prior to final acceptance of the work. 609-3.7 CORRECTION OF DEFECTS. Any defects, such as raveling, low centers, lack of uniformity, or other imperfections caused by faulty workmanship, shall be corrected to the satisfaction of the Engineer. All defective materials resulting from over -heating, improper handling, or application shall be removed by the Contractor and replaced with approved materials as provided for in these Specifications. 609-3.8 BITUMINOUS MATERIAL CONTRACTOR'S RESPONSIBILITY. Samples of the bituminous materials that the Contractor proposed to use, together with a statement as to their source and character, shall be submitted and approval obtained before use of such materials begins: The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of bitumen shipped to the project. The report shall be delivered to the Engineer before permission is granted for use of the material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as a basis for final acceptance. All such test reports shall be subject to verification by testing. sample materials as received for use on the project. 609-3.9 FREIGHT AND WEIGH BILLS. Before Contractor shall file with the EngineE shipments are made, and certified weight t any other manner, of the bituminous and the construction covered by the Contract bituminous material from the tank car or s and temperature measurements have been to car or tank be released until the final ou the final estimate is allowed the !r receipted bills where railroad )ills when materials are received in covering materials actually used in . The Contractor shall not remove torage tank until the initial outage ken by the Engineer, nor shall the tage has been taken by the Engineer. Copies of all freight bills and weigh bills shall be furnished to the Engineer during the progress of the work. METHOD OF MEASUREMENT 609-4.1 The unit of measurement for bituminous surface treatment shall be square yards. The square yards to be paid for shall be the number of square yards of bituminous surface treatment measured in place and accepted. FAA Standard Specifications - 58 I. URIt.OL. IAYME LLf I• BASIS OF PAYMENT • U I• 1• 1• I• I• I• 1• 609-5.1 Payment shall be made at the Contract unit price per square yard far bituminous surface treatment to include the first and second applications. These prices shall be full compensation for furnishing all materials and for all preparation, hauling and application of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Bid Item No. 14 Bituminous surface treatment, per square yard FAA Standard Specifications - 59 r ©COPUHATED Lm LVLC. F' 1 LLL I• I• I• I• I• I• I• I• Is P-610 STRUCTURAL PORTLAND CEMENT CONCRETE DESCRIPTION 610-1.1 This item shall consist of either plain or reinforced structural portland cement concrete, prepared and constructed in accordance with these Specifications, at the locations and of the form and dimensions shown on the Plans. The concrete shall be composed of coarse aggregate, fine aggregate, Portland cement, and water. MATERIALS 610-2.1 GENERAL. Only approved materials, conforming to the requirements of these Specifications, shall be used in the work. They may be subjected to inspection and tests at any time during the progress of their preparation or use. The source of supply of each of the materials shall be approved by the Engineer before delivery or use is started. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be stored and handled to insure the preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All equipment for handling and transporting materials and concrete must be clean before any material or concrete isplaced therein. In no case shall the use of pit -run or naturally mixed aggregates be permitted. The mixing of different kinds of aggregates from different sources in one storage pile or alternating batches of different aggregates will not be permitted. 610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the requirements of AASHTO M 80. The percentage of wear shall be not more than 45 at 500 revolutions as determined by AASHTO T 27. Sieve Size % Passing 1k" 100 1" 90-100 f' 25-60 #4 0-10 FAA Standard Specifications - 60 1• ©'NCIJ RATED LITTLE .M. LYFREMLR • • • • • • • • • • 610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of AASHTO M 6. The fine aggregate shall be well graded from fine to. coarse and shall meet the following grading requirements, when tested in accordance with AASHTO T 27: Sieve designation Percentage by weight (square openings) passing sieves 3/8 inch 100 No. 4 95-100 No. 16 45-80 No. 30 25-55 No. 50 10-30 No. 100 2-10 Blending will be permitted, if necessary; in order to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, provided that such deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementitious materials other than portland cement, as specified in 610-2.6 on admixtures, in sufficient quantity to produce the required workability as approved by the Engineer. 610-2.4 CEMENT. The cement used shall be portland cement conforming to the requirements of the type specified: (a) Portland cement---------------------------AASHTO M 85 (b) Air entraining portland cement------------AASHTO M 134 610-2.5 WATER. The water used in concrete shall be free from sewage, oil, acid, strong alkalies, vegetable matter, and clay and loam. If the water is of questionable quality, it shall be tested in accordance with AASHTO T 26. 610-2.6 ADMIXTURES. The use of any material added to the concrete mix shall be approved by t e Engineer. Before approval of any material, the Contractor shall be required to submit the results of complete physical and chemical analyses made by an acceptable testing laboratory. Subsequent tests shall be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. Pozzolanic admixtures shall be fly ash meeting the requirements of ASTM C 350 or raw or calcined natural pozzolans meeting the requirements of ASTM C 402. FAA Standard Specifications - 61 • ©O RATED LIFE ROCK f.gRFN LE 0 Air -entraining admixtures shall meet the requirements of AASHTO M 154. Air entraining admixtures shall be added at the mixer in the amount necessary to produce 5% ± 1 % air content, by volume. • • • • • 0 Water -reducing, set -controlling admixtures shall meet the requirements of ASTM C 494, Type A, water -reducing or Type D. water -reducing and retarding. Water -reducing admixtures shall be added at the mixer separately from air -entraining admixtures in accordance with the manufacturer's printed instructions. 610-2.7 PREMOLDED JOINT MATERIAL. Not applicable. 610-2.8 JOINT FILLER. Not applicable. 610-2.9 STEEL REINFORCEMENT. Concrete reinforcing shall consist of deformed bars of either structural, intermediate, or hard grade billet steel meeting AASHTO M 31. To qualify as deformed, bars shall conform to the requirements of AASHTO Ni 137. 610-2.10 CALCIUM CHLORIDE. When calcium chloride is permitted by the Engineer in the concrete as an accelerator, it shall meet the requirements of AASHTO M144. 610-2.11 COVER MATERIALS FOR CURING. Curing materials shall be Liquid Membrane -Forming Compounds for Curing Concrete (Type 2) per AASHTO M 148. CONSTRUCTION METHODS 610-3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor, which he proposes to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the observation and approval of the Engineer. The Contractor shall employ, at all times, a sufficient force of workmen of such experience and ability that the work can be prosecuted in a satisfactory and workmanlike manner. 610-3.2 CONCRETE PROPORTIONS. The concrete shall consist of a mixture of coarse aggregate, fine aggregate, Portland cement, and water. All aggregates and bulk cement shall be measured by weight. In proportioning aggregates and mixing water, compensation shall be made for the weight of moisture in the aggregates, and this shall be determined periodically. FAA Standard Specifications - 62 © ARATED . m.[ .y. ..YIVEYILL. I• I• I0 I• I• G I• 1• Concrete Proportions (Materials for one cubic yard of concrete) Weight in pounds dry aggregate Cement Net water Type of content content Slump coarse (min. (max. Fine Total Entrained range aggregate bags) gallons) aggregate aggregate Air (inches) Gravel 6 35 1070-1190 3210 5% ± 1% 2-5 Crushed stone 6 38 1220-1360 3200 5% ± 1% 2-5 The proportions in the above table are based on the use of well -graded aggregates. If it is impossible with the aggregates selected to prepare concrete of the proper consistency without exceeding the maximum net water content specified, the total weight of aggregate shall be reduced by the Engineer until concrete of the proper consistency is obtained without exceeding the maximum net water content specified. However, the Contractor shall not be compensated for any additional cement which may be required by such adjustment. The weights specified in the above table were calculated for aggregates of the following bulk specified gravities: Natural sand and gravel, 2.65; crushed stone, 2.70. For aggregates of specific gravities differing more than ± 0.02 from those given above, the weights given in the tables shall be corrected. The quantities shown for cement and water shall control, and the weights of aggregates shall be varied to secure the proper yield based on absolute volumes. When a special mix requiring a reduction in the amount of water is desired, the quantities of aggregate shall be increased to maintain the specified yield. Yield test, made in accordance with specification AASHTO T 121; shall be made by the Engineer for the purpose of determining the cement content per cubic yard of concrete. If at any time such cement content is found to be less than that specified per cubic yard, the batch weights shall be reduced until the amount of cement per cubic yard of concrete conforms to the requirements. The net mixing water shall be adjusted for the moisture contained in the aggregates, and for the moisture which they will absorb, in order to determine the amount of water to be added at the mixer. The absorption of the fine and coarse aggregates shall be determined by AASHTO T 84 and T 85. When an air -entraining agent or air -entraining portland cement is used, there will be a bulking of the mortar of the concrete due to the amount of entrained air.To keep the cement factor specified at the correct amount, the weight of FAA Standard Specifications - 63 1• © R1TNEERTED um nm. ur,rt,mu I• I• 1• I• r I• I• I• I• the fine aggregate shall be reduced, as directed by the Engineer. The reduction in the fine aggregate shall be determined by yield tests as specified. Under average conditions the reduction of the sand should be about 3% of the total weight of the fine and coarse aggregate. The air content of the concrete shall be between 3 and 6%, by volume. The air content by volume shall be based on measurements made on concrete immediately after discharge from the mixer in accordance with AASHTO T 121 or T152. 610-3.3 CONTROL TESTS. When directed by the Engineer, the Contractor shall make test cylinders from the concrete as mixed for the work as herein specified. Concrete cylindrical test specimens shall be made in accordance with AASHTO T 23. The Contractor shall cure and store the test specimens under such conditions as directed. The Engineer will make the actual tests on the specimens at no expense to the Contractor. 610-3.4 PROPORTIONING AND MEASURING DEVICES. When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so that the required and exact weight of aggregates can be readily obtained. 610-3.5 CONSISTENCY. The consistency of the concrete shall be checked by the slump test specified in AASHTO T 119. 610-3.6 MIXING. Concrete may be mixed at a central point, or wholly or in part in tommixers. Whichever mixing process is used, concrete of the specified proportions and consistency shall be produced. 610-3.7 MIXING CONDITIONS. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40°F. without permission of the Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50°nor more than 100°F. The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his expense. Retempering of concrete by adding water or any other material shall not be permitted. The delivery of concrete to the job shall be in such a manner that batches of concrete will be deposited at uninterrupted intervals. FAA Standard Specifications - 64 I• © E $ TED .mu not. r.rmemu U • U • 0 • • • • C 610-3.8 FORMS. Concrete shall not be placed reinforcements have been inspected and approved by be of suitable material and shall be of the type, strength to build the structure as designed on the true to line and grade and shall be mortar -tight prevent displacement and sagging between supports. responsibility for their adequacy. The surfaces o - free from irregularities, dents, sags, and holes. until all the forms and the Engineer. Forms shall size, shape, quality, and Plans. The forms shall be and sufficiently rigid to The Contractor shall bear forms shall be smooth and The internal ties shall be arranged so that, when the forms are removed, no metal will show in the concrete surface or discolor the surface when exposed to weathering. All forms shall be wetted with water or with a nonstaining mineral oil which shall be applied shortly before the concrete is placed. Forms shall be constructed so that they can be removed without injuring the concrete or concrete surface. The forms shall not be removed before the expiration of at least 30 hours from vertical faces, walls, and similar structures; forms supported by falsework under slabs, beams, and similar construction shall not be removed until tests indicate that at least 60% of the design strength of the concrete has developed. 610-3.9 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on the Plans, and shall be firmly held in position during concreting. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. 610-3.10 EMBEDDED ITEMS. Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. 610-3.11 PLACING CONCRETE. All concrete shall be placed during daylight, unless otherwise approved. The concrete shall not be placed until the depth and character of foundation, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than 1 hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than 5 feet, or depositing a large quantity at one point, will not be permitted. Concrete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any joint shall be of sufficient duration to FAA Standard Specifications - 65 • © K O RATED emu .a. .vUTEVUE • • • • accomplish compaction but shall not be prolonged to the point where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie, a closed bottom dump bucket, or other approved method and shall not be disturbed after being deposited. 610-3.12 CONSTRUCTION JOINTS. When the placing of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, such provisions shall be made for grooves, steps, keys, dovetails, reinforcing bars or other devices as may be prescribed. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. 610-3.13 EXPANSION JOINTS. Not applicable. 610-3.14 DEFECTIVE WORK. Any defective been removed shall e immediately removed deficient, or if the surface of the co honeycomb, which in the opinion of • satisfactorily, the entire section shal expense of the Contractor. • • • • • work disclosed after the forms have and replaced. If any dimensions are ncrete is bulged, uneven, or shows the Engineer cannot be repaired 1 be removed and replaced at the 610-3.15 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, free from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be struck -off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand -cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. When directed, the surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a rubbing machine. 610-3.16 CURING AND PROTECTION. All concrete shall be properly cured and protected by the contractor. The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by covering with an approved material. Water -absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to currents of air. Where wooden forms are used, they shall be kept wet at all times until removed to prevent the opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed. FAA Standard Specifications - 66 • ©*rnIEo uOLE RCCIAYMEMtE L I• I• I• I• I• I• 1• 1• 610-3.17 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete. 610- 3.18 COLD WEATHER PROTECTION. When concrete is placed at temperatures below 0 F., the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated in order to place the concrete at temperatures between 500 and 100°F. Calcium chloride (max. 2% by weight) may be incorporated in the mixing water, when directed by the Engineer. After the concrete has been placed, the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50°F. until at least 60% of the design strength has been attained. 610-3.19 FILLING JOINTS. 610-4.1 Not applicable. Not applicable. METHOD OF MEASUREMENT BASIS OF PAYMENT 610-5.1 The bid schedule does not contain an estimated quantity specifically for structural Portland cement concrete. The performance of this work including providing and placing all materials, forms, reinforcement steel, etc. shall not be paid for directly but shall be considered as a subsidiary obligation of the Contractor covered under other Contract items. FAA Standard Specifications - 67 1• © INCD ATED Un6.0C5 FAIM LL[ • D-701 PIPE FOR STORM SEWERS AND CULVERTS • DESCRIPTION • • • 0 • • • • 701-1.1 This item shall consist of pipe of the types, classes, sizes, and dimensions required on the Plans, furnished and installed at the places designated on the Plans and profiles, or by the Engineer, in accordance with these Specifications and with the lines and grades given on the Plans. The item shall include the bid price per linear foot of pipe in place, the cost of common excavation and backfill, the cost of furnishing and installing all trench bracing, all fittings required to complete the pipe drain as shown on the Plans, and the material for and the making of all joints, including all connections to drainage pipe and structures. MATERIALS 701-2.1 GENERAL. The pipe shall be of the type called for on the Plans and in the Proposal and shall be in accordance with the following appropriate requirements. 701-2.4 REINFORCED CONCRETE PIPE. Reinforced concrete pipe shall conform to the requirements of AASHTO M 170 or ASTM C-76. Circular pipe shall be Class III Wall B and arch pipe shall be Class A -III. 701-2.5 FLARED END SECTIONS. Concrete flared end sections shall meet the requirements of Section 701-2.4. 701-2.6 POLYMER PRECOATED CORRUGATED STEEL PIPE. Polymer precoated corrugated steel pipe shall conform to the requirements of AASHTO M 245 and M 246, for Type B. 701.2-11 CONCRETE. Concrete for pipe flared end sections shall conform to the requirements of Item P-610. 701-2.15 JOINT' -SEALING COMPOUND. Joint -sealing compound used in filling joints of tongue and groove pipe shall be cold applied preformed mastic gaskets conforming to the requirements of AASHTO M 198, Type B. 701-3.1 EQUIPMENT. All equipment necessary and required for the proper construction of storm sewers and culverts shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. The Contractor shall provide appropriate hoisting equipment to handle the pipe while unloading and placing it in its final position without damage to the pipe. FAA Standard Specifications - 68 C © NI ATED LITRE ROCK l..EfEV10.E I• The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction of the pipe bed and the backfill, as specified. CONSTRUCTION METHODS 701-3.2 EXCAVATION I0 I• 1• 1• I• 1• Is 1* (a) Common. The Contractor shall do all common excavation to the depth shown on the Plans. Common excavation shall consist of all excavation for pipe trench. (b) Rock. Not applicable. (c) General. Excavated material not required or acceptable for backfill shall be disposed of by the Contractor as directed by the Engineer. Common excavation shall not be carried below the required depth; but when it is, the trench shall be backfilled at the Contractor's expense with material approved by the Engineer and. compacted to the density of the surrounding earth material as determined for embankment in Section P-152. When directed, unstable soil shall be removed for the full width of the trench and replaced with sand or with approved granular material. The Engineer shall determine the depth of removal of unstable soil and the amount of backfill necessary. The backfill shall be compacted and shaped to a firm but slightly yielding condition to form the bed for the pipe. When not specified in the Special Provisions, the cost of removing unstable soil and replacing it with approved material shall be covered by a supplemental agreement for the cubic yards of excavation and of approved material. The depth of cut shown on the Plans is from the surface grade to the invert of the pipeline. In case the depth of cut is changed from that shown on the Plans, the change shall not exceed 6 inches without a revision in the Contract unit price per linear foot of pipe. However, if the depth of cut is changed more than 6 inches, compensation or deduction of work involved, whether increased or decreased, shall be provided for in a supplemental agreement. The minimum width of the trench at t a width which will permit the proper backfill around the pipe. The sides otherwise approved by the Engineer. shall not exceed 12 inches on eacf otherwise approved by the Engineer. ie top of the pipe, when placed, shall be construction of joints and compaction of of the trench shall be vertical, unless The maximum allowable width of the trench i side of the pipe when placed, unless The bed for the pipe shall be so shaped that at least the lower quarter of the pipe circumference shall be in continuous contact with the bottom of the trench. The Contractor shall do such trench bracing, sheathing, or shoring necessary to perform and protect the excavation as required for safety and conformance to governing laws. The bracing, sheathing, or shoring shall not be removed in FAA Standard Specifications - 69 1• © TED mm\up[. ...mrvu[ C • • • • • • • C • one operation but shall be done in successive stages as determined by the Engineer to prevent overloading of the pipe during backfilling operations. The cost of the bracing, sheathing, or shoring, and the removal of same, shall be included in the unit price bid per foot for the pipe. 701-3.4 LAYING AND INSTALLING PIPE (a) Concrete Pipe. The contractor shall provide the necessary mason's lines and supports to insure installation of the pipe to line and grade. The Contractor's facilities for lowering the pipe into the trench shall be such that neither the pipe nor the trench will be damaged or disturbed. The Engineer shall inspect all pipe before it is laid, and reject any section that is damaged by handling or is defective to a degree which will materially affect the function and service of the pipe. The laying of the pipe in the finished trench shall be started at the lowest point and laid upgrade. The tongue and groove pipe shall be laid with the grooved end laid upgrade. The pipe shall be firmly and accurately set to line and grade so that the invert will be smooth and uniform. The pipe shall be protected from water during placing. When bell and spigot pipes are used, spaces for the pipe bells shall be dug .in the pipe subgrade to accommodate the bells. These spaces shall be deep enough to insure that the bells do not bear the load of the pipe; they shall not be excessively wide in relation to the longitudinal direction of the trench. When the pipes are laid, the barrel of each •section of pipe shall be in contact with the quadrant -shaped bedding throughout its full length, exclusive of the bell, to support the entire load of the pipe. Pipe shall not be laid on frozen ground. Pipe which is not true in alignment, or which shows any settlement after laying, shall be taken up and relaid without extra compensation. The Contractor shall provide, as may be necessary, for the temporary diversion of stream flow in order to permit the installation of the pipe under dry conditions. (b) Corrugated Steel Pipe. Corrugated steel pipe shall be laid with separate sections joined firmly together with coupling bands conforming to Fed. Spec. WW -P-405, with outside laps of. circumferential joints pointing upgrade, and with longitudinal laps on the sides. Proper facilities shall be provided for lowering the pipe when it is to be placed in a trench. The pipe shall be laid carefully and true to lines and grades on a bed which is uniformly firm throughout its length. Any pipe which FAA Standard Specifications - 70 • ©CO ATED onu .a. r.rtnenul I• U I• I• Li is G I• 1•, I• is not in true alignment, or which shows any undue settlement after being laid or is damaged, shall be taken up and relaid without extra compensation. The pipe shall be placed so that the element of the cylindrical pipe constituting the centerline of the paved section shall coincide with the flow line of the culvert or sewer. Sections of paved pipe shall be laid so that the flow line is smooth and continuous across joints. All pipe shall be handled so as to prevent bruising, or breaking of the spelter coating or the polymer coating. All spots on the pipe where the spelter or polymer coating has been injured or destroyed shall be painted with two coats of asphaltic paint, or otherwise repaired in a satisfactory manner. 701-3.6 PIPE JOINTS. Pipe joints for concrete pipe shall be the tongue and groove type. The following method of jointing pipe shall be used: (a) Preformed Mastic Gaskets. The gasket shall be installed in accordance with the manufacturers instructions. 701-3.7 BACKFILLING. All trenches and excavations shall be backfilled within a reasonable time after the pipes are installed, unless other protection of the pipe is directed. Except where the pipe is placed under a the roadway section, the backfill material shall be the same as excavated from the trench. Material which is placed at the sides of the pipe and 1 foot over the top shall be material which can be readily compacted. It shall not contain stones retained on a 3 -inch sieve, frozen lumps, chunks of highly plastic clay, or any other material which objectionable to the Engineer. The material shall be moistened or dried, if necessary to be compacted by the method in use. Backfill material shall be approved by the Engineer. Under pavement sections, all backfill material shall be SB-2, crushed aggregate, P-209. The backfill shall be placed in loose layers not to exceed 6 inches in depth along each side of the pipe. Special care shall be taken to secure thorough compaction under the haunches and at the sides of the pipe. This backfill shall be brought up evenly on each side of the structure to an elevation of 1 foot over the top of the pipe, or such greater elevation as directed by the Engineer. Backfilling shall be done in a manner to avoid injurious top or side pressures on the pipe. The backfill shall be compacted to the density required for embankments in unpaved areas under Item P-152. Under paved areas, the subgrade and any backfill shall be compacted to the density required for embankments for paved areas under Item P-152. Movement of construction machinery over a culvert shall be at the Contractor's risk. Any pipe damaged thereby shall be replaced at the expense of the Contractor. FAA Standard Specifications - 71 i• © COS4EEO unrr.,t. unvrvnu G I• I• I• I• I• I• 1• 701-3.8 CONNECTIONS. Where the Plans call for connections to existing or proposed structures, these connections shall be watertight and made so that a smooth uniform flow line will be obtained throughout the drainage system. 701-3.9 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish. Surplus dirt may be deposited as ordered by the Engineer. After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear, and in good condition. Performance of the work described in this section is not payable directly but shall be considered as a subsidiary obligation of the Contractor covered under the Contract unit price for the pipe. 701-3.10 OBSERVATION. Prior to final approval of the drainage system, the Engineer, accompanied by the Contractor's representative, shall make a thorough observation, by an appropriate method, of the entire installation. Any indication of defects in material or workmanship, or obstruction to flow in the pipe system, shall be further investigated and corrected. Defects due to the Contractor's negligence shall be corrected by the Contractor without additional compensation and as directed by the Engineer. METHOD OF MEASUREMENT 701-4.1 The footage of pipe to be paid for shall be the number of linear feet of pipe in place, completed, and approved to be measured along the centerline of the pipe from end or inside face of structure to the end or inside face of structure, whichever is applicable. The several classes, types, and sizes shall be measured separately. All fittings shall be included in the footage as typical pipe sections in the pipeline being measured. BASIS OF PAYMENT 701-5.1 Payment will be made at the Contract unit price per linear foot for each kind of pipe of the type, class, and size designated. These prices shall be full compensation for furnishing all materials (including SB-2 backfill) and for all preparation, excavation, spoilage of excavated material, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. FAA Standard Specifications - 72 1• LIL�/aAEED unu.nu. uart[mu • Payment will be made under: • Bid Item No. 15 (12) inch (Reinforced Concrete Pipe) per linear foot. Bid Item No. 16 (24) inch (Reinforced Concrete Pipe) per linear foot. Bid Item No. 17 (18) inch (Polymer Precoated CMP) per linear foot. Bid Item No. 18 (26 5/8 x 43 3/4) inch (Concrete Arch Pipe) per linear foot. Bid Item No. 19 (36) inch (Reinforced Concrete Pipe), per linear foot • Bid Item No. 21 (24) inch (Flared End Section) per each Bid Item No. 22 (26 5/8 x 43 3/4) inch (Flared End Section) per each • • • • • • C FAA Standard Specifications - 73 • © 1 a2ORAEED LIIIIL MOP FAYF"EVILLE I• D-752 CONCRETE CULVERTS AND HEADWALLS • I• I• • I• I• I• 1• I• DESCRIPTION 752-1.1 This item shall consist of constructing reinforced concrete headwalls and a reinforced box culvert in accordance with these Specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the Plans or required by the Engineer. MATERIALS 752-2.1 CONCRETE. Reinforced concrete shall meet thefl requirements of Item P-610. CONSTRUCTION METHODS 752-3.1 EXCAVATION. (a) Trenches and foundation pits for structures or structure footings shall be excavated to the lines and grades or elevations shown on the Plans. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings, as shown on the Plans, shall be considered as approximate only; and the Engineer may order, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. (b) Boulders, logs, or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped, or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation, and excavation to final grade shall not be made until just before the concrete or reinforcing steel is to be placed. (c) The Contractor shall do all bracing, sheathing, or shoring necessary to perform and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheathing, or shoring shall be included in the unit price bid for excavation. (d) Unless otherwise provided, bracing, sheathing, or shoring involved therewith shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner which will not disturb or mar finished concrete. The cost of removal shall be included in the unit price bid for excavation. FAA Standard Specifications.- 74 1• © Et2P•CLED onuL X fl'E" lLLE • • • • • C C • • • (e) After each excavation is completed, the Contractor shall notify the Engineer to that effect, and concrete or reinforcing steel shall be placed after the Engineer has approved the depth of the excavation and the character of the foundation material. 752-3.2 BACKFILLING. (a) After a structure has been completed, backfilling with approved material shall be accomplished by applying the fill in horizontal layers not to exceed 8 inches in loose depth, and compacted to the density required in Section P-152. (b) No backfilling shall be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until the concrete has been in place 7 days, or until tests made by the laboratory under the supervision of the engineer establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. (c) Fill placed around concrete culverts shall •be deposited on both sides at the same time and to approximately the same elevation. Care shall be taken to prevent any wedging action against the structure, and all slopes bounding or within the areas to be backfilled shall be stepped or serrated to prevent wedge action. (d) Backfill will not be measured for direct payment. Performance of this work under the Contract is not payable directly but shall be considered as a subsidiary obligation of the Contractor, covered under the Contract unit price for "Unclassified Excavation for Structures" for the reinforced box culvert and covered under the Contract unit price for the headwalls. 752-3.3 WEEP HOLES Weep holes shall be constructed as shown on the Plans. 752-3.4 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may be deposited as ordered by the Engineer. The Contractor shall restore all disturbed areas to their original condition. After all work is completed, the Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. METHOD OF MEASUREMENT 752-4.1 The unclassified excavation for structures shall be the complete item of excavation for the reinforced concrete box culvert, SB-2 base material and rock riprap necessary to construct the culvert to the dimensions and grades shown on the Plans. FAA Standard Specifications - 75 C © 1EEo unu.oc. ..rm[nue • • • • r 0 C] • U • 752-4.2 The reinforced concrete box culvert shall be the complete unit Inc u ing concrete, reinforcing steel, SB-2 base and backfill material, and rock riprap on the outlet end of the culvert constructed to the dimensions and grades shown on the Plans and accepted. 752-4.3 The headwall shall be measured by the unit completed in place in accordance with the Plans and accepted. 752-4.4 The quantity of concrete curb and gutter to be paid for shall be the number of linear foot in place, completed, approved and measured along the gutter. 752-4.5 The quantity of concrete flume to be paid for shall be the number of linear feet in place, completed, approved and measured along the flume centerline. BASIS OF PAYMENT 752-5.1 Payment will be made at the Contract lump sum price for the unclassified excavation for structures as completed. This price shall be full compensation for the furnishing of all materials, excavation, backfill with SB-2, labor, equipment, tools, waste excavated material and incidentals necessary to complete this item. 752-5.2 Payment will be made at the Contract lump sum price for the completed in -place reinforced concrete box culvert. This price shall be full compensation for the furnishing of all materials (concrete, reinforcing steel, rock riprap, SB-2, base and backfill material, etc.) and for all placing of materials and for all labor, equipment, tools, and any necessary temporary re-routing of the creek and incidentals to complete the structure. 752-5.3 Payment will be made at the Contract unit price per each headwall, in place. These prices shall be full compensation for furnishing all materials (including concrete, reinforcement steel, etc.) and for all preparation, excavation, backfill, and placing the materials, and for all labor, equipment, tools, and incidentals necessary to complete the structure. 752-5.4 Payment will be made at the Contract unit price per linear foot for concrete curb and gutter. The prices shall be full compensation for furnishing of all materials and for all preparation, excavation, and installation, and for all labor, equipment, tools and incidentals necessary to complete this item. 752-5.5 Payment will be made at the Contract unit price per linear foot for concrete flume. The prices shall be full compensation for furnishing of all materials and for all preparation, excavation, and installation, and for all labor, equipment, tools and incidentals necessary to complete this item. FAA Standard Specifications - 76 • © tICTED .AT I.00. FArt" P u • Payment will be made under: Bid Item No. 8 Unclassified Excavation for Structures, Lump Sum Bid Item No. 23 Reinforced Concrete Box Culvert, Lump Sum Bid Item No. 20 Concrete Headwall, per each Bid Item No. A-1 Concrete Curb and Gutter, per foot Bid Item No. A-2 Concrete Flume, per foot • • • • • • • 40 FAA Standard Specifications - 77 © �CORVOPATED LITTLE R c. ..rmmn.z I• F-162 CHAIN -LINK FENCE r DESCRIPTION 162-1.1 This item covers the requirements for furnishing materials and constructing new chain -link fences and gates •in accordance with the details included herein and as shown on the Plans. The class of fence to be erected shall be Class E chain -link fencing, as indicated on the Plans and in the bid proposal. I• I• I• I• Is I0 The fence shall be the product of a manufacturer who has demonstrated by actual installations of a similar nature that its product is of the type required. The Contractor shall include all supplementary parts necessary or required for a complete and satisfactory installation within the true meaning and intent of the drawings. All runs of the fence shall present the same general appearance and the product of one manufacturer only will be accepted, except for items which do not influence the appearance of the completed fence. No used, rerolled, or open -seam steel shall be permitted in posts, gate frames, rails, or braces. MATERIALS 162-2.1 FABRIC. The chain -link fence fabric shall be of the following types, as as specified: Type A -Zinc coated, nine gauge, twisted at top and knuckled at bottom of fence. The chain -link fence fabric for Type A shall conform to the requirements of AASHTO M 181. The wire for fence fabric shall be 9 gauge. 162-2.3 FENCE POSTS, POST TOPS AND EXTENSIONS, RAILS, GATES, BRACES, STRETCHER BARS, AND CLIPS. These items, when specified, shall conform to the requirements of Fed. Spec. RR -F-183. When these items are furnished for use in conjunction with zinc -coated steel fabric, aluminum -coated steel fabric, or copper -covered steel fabric, they shall be of zinc -coated steel. When these items are furnished for use in conjunction with aluminum alloy fabric, they shall be of aluminum alloy conforming to the requirements of AASHTO M 181. The posts, railing, bracing, and gate framing shall be as follows: Corner, Terminal or Pull Posts 2 3/8" OD. 3.65 lbs/ft. Line Post 2" OD. 2.60 lbs/ft. Gate Post - 24 ft. Cantilever Gate 4" OD. 9.10 lbs/ft. Gate Post - 12 ft. Gate 4" OD. 9.10 lbs/ft. Railing and Bracing 1 5/8" OD. 1.806 lbs/ft. Gate Framing - 24' Cantilever Gate 2 1/2" OD. 5.79 lbs/ft. 12" Gate 2" OD 2.60 lbs/ft. FAA Standard Specifications - 78 I• ® fEEL Imtt.M. FA [FnE LU I• I• Ii I• I0 r I. C 162-2.4 WIRE TIES AND TENSION WIRE. Wire fabric ties, wire ties, and tension wire furnished for use in conjunction with a given type of fabric shall be of the same material identified with the fabric type. Zinc -coated steel wire. 162-2.5 MISCELLANEOUS FITTINGS AND HARDWARE. Miscellaneous fittings and hardware shall be of design standard with the manufacturer. Miscellaneous fittings and hardware furnished for use shall be zinc -coated steel and shall be equal to the materials specified in Fed. Spec. RR -F-183. 162-2.6 WELDING. Structural members of gates which are in contact shall be fully welded by a method that will procure a continuous weld on all sides and faces of joints at exposed edges. Surplus welding material shall be removed. 162-2.7 CONCRETE. Concrete shall be produced and placed in accordance with Item P-610. CONSTRUCTION METHODS 162-3.1 GENERAL. The fence shall be constructed in accordance with the details on the Plans and as specified herein using new materials, and all work shall be performed in a workmanlike manner satisfactory to the Engineer. Prior to the beginning of the work or upon the request of the Contractor, the Engineer shall locate the position of the work by establishing and marking the property line or fence line. When directed, the Contractor shall span and opening below the fence with barbed wire fastened to stakes of the required length at location of small natural or drainage ditches where it is not practical to conform the fences to the general contour of the ground surface, as required. The new fence shall be permanently tied to the terminals of existing fences whenever required by the Engineer. The finished fence shall be plumb, taut, true to line and ground contour, and complete in every detail. When directed, the Contractor shall be required to stake down the chain -link fence at several points between posts. 162-3..2 CLEARING FENCE LINE. The site of the fence shall be sufficiently cleared of obstructions, and surface irregularities shall be graded so that the fence will conform to the general contour of the ground. The fence line shall be cleared to a minimum width of 2 feet on each side of the centerline of the fence. This clearing shall consist of the removal of all stumps, brush, rocks, trees, or other obstructions which will interfere with proper construction of the same fence. The bottom of the fence shall be placed a uniform distance above the ground, as specified on the Plans. When shown on the Plans or as directed by the Engineer, the existing fences which coincide with, or are in a position to interfere with, the new fence location shall be removed by the Contractor as a part of the construction work, unless such removal is listed as a separate item in the bid schedule. All holes remaining after post and stump removal shall be refilled with suitable soil, gravel, or other material acceptable to the Engineer and shall be compacted properly with tampers. FAA Standard Specifications - 79 I. ©�CDP.RTED un.noc. s..,n{out i• The work shall include the handling and disposal of all material cleared, excavated, or removed, regardless of the type, character, composition, or condition of such material encountered. 162-3.3 INSTALLING POSTS. All posts shall be spaced not more than 10 feet apart as shown on the Pans. Terminal (end, corner, pull, and brace) and gate posts shall be set 36 inches in concrete bases as shown on the Plans. All line posts shall be set 30 inches in concrete bases as shown on the Plans. The top of the concrete bases shall be slightly above the ground, trowel finished, and sloped to drain away from the posts. Holes of full depth and size for the concrete bases for posts shall be dug to the size and depth as shown on the Plans. Blasting of rock or other obstructions shall be done if necessary. All post settings shall be done carefully so that all posts shall be vertical and in true alignment and rigidly secured in position. r I• I• I• 1• 1• On terminal (end, corner, pull, and brace) and gate posts, the post tops and brace rail clamps around the posts shall be placed before setting the posts in concrete bases. In setting the gate posts, great care must be taken to make sure that gate posts are set the exact distance apart as shown on the Plans. For example, posts for a 6 -foot gate must be set so as to leave an opening exactly 6 feet wide. A line drawn across from the top of one gate post to the other must be level, regardless of the grade at the ground line. If the ground is not level, the upgrade gate post shall be set first to get the proper height for the downgrade gate post. The concrete bases for end, corner, pull, brace, and gate posts shall be placed first and allowed to cure for 14 days. The concrete bases for line posts shall be allowed to cure for 7 days. Stretcher bar bands and truss bands as specified on the Plans shall be spread and slipped on end, corner, pull, brace, and gate posts as the next operation. Post tops are then inserted on all other posts. No extra compensation shall be made for rock excavation. Rock excavation shall not be grounds for extension of time. 162-3.4 INSTALLING TOP RAILS. To start the installation, a length of top rail shall a run through the first couple of post tops; a rail clamp shall be assembled on the end, corner, or gate post, as the case may be. The end of the rail already placed shall be butted into the clamp and fastened. The top rail shall be installed along the run of the fence and the various sections joined with sleeve couplings. At not more than every 100 feet an expansion coupling shall be placed to take care of expansion and contraction of the rail. The rail shall be clamped in the end, corner, or gate post at the end of the run of the installation of top rail. 162-3.5 INSTALLING BRACES. All horizontal braces shall be attached together withtussrorods at�a l terminal (end, corner, and pull_) and gate posts to the brace posts as shown on the Plans. 162-3.6 INSTALLING FABRIC. The fabric shall be unrolled on the outside of the fence line with the bottom edge of the fabric against the posts. The various rolls shall be spliced by bringing the ends close together and weaving FAA Standard Specifications - 80 1• © SEED .IL[ .pc. urtfwnu I• I• I• I• I• I• I• 1• 1• 1• in a picket in such a way that it will engage both of the roll ends and catch with each twist each separate mesh of the end pickets of both rolls of fabric. The fabric shall be raised and tied loosely to the top rail with a temporary tie wire at intervals of about 20 feet. The fabric shall be installed by a method approved by the Engineer. One method used is given below. (a) At end, corner, or gate posts, the stretcher bar shall be slipped through the end picket of the fabric and the stretcher bar bands at the same time. Then the bolts in the stretcher bar bands shall be tightened. Additional rolls of fabric shall be spliced and placed as the erection progresses along the fence. (b) In long sections, the fence shall be stretched at intervals of about 100 feet. After the stretching is complete, the fabric shall be tied to the top rails with No. 6 gauge galvanized wire clips securely clinched at the back of the rail. The fastenings shall be spaced not more than 24 inches on centers for the top rail. (c) The fabric shall be attached galvanized wire clips securely clinched fastenings shall be spaced not more than The topmost clip shall be placed on th fabric as possible and the lowest clip possible. to the line posts with No. 6 gauge to the back of the line posts. The 14 inches on centers for line posts. e line post as near the top of the as near the bottom of the fabric as (d) At terminal (end, corner, and pull) and gate posts the fabric shall be fastened with stretcher bars and bands. The fastenings shall be spaced not more than 14 inches on centers for terminal (end, corner, and pull) and gate posts. The topmost band shall be placed on these posts as near the top of the fabric as possible and the lowest band as near the bottom of the fabric as possible. Standard chain -link fence stretching equipment shall be provided for stretching the fabric before tying it to the rails and posts. The stretching and tying operations shall be repeated about every 100 feet until the run of fence is completed. Equipment of one type for performing the stretching operation may be composed of four pieces of lumber (2 x 4's or larger) cut into a slightly shorter length than the width of the fabric. The pieces shall be bored for six bolts of about 1/2 or 5/8 -inch diameter and shall be assembled as shown on the Plans. One pair shall be used for stretching the fabric and both pairs shall be used for making a closure of a run of the fence. Before making a closure, the other end of the run shall be fastened to the end, corner, or gate post as described previously. The operation of making a closure of a run shall be as follows. The stretching equipment as described above shall be clamped on the ends of the fabric parallel to each other and about 5 feet apart when the tension is first applied. The stretching shall continue until the slack has been removed from both sections of the fabric. If the ends overlap, the fabric shall be cut to match. The ends shall be FAA Standard Specifications - 81 1• Lf.LJ✓a�"AEED .,fl,..x. ..nyt,..,. 1• joined by the insertion of a picket similar to the method of connecting two rolls of fabric. I• I• I• I• I• U I• 1• 1• 162-3.7 INSTALLING GATES. The gates shall be hung on gate fittings as shown on the Plans. The lower hinge (ball and socket type) shall be placed on top of the concrete footing in which the gate post is set; the concrete in the footing shall extend up to the bottom of the lower hinge. The sockets for the cane or foot bolts shall be set in concrete so that the plunger pin will fit perfectly in the socket when the gate is in a closed position. Gates shall be erected to swing in the direction indicated and shall be provided with gate stops as specified or as shown on the Plans. All hardware shall be thoroughly secured, properly adjusted, and left in perfect working order. Hinges and diagonal bracing in gates shall be adjusted so that the gates will hang level. 162-3.8 EXISTING FENCE CONNECTIONS. Wherever the new fence joins an existing fence, either at a corner or at the intersection of straight fence lines, a corner post with a brace post shall be set at the junction and braced the same as herein described for corner posts or as shown on the Plans. - If the connection is made at other than the corner of the new fence, the last span of the old fence shall contain a brace span. 162-3.9 CLEANING UP. The Contractor shall remove from the vicinity of the completed work all tools, buildings, equipment, etc., used during construction. METHOD OF MEASUREMENT 162-4.1 Fences, Class E, shall be measured in place from outside to outside of end posts or corner posts and shall be the length of fence actually constructed, except the space occupied by the gates. The 24 ft. cantilever gate and 12 ft. gate shall be measured in units for each gate installed and accepted. BASIS OF PAYMENT 162-5.1 Payment will be made at the Contract unit price per linear foot for chailink fence. This price shall be full compensation for furnishing all materials and for all preparation, erection, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made at the Contract unit price per each for 24 ft. cantilever gate and 12' gate. This price shall be full compensation for furnishing all materials, and for all preparation, erection, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. FAA Standard Specifications - 82 1• ©Z"�d6�AEEU I• Payment will be made under: I• I• I• I• I• I• 1• Bid Item No. 25 6 ft. Chain Link Fence, per linear foot. Bid Item No. 26 24 ft. Cantilever Gate (6 ft.), per each Bid Item No. 27 12 ft• Gate (6 feet high), per each Bid Item No. A-4 5 ft. Chain Link Fence, per linear foot Bid Item No. A-5 24 ft. Cantilever Gate (5 ft.), per each Bid Item No. A-6 12 ft. Gate (5 ft.), per each FAA Standard Specifications - 83 1• ©TED .m.e•rca .ummu. 1• T-901 SEEDING I• DESCRIPTION r 1• I• [' L I• 1• I• 901-1.1 This item shall consist of seeding and fertilizing the areas shown on the Plans or as directed by the Engineer in accordance with these Specifications. MATERIALS 901-2.1 SEED. The kinds of grass seed furnished shall be those stipulated hereinafter. Seed shall conform to the requirements of Fed. Spec. JJJ-S-181. Seed shall be furnished separately or in mixtures in standard containers with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within 6 months of the date of delivery. This statement shall include: name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture, the proportions of each kind of seed. The seed shall be labeled in accordance with the current rates and regulations of the Arkansas State Plant board and have a minimum of 90% pure seed and 85% germination by weight. Seed shall be of the varieties and the amount by weight as follows: March 1 - April 30 Variety Pounds Per Acre Bermuda (Common) Hulled Weeping Love Grass Tall Fescue (K-31) May 1 - August 31 Weeping Love Grass Bermuda (Common) hulled Fall Fescue (K-31) 15 5 20 5 20 15 FAA Standard Specifications - 84 I• © ttEt LInLt.O[. ...F'Imtt C I• I• I• I• I• I• I• I• G September 1 - November 1 Tall Fescue (K-31) 15 Annual Rye 5 Crimson CLover (Dixie) PO 901-2.3 FERTILIZER. Fertilizer shall be a standard 10-20-10 commercial fertilizer. Tt shall be applied at the rate of 500 pounds per acre and shall meet the specified requirements of the applicable State and Federal Laws. It shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms: (a) A dry, free -flowing fertilizer suitable for application by a common fertilizer spreader; (b) A finely -ground fertilizer soluble in water, suitable for application by power sprayers; or (c) A granular or pellet form suitable for application by blower equipment. 901-2.4 SOIL FOR REPAIRS. repaired shall be at least adjacent to the area to be large stones, roots, stumi subsequent sowing of seed, approved by the Engineer. The soil for fill and topsoiling of areas to be of equal quality to that which exists in areas repaired. The soil shall be relatively free from s, or other materials that will interfere with compacting, and establishing turf, and shall be CONSTRUCTION METHODS 901-3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been completed and before applying fertilizer, areas to be seeded shall be raked or otherwise cleared of stones larger than 2 inches in any diameter, sticks, stumps, and other debris which might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recently been thoroughly loosened and worked to FAA Standard Specifications - 85 [` © CO lATED .mU .IX. .NfnfWlf C a depth of not less than 5 inches as a result of grading operations and, if immediately prior to seeding, the top 3 inches of soil is loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. However, when the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise loosened to a depth not less than 5 inches. Clods shall be broken and the top • 3 inches of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate means. 901-3.2 DRY APPLICATION METHOD. • • • • • • (a) Fertilizing. Following advance preparations and cleanup, fertilizer shall be uniformly spread at the rate which will provide not less than the minimum quantity required. (b) Seeding. Grass seed shall be sown at the rate specified heretofore immediately after fertilizing, and the fertilizer and seed shall be raked within a 2 -inch depth range. When seeding is required at other than the seasons shown on the Plans or in the Special Provisions, a cover crop shall be sown by the same methods required for a grass. (c) Rolling. After the seed has been properly covered, the seedbed shall be immediately compacted by means of an approved lawnroller; weighing 40 to 65 pounds per foot of width for clay soil (or any soil having a tendency to pack), and weighing 150 to 200 pounds per foot of width for sandy or light soils. 901-3.4 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. When the dry application method outlined is used for work done out of season, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the Engineer. If at the time when the contract has been otherwise completed it is not possible to make an adequate determination of the color, density, and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded out of season will be withheld until such time as these requirements have been met. The Contractor shall be responsible for obtaining a stand of grass covering the seeded area. Any area larger than four (4) square feet not covered by grass at the end of 3 months shall be reseeded at no cost to the Owner. FAA Standard Specifications - 86 • ©r4P ATED AT ED \In U•x. ... I• METHOD OF MEASUREMENT G I• I• 1• I• 1• I• I• I• 901-4.1 The quantity of seeding to be paid for shall be the number of acres measured on the ground surface, completed and accepted. BASIS OF PAYMENT 901-5.1 The quantity, determined as provided above, will be paid for at the Contract unit price per acre, or fraction thereof, for the pay item listed below, which price and payment shall be full compensation for furnishing and placing all material and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item. Payment will be made under: Bid Item No. 24 Seeding, per acre. FAA Standard Specifications - 87 1• © SCOVP0PATED .,nu.nc. r.vrrtvnu I• T-904 SODDING I• DESCRIPTION C: I• I• I• I• I• 1• I• 904-1.1 This item shall consist of furnishing, hauling, and placing approved live sod on prepared areas in accordance with this Specification at the locations shown on the Plans or as directed by the Engineer. MATERIALS 904-2.1 SOD. Sod furnished by the Contractor shall have a good cover of living or growing grass. This shall be interpreted to include grass that is seasonally dormant during the cold or dry seasons and capable of renewing growth after the dormant period. All sod shall be obtained from areas where the soil is reasonably fertile and contains a high percentage of loamy topsoil. Sod shall be cut or stripped from living, thickly matted turf relatively free of weeds or other undesirable foreign plants, large stones, roots, or other materials which might be detrimental to the development of the sod or to future maintenance. At least 80% of the plants in the cut sod shall be composed of Bermuda grass and any vegetation more than 6 inches in height shall be mowed to a height of 3 inches or less before sod is lifted. Sod, including the soil containing the roots and the plant growth showing above, shall be cut uniformly to a thickness not less than two (2) inches in thickness. 904-2.3 FERTILIZER. Fertilizer, if specified, shall conform to the requirements of 901-2.3. 904-2.4 WATER. The water shall be sufficiently free from oil, acid, alkali, sat, or other harmful materials that would inhibit the growth of grass. It shall be subject to the approval of the Engineer prior to use. 904-2.5 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall conform to the requirements of 901-2.4. CONSTRUCTION METHODS 904-3.1 GENERAL. Areas to be solid, strip, or spot sodded shall be shown on the Plans. Areas requiring special ground surface preparation such as tilling and those areas in a satisfactory condition which are to remain undisturbed shall also be shown on the Plans. Suitable equipment necessary for proper preparation of the ground surface and for the handling and placing of all required materials shall be on hand, in good condition, and shall be approved by the Engineer before the various operations are started. The Contractor shall demonstrate to the Engineer FAA Standard Specifications - 88 1• LCO AT ED „+m.oc. •..mevtuI I• before starting the various operations that the application of required materials will be made at the pecified rates. I• 1• is I• 1• I• 1• 1• 1• 904-3.2 PREPARING THE GROUND SURFACE. After grading of areas has been completed and before applying fertilizer, areas to be sodded shall be raked or otherwise cleared of stones larger than 2 inches in any diameter, sticks, stumps, and other debris which might interfere with sodding, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes occurs after grading of areas and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. 904-3.3 APPLYING FERTILIZER. Following ground surface preparation, fertilizer shall be uniformly spread at a rate which will provide not less than the minimum quantity of each fertilizer ingredient, as stated in the Section T-901. The fertilizer shall be incorporated into the soil to a depth of not less than 2 inches by discing, raking; or other methods -acceptable to the Engineer. Any stones larger than 2 inches in any diameter, large clods, roots, and other litter brought to the surface by this operation shall be removed. 904-3.4 OBTAINING AND DELIVERING SOD. After approval of the source of sod by the Engineer, the sod shall e cut with approval sod cutters to such a thickness that after it has been transported and placed on the prepared bed, but before it has been compacted, it shall have a uniform thickness of not less than 2 inches. Sod sections or strips shall be cut in uniform widths, not less than 10 inches, and in lengths of not less than 18 inches, but of such length as may be readily lifted without breaking, tearing, or loss of soil. Where strips are required, the sod must be rolled without damage with the grass folded inside. The Contractor may be required to mow high grass before cutting sod. The sod shall be transplanted within 24 hours from the time it is stripped, unless circumstances beyond the Contractor's control make storing necessary. In such cases, -sod shall be stacked, kept moist, and protected from exposure to the air and sun and shall be kept from freezing. Sod shall be cut and moved only when the soil moisture conditions are such that favorable results can be expected. Where the soil is too dry, permission to cut sod may be granted only after it has been watered sufficiently to moisten the soil to the depth the sod is to be cut. 904-3.5 LAYING SOD. Sodding shall be performed only during the seasons when satisfactory results can be expected. Frozen sod shall not be used and sod shall not be placed upon frozen soil. Sod may be transplanted during periods of drought with the approval of the Engineer, provided the sod bed is watered to moisten the soil to a depth of at least 4 inches immediately prior to laying the sod. FAA Standard Specifications - 89 1• ©PbRATfD unp .pp. ..rtntnM • • • C • • • • • The sod shall be moist and shall be placed on a moist earth bed. Pitch forks shall not be used to handle sod, and dumping from vehicles shall not be permitted. The sod shall be carefully placed by hand, edge to edge and with staggered joints, in rows at right angles to the slopes, commencing at the base of the area to be sodded and working upward. The sod shall immediately be pressed firmly into contact with the sod bed by tamping or rolling with approved equipment to provide a true and even surface, and rolling with approved equipment to provide a true and even surface, and insure knitting without displacement of the sod or deformation of the surfaces of sodded areas. Where the sod may be displaced during sodding operations, the workmen when replacing it shall work from ladders or treaded planks to prevent further displacement. Screened soil of good quality shall be used to fill all cracks between sods. The quantity of the fill soil shall not cause smothering of the grass. Where the grades are such that the flow of water will be from paved surfaces across sodded areas, the surface of the soil in the sod after compaction shall be set approximately 1 inch below the pavement edge. Where the flow will be over the sodded areas and onto the paved surfaces around manholes and inlets, the surface of the soil in the sod after compaction shall be placed flush with pavement edges. On slopes steeper than 1 vertical to 2 1/2 horizontal and in V-shaped or flat -bottom ditches or gutters, the sod shall be pegged with wooden pegs not less than 12 inches in length and have a cross-sectional area of not less than 3/4 square inch. The pegs shall be driven flush•with the surface of the sod. 904-3.6 WATERING. Adequate water and watering equipment must be on hand before sodding begins, and sod shall be kept moist until it has become established and its continued growth assured. In all cases, watering shall be done in a manner which will avoid erosion from the application of excessive quantities and will avoid damage to the finished surface. 904-3.7 ESTABLISHING TURF. (a) General. The Contractor shall provide general care for the sodded areas as soon as the sod has been laid and shall continue until final inspection and acceptance of the work. (b) Protection. All sodded areas shall be protected against traffic or other use by warning signs or barricades approved by the Engineer. (c) Mowing. The Contractor shall mow the sodded areas with approved mowing equipment, depending upon climatic and growth conditions and the needs for mowing specific areas. In the event that weeds or other undesirable vegetation are permitted to grow to such an extent that, either cut or uncut, they threaten to smother the sodded species, they shall be mowed and the clippings raked and removed from the area. 904-3.8 REPAIRING. When the surface has become gullied or otherwise damaged during the period covered by this Contract, the affected areas shall be FAA Standard Specifications - 90 • „ .©M'ADI�TEEL I. repaired to re-establish the grade and the condition of the soil, as directed by the Engineer, and shall then be resodded as specified in 904-3.5. I• METHOD OF MEASUREMENT 904-4.1. This item shall be measured in place on the basis of the area in square yards of the surface covered with sod and accepted. I. BASIS OF PAYMENT 1. I. I. I. 1• 904-5.1. This item will be paid for on the basis of the Contract unit price per square yard for solid sod, which price shall be full compensation for all labor, equipment, material, staking, and incidentals necessary to satisfactorily complete the items as specified. Payment will be made under: Bid Item No. 28 Solid Sod, per square yard. FAA Standard Specifications - 91 i. ®INCHED 'Intl .00. ..YTIVRL! I• T-905 TOPSOILING I• DESCRIPTION I• I• I• I• I• r 1• 1• 905-1.1 This item shall consist of preparing the ground surface for topsoil application, removing topsoil from designated stockpiles or areas to be stripped on the site or from approved sources off the site, and placing and spreading the topsoil on prepared areas in accordance with this Specification at the locations shown on the Plans or as directed by the Engineer. MATERIALS 905-2.1 TOPSOIL. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps, roots, brush, stones (2 inches or more in diameter), clay lumps or similar objects. Brush and other vegetation which will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sods and hebaceous growth such as grass and weeds are not to be removed but shall be thoroughly broken up and intermixed with the soil during handling operations. The topsoil or soil mixture, unless otherwise specified or approved, shall have a pH range of approximately 5.5 pH to 7.6 pH, when tested in accordance with the methods of testing of the Association of Official Agricultural Chemists in effect on the date of invitation of bids. The organic content shall be not less than 3% nor more than 20% as determined by the wet -combustion methods (chromic acid reduction). There shall be not less than 20% nor more than 80% of the material passing the 200 mesh sieve as determined by the wash test in accordance with AASHTO T11. Natural topsoil may be amended by the Contractor with approved material and methods to. meet the above Specifications. 905-2.2 INSPECTION AND TESTS. Within 10 days following acceptance of the bid, the Engineer shall e notified of the source of topsoil to be furnished by the Contractor. The topsoil shall be inspected to determine if the selected soil meets the requirements specified and to determine the depth to which stripping will be permitted. At this time, the Contractor may be required to take representative soil samples from several locations within the area under consideration and to the proposed stripping depths, for testing purposes as specified in 905-2.1. CONSTRUCTION METHODS 905-3.1 GENERAL. Areas to be topsoiled shall be shown on the Plans. The topsoil is available on the site. The location of the stockpiles and areas to be stripped of topsoil and the stripping depths are shown on the Plans and in these Specifications under EXCAVATION. FAA Standard Specifications - 92 1• ©�` EEo pl(( .IX. ...(A(h((( Suitable. equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the Engineer before the various operations are started. 0 • • • • • •' • 905-3.2 PREPARING THE GROUND SURFACE. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike -tooth harrows, or by other means approved by the Engineer, to a minimum depth of 2 inches to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the Plans, which are too compact to respond to these operations shall receive special scarification. Grades on th shown on the grades have surface left condition to pockets where e area to be topsoiled, which have been established by others as Plans, shall be maintained in a true and even condition. Where not been established, the areas shall . be smooth -graded and the at the prescribed grades in prevent, insofar as practical, water will stand. 905-3.3 OBTAINING TOPSOIL. Prior to areas, any vegetation, briars, stumps on such areas, which may interfere removed using methods approved by th which cannot be incorporated into the be removed. an even and properly compacted the formation of low places or the stripping of topsoil from designated and large roots, rubbish or stones found with subsequent operations, shall be e Engineer. Heavy sod or other cover, topsoil by discing or other means shall When suitable topsoil is available on the site, the Contractor shall remove this material from the designated areas and to the depth as directed by the Engineer. The topsoil shall be spread on areas already tilled and smooth -graded, or stockpiled in areas approved by the Engineer. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. Any topsoil that has been stockpiled on the site by others, and is required for topsoiling purposes, shall be removed and placed by the Contractor. The sites of all stockpiles and areas adjacent thereto which have been disturbed by the contractor shall be graded if required and put into a condition acceptable for seeding. 905-3.4 PLACING TOPSOIL. The topsoil shall be evenly spread on the prepared areas to a uniform depth of 4 inches after compaction, unless otherwise shown on the Plans or stated in the Special Provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried ,on so that turfing operations can proceed with a minimum of soil preparation or tilling. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches or FAA Standard Specifications - 93 • © ANTED .mu .oc, ygRFVLLC I• I• I• r r I• I• I• G 1• more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor. After spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Engineer. The compacted topsoil surface shall conform to the required lines, grades, and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. METHOD OF MEASUREMENT 905-4.1 The yardage of topsoil obtained on the site to be paid for shall be the number of cubic yards of topsoil measured in its original position and stripped or excavated. The yardage of topsoil stockpiled by others and removed for topsoiling by the Contractor to be paid for shall be the number of cubic yards of topsoil measured in the stockpile. Topsoil shall be measured by volume in cubic yards computed by the method of end areas. BASIS OF PAYMENT 905-5.1 Payment shall be considered subsidiary to and will be made under Bid Item Nos. 5 and 6. This price shall be full compensation for furnishing all materials and for all preparation, placing, and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. FAA Standard Specifications - 94 1• © a ATED ..ti,,.x. ....fl..t„ I• T-908 MULCHING DESCRIPTION 908-1.1 This item shall consist of furnishing, hauling, placing, and securing mulch on surfaces indicated on the Plans or designated by the Engineer. I• MATERIALS C C I• I• 1• I• I• 908-2.1 MULCH MATERIAL. Acceptable mulch shall be the materials listed below or any approved locally available material that is similar to those specified. Low grade, musty, spoiled, partially rotted hay, straw, or other materials unfit for animal consumption will be acceptable. Mulch materials, which contain matured seed of species which would volunteer and be detrimental to the proposed overseeding, or to surrounding farm land, will not be acceptable. Straw or other mulch material which is fresh and/or excessively brittle, or which is in such an advanced stage of decompostion as to smother or retard the planted grass, will not be acceptable. (a) Hay. Hay shall be native hay, Sudan grass hay, broomsedge hay, legume hay, or similar hay or grass clippings. (b) Straw. Straw shall be the threshed plant residue of oats, wheat, barley, rye, or rice from which grain has been removed. (c) Asphalt Binder. Asphalt binder material shall conform to the requirements of AASHTO M 140, Type SS -1 or RS -1, as appropriate. 908-2.2 INSPECTION. Within shall e notified of sources the Contractor shall furnish to be used. These samples m Engineer and any materials standards shall be rejected. 5 days after acceptance of the bid, the Engineer and quantities of mulch materials available and him with representative samples of the materials ay be used as standards with the approval of the brought on the site which do not meet these CONSTRUCTION METHODS 908-3.1 MULCHING. Before spreading mulch, all large clods, stumps, stones, brush, roots, and other foreign material shall be removed from the area to be mulched. Mulch shall be applied immediately after seeding. The spreading of the mulch may be by hand methods, blower, or other mechanical methods, provided a uniform covering is obtained. FAA Standard Specifications - 95 1• A TED .,fl,..0C. ...m,.k„ i. i• I. li li Ii I6 li li Mulch material shall be furnished, hauled, and evenly applied on the area shown on the Plans or designated by the Engineer. Straw or hay shall be spread over the surface to a uniform thickness at the rate of 2 to 3 tons per acre to provide a loose depth of not less than 1 1/2 inches nor more than 3 inches. Other organic material shall be spread at the rate directed by the Engineer. Mulch may be blown on the slopes and the use of cutters in the equipment for this purpose will be permitted to the extent that at least 95% of the mulch in place on the slope shall be 6 inches or more in length. When mulches applied by the blowing method are cut, the loose depth in place shall be not less than 1 inch nor more than 2 inches. 908-3.2 SECURING MULCH. The mulch shall be held in place by asphalt binder, or other adhesive material approved by the Engineer. Where mulches have been secured by either of the asphalt binder methods, it will not be permissible to walk on the slopes after the binder has been applied. The Contractor is warned that in the application of asphalt binder material he must take every precaution to guard against damaging or disfiguring structures or property on or adjacent to the areas worked and that he will be held responsible for any such damage resulting from his operations. 908-3.3 CARE AND REPAIR. (a) The Contractor shall care for the mulched areas until final acceptance of the project. Such care shall consist of providing protection against traffic or other use by placing warning signs, as approved by the Engineer, and erecting any barricades that may be shown on the Plans before or immediately after mulching has been completed on the designated areas. (b) The Contractor shall be required to repair or replace any mulching that is defective or becomes damaged until •the project is finally accepted. When, in the judgment of the Engineer, such defects or damages are the result of poor workmanship or failure to meet the requirements of the Specifications, the cost of the necessary repairs or replacement shall be borne by the Contractor. However, once the Contractor has completed the mulching of any area in accordance with the provisions of the Specifications and to the satisfaction of the Enqineer, no additional work at his expense will be required, but subsequent repairs and replacements deemed necessary by the Engineer shall be made by the Contractor and will be paid for as additional or extra work. (c) If the "Asphalt Spray" method is used, all mulched surfaces shall be sprayed with asphalt binder material so that the surface has a uniform appearance. The binder shall be uniformly applied to the mulch at the rate of approximately 8.0 gallons per 1,000 square feet, or as directed by the Engineer, with a minimum of 6.0 gallons and a maximum of 10 gallons per 1,000 square feet depending on the type of mulch and the effectiveness of the binder securing it. Bituminous binder material may be sprayed on the mulched slope areas from either the top or the bottom of the slope. An approved spray nozzle shall be used. The nozzle shall be operated at a distance of not less than 4 feet from the surface of the mulch and uniform distribution of the FAA Standard Specifications - 96 I• ©FATED UOY.IX. ..1inivIttE C I• I• I• I• I• I• Ci 1• 1• bituminous material shall be required. A pump or an air compressor of adequate capacity shall be used to insure uniform distribution of the bituminous material. (d) If the "Asphalt Mix" method is used, the mulch shall be applied by blowing, and the asphalt binder material shall be sprayed into the mulch as it leaves the blower.. The binder shall be uniformly applied to the mulch at the rate of approximately 8.0 gallons per 1,000 square feet or as directed by the Engineer, with a minimum of 6.0 gallons and a maximum of 10 gallons per 1,000 square feet depending on the type of mulch and the effectiveness of the binder securing it. METHOD OF MEASUREMENT 908-4.1 Mulching shall be considered as subsidiary to Bid Item 21 for Seeding. BASIS OF PAYMENT 908-5.1 Payment will be made under Bid Item 24, Seeding and Fertilizing. This price shall be full compensation for furnishing all materials and for placing and anchoring the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. FAA Standard Specifications - 97 1• © CO WPATED .'rn. •a• r•renniue 9 • • • • • C • • L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT DESCRIPTION 110-1.1 This item shall consist of constructing underground electrical ducts in accordance with this Specification at the locations and in accordance with the dimensions, designs, and details shown in the Plans. This item shall include the installation of all underground electrical ducts or underground conduits. It shall also include all trenching, backfilling, removal, concrete encasement, mandreling installation of steel drag wires and duct markers, capping, and the testing of the installation as a completed duct system ready for installation of cables, to the satisfaction of the Engineer. That portion of this work located within 200 feet of the runway edge must be performed at night time under "closed airport" conditions. EQUIPMENT AND MATERIALS 110-2.1 GENERAL. All equipment and materials covered by referenced Specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when so requested by the Engineer. 110-2.2 PLASTIC CONDUIT. Plastic conduit and fittings shall conform to the requirements of Fed. Spec. W -C-1094 and shall be Type I, suitable for underground use either directly in the earth or encased in concrete. CONSTRUCTION METHODS 110-3.1 GENERAL. The Contractor shall install underground ducts at the approximate locations indictated in the Plans. The Engineer shall approve_ specific locations as the work progresses. Ducts shall be of the size, material, and type indicated in the Plans or Specifications. All duct lines shall be laid so as to grade toward duct ends for drainage. Grades shall be at least 3 inches per 100 feet. On runs where it is not practicable to maintain the grade all one way, the duct lines shall be graded from the center in both directions toward duct ends. Pockets or traps where moisture may accumulate shall be avoided: The Contractor shall mandrel each duct. An iron -shod mandrel, not more than 1/4 inch smaller than the bore of the duct shall be pushed through each duct by means of jointed conduit rods. The mandrel shall have a leather or rubber gasket slightly larger than the duct hole. All ducts installed shall be provided with a No. 10 gauge galvanized iron or steel drag wire for pulling the permanent wiring. Sufficient length shall be FAA Standard Specifications - 98 • © 'dR€RhAEED ufL1 .IX. ...ffMLLL I• I• I• I• I• I• 1• 1• 1• left in manholes or handholes to bend the drag wire back to prevent it from slipping back into the duct. Where spare ducts are installed, as indicated on the Plans, the open ends shall be plugged with removable tapered plugs, designed by the duct manufacturers, or with handwood plugs conforming accurately to the shape of the duct and having the larger end of the plug at least 1/4 inch greater in diameter than the duct. All ducts shall be securely fastened in place during construction and progress of the work and shall be plugged to prevent seepage of grout, water, or dirt. Any duct section having a defective joint shall not be installed. All ducts installed under the roadway shall be encased in a concrete envelope and shall be backfilled with crushed stone aggregate, Item P-209. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for ducts may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of road patrols or graders shall not be used to excavate the trench. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. 110-3.2 DUCTS ENCASED IN CONCRETE. Unless otherwise shown in the Plans, concrete -encased ducts shall a installed so that the top of the concrete envelope is not less than 18 inches below the finished subgrade where installed under runways, taxiways, aprons, or other paved areas. Ducts under paved areas shall extend at least 3 feet beyond the edges of the pavement. Trenches for concrete -encased ducts shall be opened the complete length before concrete is laid so that if any obstructions are encountered, proper provisions can be made to avoid them. All ducts for concrete encasements shall be placed on a layer of concrete not less than 3 inches thick prior to its initial set. Where two or more ducts are encased in concrete, the Contractor shall space them not less than 1 1/2 inches apart (measured from outside wall to outside wall) using spacers applicable to the type of duct. As the duct laying progresses, concrete not less than 3 inches thick shall be placed around the sides and top of the duct bank. End bells or couplings shall be installed flush with the concrete encasement where required. When directed, the Contractor shall supply additional supports where the ground is soft and boggy. Concrete for backfill shall be proportioned not leaner than a 1-3-6 mix by volume and shall have a compressive strength of not less than 2,000 PSI. Approved clean aggregate shall be used to produce the concrete. 110-3.4 DUCT AND CONDUIT MARKERS. The location of the ends of all ducts and conduits shall be marked by a concrete slab marker 2 feet square and 4 inches thick extending approximately 1 inch above the surface. The markers shall be FAA Standard Specifications - 99 1• ©L'6PTEO ufu.¢. upnMul I• located above the ends of all ducts or duct banks, except where ducts terminate in a handhole, manhole, or building. I• I. I• 1• I• 1• 1• 1• 1• The Contractor shall impress the work "DUCT" on each marker slab. He shall also stencil in on the slab the number and size of ducts beneath the marker. The letters shall be 4 inches high and 3 inches wide with width of stroke 1/2 -inch and 1/4 -inch deep or as large as the available space permits. 110-3.5 BACKFILLING. After concrete -encased ducts have been properly installed and the concrete has had time to set, the trench shall be backfilled in 8 -inch loose layers with crushed stone aggregate compacted to the required density. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface: except that, when sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. For conduits without concrete envelope, backfill shall be performed entirely with crushed stone aggregate, compacted to the required density. 110-3.6 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying and other work shall be restored to its original condition. The restoration shall include any necessary topsoiling, fertilizing, liming, seeding, sprigging, or mulching. All such work shall be performed in .accordance with the FAA Standard Turfing Specifications. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. METHOD OF MEASUREMENT 110-4.1 The quantity of underground duct and conduit to be paid for under this item shall be the number of linear feet of each installed, measured in place, completed, and accepted. Separate measurement shall be made for the various types and sizes. FAA Standard Specifications - 100 I • ©rRATED .mu.x. rmneww I• BASIS OF PAYMENT I• 0 I• I• 1• 1• I• 110-5.1 Payment will be made at the Contract unit price for each type and size of duct and conduit completed and accepted. This price shall be full compensation for furnishing all materials (including crushed stone backfill) and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Concrete for encasement, where required, shall be included in the bid price per linear foot of duct. Payment will be made under: Bid Item No. 29 2 -Way Underground Electrical Duct, per Linear Foot. Bid Item No. 30 2 -Way Underground Electrical Duct with Split PVC Conduit, per linear foot FAA Standard Specifications - 101 I• © CD HATED untl .x. u4nevn4 DESCRIPTION This item shall consist of the furnishing and installing fabric on the access roadway subgrade as required. The fabric shall be placed over areas which have become too wet the compaction of off -site borrow on the native subgrade, Engineer in lieu of excavation of unsuitable material off -site borrow material. It is anticipated that only a fabric will be needed for this project. The soil stabilization fabric shall be equal woven polyprophylene or Fibertex 200, Typar fabrics. Other fabrics may be approved upon soil stabil soil stabil or soft to as directed and backfi small quan ization ization support by the 1 with tity of to Fibertex Ten -2 and Mirafi 3401 and TREVIRA S-1120 non - submittal of technical data. CONSTRUCTION METHODS The subgrade shall be cleared of all sharp objects, tree stumps, roots, and large stones that could puncture the fabric. In areas in which the fabric is to be installed, the topsoil shall be removed, and the subgrade cut to the proper grade. Fabric shall be overlapped a minimum of two (2') feet or as recommended by the manufacturer. In windy weather the, soil or rocks should be placed on the fabric to hold it until the select borrow material is dumped and spread. No vehicles should be allowed to drive directly on the fabric. Following normal construction practices, trucks are used to back -dump borrow material onto the fabric. Spreading the material is best accomplished with a tracked bulldozer. Lighter weight models are recommended for softer subgrades. Front-end loaders and motor graders should be avoided because they exert greater pressure on the subgrade. Vibratory compactors can be used, but only after reasonable compaction and rut stability have been established by bulldozer. The Contractors shall install the fabric per the manufacturer's recommendations. Should the fabric be damaged during installation, be exposed and a patch of fabric placed over it. enough to overlap onto unaffected areas by 3 to 4 is then to be replaced and compacted. Initial "walking" a tracked bulldozer back and forth over while waiting for the next load. Do not grade additional material and compact. the damaged section The patch should be feet. The borrow ma compaction should bi the just -spread agg )wn ruts; simply fil Specifications ® A &TED .Ime.a. r..m,.+ue I• METHOD OF MEASUREMENT Payment for the soil stabilization fabric shall be made for the number of square yards upon completed and installed as measured in place excluding all laps in the fabric and acceptance of the work by the Engineer. The quantity given is to establish a unit price for this item of work. BASIS OF PAYMENT Payment shall be made according to the unit price bid in the Proposal. Payment under this item shall be full compensation for furnishing of all materials, labor, and other incidentals necessary to complete this item. I• I• I• I• I• * I• Payment shall be made under: Bid Item No. 9 Soil Stabilization Fabric, per square yard. FAA Standard Specifications - 103 [: � SEED unu.x. r..m[v'u. I• GATE OPERATING EQUIPMENT GENERAL Furnish and install a gate operating system according to the following specifications, to be wired, connected and left in first class operating condition. All equipment shall be approved by the Engineer and Owner. Such submittals covering substitute equipment shall include the Section, Page, and Paragraph Numbers of the Underwriter's catalogue covering the UL listing of each of the parking system components. Manufacturer of equipment shall have a service organization located within 75 miles of the job site and shall be capable of maintaining and servicing his equipment with factory trained and experienced employees. The equipment manufacturer must provide at least two regularly conducted customer service schools per year. EQUIPMENT I• I• I• I• 10 1• Arm Gates. Automatic arm gates shall be installed where incorporate in one housing all necessary components for this unit. The unit shall have a nine foot, six construction, be of heavy gauge steel welded construct bearing shaft operating mechanism, and optionally have controlled heating unit to insure operation at -30°F. specified and shall the functioning of inch arm of wood on, have an oilite a thermostatically The gate arm shall be attached to the shaft by means of a clamp device that permits easy replacement or reinsertion of the usable length following fracture. No mounting that requires drilling of holes in the gate arm will be accepted. This gate shall have the "extra -sensory" feature. This feature provides that should any object be struck by the gate arm during its descent, the arm will immediately reverse and return to the UP position without damage, and remain up until automatically reset by a variable control from off to 15 seconds. The extra -sensory function shall be initiated by a mechanical sensing action that must be contained in the gate housing: The external mounting of tubes, wiring and electrical devices on the gate arm will not be accepted. Gate Motor. The gate motor shall be equipped with thermal overload circuit breaker with automatic reset. In addition, all motor, relay and solenoid power shall be provided with fused protection. The motor shall be 1/4 HP heavy duty sleeve bearing, capacitor type motor with V -belt drive and positive chain reduction. There shall be an anti -vandalism clutch for protection of all components. Braking shall be accomplished by a mechanical stop. The motor shall be controlled by a heavy duty relay with ample current carrying contacts to operate the full starting load. FAA Standard Specifications - 104 I* ATED .mwoc. ...m,mu I• The height of gate arm shall, be 39" from street level when in DOWN position. This unit shall operate on 115 volt 60 Hz power and shall not draw more than 10 amperes surge current at 115 volt AC. It shall be finished in standard highway orange. This gate shall be controlled by a Gate Control Panel installed in the gate housing. The gate housing shall be large enough to contain additional control apparatus if needed such as a Loop Detectors, additional heating units, etc. The gate shall meet the requirements of the National Electrical Code for Class 1, Division 2 for specified locations, when required. I•• 1• I• I• 10 I• Gate Control Panel. The gate control panel shall contain the 24 volt DC power supply, with ependable solid state components throughout, as well as manual control switches and circuit breaker protection of the 115 volt AC supply and low voltage power source. The control circuitry shall be contained on a pluggable glass epoxy board unit that determines the mode of gate operation. A switch to raise, lower and select automatic functioning of the gate shall be provided. A control to activate or inactivate the extra -sensory feature shall also be provided. Loop Detector. Loop Detectors shall be provided where specified; The detector loop shall consist of a specified number of turns of burial type wire and dimensions dependent upon the width of the drive, located as indicated on the Plans. The detector shall be completely transistorized and mounted in the gate housing or control unit. The detector shall be used for either opening or closing functions, the loop location shall be as recommended by the manufacturer. The detector shall be equipped with a tuning meter. It shall operate with circuitry that recognizes vehicle movement into the loop and an unlimited duration of vehicle presence. Detection shall. result in energizing a relay and a panel -mounted monitor light. Detectors that are manufactured by companies other than the equipment supplier will not be accepted. Detectors must be manufactured by equipment suppliers. Loop. Detector loop shall be installed where specified to operate with the loop detectors. The loop shall be a continuous length of teflon wire wrapped in vinyl plastic to resist oil, gasoline and the solvents that are commonly found in parking installations. A slot in the road surface of no deeper than three quarter inch shall be required to accept the loop. Control Station. A card control station shall be installed where specified. A card control station shall be mounted on a 2" tubular stand at a height of 36" and finish shall be highway orange enamel. Card control station shall be used for either IN control. Insertion of card in slot shall cause completion of electrical circuit to the gate system. A heater shall be mounted in the cardtrol unit and lights provided for illumination of card slot. The card code will be accompanied by means of embossed bar code bits. No other means of coding will be accepted. Codes will be easily changed by means FAA Standard Specifications - 105 I• © A TED .m..a. nrrnrnuc 1• of a switch. The card control station shall provide for four period cards. A minimum of 60 cards shall be furnished with the system. Gate Operator. The cantilever gate operator shall be equipped with a 1 Hp 230 V. single phase high starting torgue reversible motor. The operator shall have a belt, chain, and sprocket motor speed reduction, with a adjustable friction clutch, a magnetic brake, emergency disconnect, limit switch locked in position after adjustment, an adjustable internal timer, and full system capabilities so additional controls system can easily be added. The housing shall be 16 gauge painted galvanized steel. The operator shall be completely wired and tested at the factory. GATE OPERATION The cantilever gate operation under Bid Item A-7 shall be as follows: I• I• r I's I• 1. Entry by card control for gate opening. A loop to detect stalled vehicles in the gate and hold gate open until vehicle is clear. 2. Exit by activating exit loop to open gate. Gate operator to have a several second delay before closing. The cantilever gate operation under Bid Item No. A-8 shall be as follows: 1. Cantilever gate shall be opened at designated hours by seven day clock. During this period entry shall be by arm gates operated by the card control for entry. The exit arm gate shall be opened by activating exit loop. 2. The cantilever gate and arm gates shall be opened for entry by the card control during hours when cantilever gate is normally closed. Exit shall be provided by activating the exit loop to open the gates. INSTALLATION The island for the control station and arm gate shall be constructed of concrete and be raised a minimum of 5 -inches above the roadway surface. The island to be constructed for card control only, if this alternate is accepted, shall be a total of 7'-6" in length. The conduits necessary for ultimate gate operation as outlined above shall be installed during the initial phase of construction below the pavement for future use. The loop wiring shall be installed in conduit beneath the island or beyond the edge of pavement. The FAA Standard Specifications - 106 Is ©M41WHATED .Ta.Oc. u.[f(a0.. I.• loop saw grooves shall' be sealed with a permanent durable sealant meeting ASTM. 0638, D1168, 0149, 0495, and 03407 specifications. The conduit for all controls shall be a minimum of 1 -inch schedule 40 PVC and installed a minimum of 6 -inches below the pavement surface and a minimum of 2 feet below ground surface. The conduit for the power cable shall be a minimum, 2 -inch Sch. 40 PVC to the power pole. All conduit above ground shall be rigid conduit to 2 -feet below the ground. A new electrical service, 100 amp, 240/120 volt, three wire single phase, shall be installed at the power pole as shown on the Plans. The service shall be complete, including weatherhead, conduit, conductors, meter, and 100 amp fused disconnect switch. Two 30 -amp double pole circuit breakers and two 30 amp single pole circuit breakers shall be installed in a weatherproof enclosure immediately below the service disconnect switch. The power conductors to the gate operator shall be minimum 2 conductor #8 with ground. Control wiring shall be #12 minimum. All conductors shall be copper. All insulation shall be THWN/THHN. r I• 1• I• The gate operator shall be mounted on minimum 3 -inch OD steel post. The post shall be set in concrete a minimum 18 -inch diameter, 3 -feet below ground. The contractor shall submit all equipment to the Owner and Engineer for Approval prior to ordering and installing the equipment. The Contractor shall submit to the Engineer upon completion a complete "as built" installation drawing indicating the overall layout and control system. METHOD OF MEASUREMENT Payment for the gate operator, card control loop detectors, conduit, power cable, electric service, control wiring, island, and etc. shall be for the complete installation of the system in good operating conditions accepted by the Owner and Engineer. Payment for the arm gates, time clock, controls, control wiring, island and etc. shall be for the complete installation of the system in good operating condition accepted by the Owner and Engineer. BASIS OF PAYMENT Payment shall be made according to the prices bid in the Proposal. Payment under these items shall be full compensation for furnishing of all materials, labor, equipment, tools and incidentals necessary to complete this item. Payment shall be made under: Bid Item No. A-7 Cantilever Gate Wiring & Etc. Bid Item No. A-8 Arm Gates with Operator, Control Station, Electrical each Controls and Wiring, per lump sum FAA Standard Specifications - 107 1! LITTLE FAtETTOh1LLt APPENDIX Highway' Signing I• I. 10 ® INCCI �OATED uvau«+ IAf nrv6\E 1 • • H, • 1 e •1JY7 � Te C i3x i^ I` nn {!-I w -9,a a e tl.Q bV • k f:[[• S.. u u4-� L • N W .4. :i.,Y i'�'eu e.Ci R_; •n.S e` -!' S u soon w V w ia'•" iv /Y �: bee •'� l Jd- Rr: eL I N, [Yd !Sk .'.is 'k4: i.'•„56 " e�:e �sz�ti a �-•-00 N — Q 5'i er: �ei¢{{¢e €ux(�S''� Y.: 3e; [K�y1 §"•'i i ;s'k:stl •Y • yyif.- gw. • yz. .i.0 i x z ' zr 9lns S� [4ke3 Y9b 3 LYx'�Yi =LL.+e :� ! ox x LL J1.tlF' •{J�e �eY ydsi'x ,e 9 9 a j Fuu••• e > r • Yks Y fuL l I -I xu„5. '-:I! eY1 y .e� y a 6`y n•A W¢an aFs "S:Eve�„ ; z _ x V F Cxenj.JJYn fie'• E e aL-�- <OV IQ Ul F..z LL ,r Sae dai yyv^c9a6. §va.ea, :,as c d i .y Lf9 a• z pptl!•i F�'ta 2 eY { - 6 o O O O c: !y'!-ed"- ] } :Yk k�ai'uJML �'°' NnO Q 0 0 O .. s9cc'p"r Y ygar6tl • It) O .^L.`.ifl. ,"+Yu'e•ieT ^• 1 ]' Yxlu a ¢{A �YyrlS--'` "w#Ie�PX�ybF : V-oi,e a di LS { I S: Y !""J :, yeR•:[ep doYx dd•iY p`t - , "y'a: Y." ='kE,Y9=l3eR353p^Y"=bkF'S�n•.:i$ad e��! 7 iL�L siu' • • •aep .• ( ' �� rd[e t6 d aki au'.Y 9c FI [ie�•: 9s:s a d -y n C�Y� y • 4 n } _ o oo z O• O w iaJ r • 0 1 yW w o O Q O H • 0 t e u O N .i « S - o C O k y o G ¢ C W x O -;U y~ N x W O O O u 0—= o W a Cl• ' - U •� O H 1. v.n) 1uaJl V y 1.1.,x) 70 cn W O _ N J / cc -Q 1 .. I • JK .• 6J% a uJO Y .lf_np !a Sf AAA W d W LJ i t Y J i« z a O T T i yV'j ) M1' S O% % ^ N N � u � a .e• W Y. ib• Y W •Jiry W ?• i s 'T- J1wn •O rV1 If d rl • �✓ 1n J O ! o t 7 i d J��\ \ / o YI J a ., . x Y. z o ;; y \V/ y } �N N ! Iii bx) i � . ^~ W n2 L{ S Zo T . c sC 3�% ia% e ' l ooc 1- / .n•` '�I�� I• u K iW / V _uVH i b 1 •r ¢Lk n dr• n� \\ N= W U • i " b n w • Z O •C Q O •CL i �• S! W % x O Z Y \yfJl• .�G y .J.tnnJ t u l.V r I .z - Ip [ In . [ • •uz o O d QV¢ o n0 5 3 : a 1?uz3 • pp 6CN • O .�-i.. Wr3 6 • I• a p 3. 1 4$e♦ [ d i it Y [ C a 20 i •I IUi 2I I- - - � i•� I I. so�r �• II It 1 ^I yam— :f.i i:i - ?i 5v•!: ..wi. i{; 6 - 1 II- . 1 Vi.t ,E ,•1 1 1 F • • _ � - n. fll OQ Od I 1 11? \ •.1........ It Ii Ifl \`\ I i _ ii ii n.0 i?1, O � 1.i 1�1' 1i 1I 11 rt ii: ?I'1?'i( I?�fl??i is is r ? ,≥N i13i?1 !?1'iI! II s: 11 1 .I ?e. .1 • I 1.1 1? {I :I S el?, 11 iP �ff. ?i itil ri • Iiliri LLLJJJFO\ 1 ,:•14.4i�t? •...it ,r O1�-J .tIi • etii a � �Ii ii•,i -] ?, ; t i\ id{ =9 } 2J r1� 1 1 riT - rn : II I m \ 1 r—i—a-1—• I 4 i f r1 . I f ttlri an.: I