Loading...
HomeMy WebLinkAbout76-83 RESOLUTIONRF.SOTJTT.T(1N-NQ, '7b-23 i1 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH McCLELLAND CONSULTING ENGINEERS, INC. FOR ENGINEERING SERVICES IN CONNECTION WITH IMPROVE- MENTS TO THE FAYETTEVILLE MUNICIPAL AIRPORT UNDER FEDERAL AVIATION ADMINISTRATION GRANT"AGREEMENT FOR PROJECT NO. AIP3-05-0020-04 CONSISTING OF AIRCRAFT PARKING APRONS, CONNECTING TAXIWAY, AND AREA LIGHTING. BE IT..RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: /- That the Mayor and City Clerk are hereby authorized and directed to -execute a contract with McClelland Consulting Engineers, Inc. for engineering services connection with improvements to the Fayetteville Municipal Airport under Federal Aviation Administration Grant Agreement for Project No. AIP3-05-0020-04 consisting of aircraft parking apronsc;con- necting taxiway, and area lighting. A copy of the contract authorized for execution hereby is attached hereto, marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 21st day of a APPROVED: By: June , 1983. , AGREEMENT FOR ENGINEERING SERVICES THIS AGREEMENT, made this 21st day by and between CITY OF FAYETTEVILLE, ARKANSAS, OWNER, and McCLELLAND CONSULTING ENGINEERS, hereinafter referred to as the ENGINEER. of June hereinafter referred INC., Fayetteville, , 1983, to as the Arkansas, The OWNER desires to construct aircraft parking apron extensions and certain related lighting improvements 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. AIP 3-05-0020-04. 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 an appropriate scale, with 1' contour intervals, corrected for distortion. 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 earthwork, paving, site drainage, and related work required to construct the following improvements: A. An aircraft parking apron on the East side, approximately 26,500 square yards in area; EXHIBIT A .. i • k B. An aircraft parking apron on the West side, approximately 4,400 square yards in area, plus a connecting taxiway; and Apron lighting for the East side apron, discussed in Section A.4.A., immediately hereinbefore. 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 based upon experience, judgment and latest prices bid for similar work. 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 and 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 swill ;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,tlike, 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 execution of this contract and its approval by the Federal Aviation Administration, and will have Plans and Specifications completed, ready for advertising for bids within eighty four (84) calendar days therefrom. It is mutually understood that this completion period is based on obtaining OWNER and Federal Aviation Administration approval of the Plans and Specifications for proposed improvements within fourteen (14) days of submittal for review to those entities. It is therefore agreed that in the event that circumstances beyond the control of the ENGINEER result in the delay of said approval, this completion period will be extended by the length of such delay. 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 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. 1 `• 11. 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 .'contruction. 12. The ENGINEER will check and approve any necessary shop and working drawings.furnished.by contractor. �. 1 13. 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 contractor. The ENGINEER will not, however, guarantee the performance by any contractor. 14. The ENGINEER will provide horizontal and vertical control in the form of bench marks or reference points to be used by the contractor in performing the construction. 15. The ENGINEER will review and approve estimates for progress and final payments. 16. The ENGINEER will make final review of all construction and a written certification of same to the OWNER. 17. 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. 18. The ENGINEER will be available to furnish engineering service and consultations necessary to correct all unforeseen project operating difficulties for a period of one year after the date of final inspection and acceptance of the facility by the OWNER, said services being subject to the provisions of Section C of this Contract as applicable. 19. The ENGINEER will perform 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 1.C. is based on the construction period not exceeding one hundred sixty eight (168) 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, plus applicable direct costs, if any. 20. The ENGINEER will perform soils investigations as deemed necessary for proper detailed design. 21. 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. SECTION B - COMPENSATION FOR ENGINEERING SERVICES That the OWNER shall compensate the ENGINEER for engineering services based upon the following schedule: 1. PRELIMINARY AND DETAILED PLANNING, DESIGN AND CONSTRUCTION OBSERVATION: For the performance of services in Section A, Paragraphs 1 through 19, the sum of forty thousand dollars ($40,000). Compensation for services performed under Section A, Paragraphs 1 through 19 shall be according to the following schedule: A. The sum of twenty-five thousand, seven hundred fifty dollars ($25,750) shall be due and payable in two equal payments; the first, 42 calendar days following execution of the Contract; and the last, upon completion of the detailed plans and specifications and approval of same by the OWNER and the Federal Aviation Administration. B. The sum of three thousand, one hundred dollars ($3,100) shall be due and payable upon issuance by the OWNER of the Notice to Proceed on the construction contract. C. The sum of eleven thousand, one hundred fifty dollars ($11,150) shall be due and payable in monthly inssto ments, based upon the monthly estimates prepared to pay the construction contractor, the final incremental amount to be payable upon completion and final acceptance of the construction work. • 2. SOILS INVESTIGATIONS: For the performance of services in Section A, Paragraph 20, the following schedule will apply: Mobilization Soil Excavations Atterberg Limits Unconfined Compression Test Moisture Content Unit Weight Gradation, Dry Sieve Gradation, Wet Sieve California Bearing Ratio Letter Summary of Data $100.00/lump sum $ 50.00/pit $ 35.00/each $ 35.00/each $ 5.00/each $ 5.00/each $ 5.00/sieve $ 15.00/sieve $250.00/each $300.00/lump sum The estimated fee for the services in Section A, Paragraph 20 is two thousand, three hundred dollars ($2,300), and it is agreed that this fee will not be exceeded without the prior written approval of the OWNER. Compensation for the services in Section A, Paragraph 20, shall be due and payable upon completion of the Letter Summary of Data and approval of same by the OWNER. CONSTRUCTION MATERIALS TESTING: For the performance of services in Section A, Paragraph 21, 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; Asphalt Tests, including: 3 - Marshall Speciman 3 - Unit Weight 3 - Stability 1 - Asphalt Content 1 - Gradation Concrete Beam Testing $'10.00/each $ 5.00/each $ 90.00/each $ 70.00/each $ 13.50/each $ 5.00/sieve { i$ 15.00/sieve $250.00/sample (total) $ 17.00/beam The estimated fee for the construction materials testing is three thousand, three hundred dollars ($3,300) and it is agreed that this fee will not be exceeded without the prior written f 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 needed for additional construction work, additional surveys, legal descriptions, time related to, litigation (court appearances, depositions, transcriptions, investigations, etc.), overtime engineering, work re -done, not as a result of the ENGINEER'S omissions or commissions, or any services not specifically included in the scope of this contract. - In such' event, it is mutually agreed that compensation for such services shall be determined by the following hourly schedule: • ENGINEERING Principal Engineer • - Project Coordinator, Project Engineer Assistant Project Engineer Construction Observor FIELD PERSONNEL Three-man party (Surveying) Two-man party DRAFTSMAN Senior Draftsman Junior Draftsman OFFICE PERSONNEL Secretarial/Clerical r- 14.10 .,, SECTION D - OWNER'S REPRESENTATIVE $74.00/hour $53.50/hour $41.50/hour $30.00/hour $37.50/hour $65.00/hour $50.00/hour $28.00/hour $20.00/hour $18.00/hour 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. 6 ei 1 SECTION - ACCESS TO RECORDS,. 4 • 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 pertinentto 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-paymentIfor 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 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, hereunder. 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 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. �. 4 .t - 6y: (SEAL) ATTEST: .- By Type Name Sherry Rowe Title City Clerk Date 6/21/83 (sum7. ATTEST, McCLELLAND CONSULTING ENGINEERS, INC. a By%i?etatl7t: Q., 7 �. .' ; , k. INC .Name' rMaurice A. McClelland Title h'' Secy - Treas. Date ,«u/ 109 /9•,f2 OWNER: CITY OF YETTTE/VI By Via/4 / . ed,4/G�19 Type Name Paul R. Noland Title Mayor Date 6/21/83 ENGINEER: e.Name J. E. McClelland, Sr. Title President Date1I,e/ yi j kc/973 rt APPENDIX A TO AGREEMENT FOR ENGINEERING. SERVICES .r. AirporteImprovement Program.Number 3-05-0020-04 State of Arkansas CERTIFICATION OF ENGINEER • 4.1 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 c. 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, in connection with this contract involving participation of Airport Improvement Program (AIP) funds and is subject to applicable state and federal laws, both criminal and civil. Alt 4 /99g3 , 1983 E. McClelland, P.E. - 10 - 0 .0 ........... ..v P.O. Box 1229 ,18:10 No College Ave: FAYETTEVIIIE, ARKANSAS 72702 'Phone (501) 443-4271 443-2377 TO Crry pAyEeircvi .Le Pme re\ ue, GENTLEMEN: WE ARE SENDING YOU /Attached 0 r: Shop drawings II Prints C Copy of letter ❑ Change order COPIES DATE NO THESE ARE TRANSMITTED as checked /For For approval E For your use G As requested • For review and comment E, ]1 CO • DATE /w -7,-3 -&-S R ATTENTE IIO.ry ()al/ «:L6n1 At sgrAdet CANTrACT VOt L -j ibia, \)K&s JOP NO.fp3 -132J Under separate cover via the following items: ❑ Plan 0 Samples [ti Got4-11zAciS DESCRIPTION below: Cr Approved as submitted 0 Approved as noted 1= Returned for corrections 1 r FOR BIDS DUE -baja--e ig/t out 1N1 tGri� , cti2f rbc (-C 177K 3 COPY TO 19 0 Specifications ❑ Resubmit copies for approval ❑ Submit copies for distribution ❑ Return corrected prints PRINTS RETURNED AFTER LOAN TO US w F��� —4syki US Department of Transportoton d l GRANT AGREEMENT FOR DEVELOPMENT PROJECT Part 1 -Offer 'd Aisktlion SEP 131993 Administration Date of Offer: Page 1 of 4 pages Airport: Drake Field Project No. 3-05-0020-04 Contract No. DOT FA 83 SW -8871 TO: the City of Fayetteville, Arkansas (herein referred to as the "Sponsor") FROM: The United States of America (acting through the Federal Aviation Administration, herein referred to as the "FAA") . WHEREAS, the Sponsor has submitted to the FAA a Project Application ( also called an Application for Federal Assistance) dated August 10, 1983 , for a grant of Federal funds for a project for development of the Drake Field Airport (herein called the "Airport"), together with plans and specifications for such project, which Application for Federal Assistance, as approved by the FAA is hereby incorporated herein and made a part hereof; and WHEREAS, the FAA has approved a project for development of the Airport (herein called the "Project") consisting of the following -described airport development: Reconstruct and extend west apron (approx. 3800 sy), including stub taxiway and lighting; extend east side parking apron (approx. 450' x 570') including lighting; complete access road. all as more particularly described in the property map and plans and specifications incor- porated in the said Application for Federal Assistance. Whereas this grant will not be completed during FY 83 and the total estimated cost of completion will 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 assurances and 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% of all allowable costs This Offer is made on and subject to the following terms and conditions: Standard Conditions 1. The maximum obligation of the United States payable under this offer which is comprised of: shall be $ 375,810.00 $ 375,810.00 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. 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 of the Application for Federal Assistance which is attached to and becomes 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 30,1983 or such subsequent date as may be prescribed in writing by the FAA. 7. The property map referred to on Page 1 of this Grant Agreement is the Property Map, Exhibit A dated February 1983 identifies the airport property to which this grant offer applies and is hereby incorporated herein and attached. • Special Conditions Page 3 of 4 Pages 8. The sponsor hereby covenants and agrees that it will not advertise or bid, award any contract, or commence construction for the items as listed in the project description, Page 1 of this agreement, being 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 Agreement 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 specifications to the Administrator on or before 90 days from the date of this grant agreement. 9. Pursuant to Section 512 of the Airport and Airway Improvement Act, and at the sponsor's request, the FAA does hereby commit the United States to obligate an additional amount to this project, for payment of its share of the cost, in accordance with the terms hereof, not to exceed the apportionment(s) made to the sponsor for FY(s) 83 and 84 pursuant to Section 507(a)(1) of said act and subject to the restrictions now or hereafter imposed on the FAA on use of such apportionment by, but not limited to, appropriations as now or hereafter enacted. The exact amount of this commitment will be established in an amendment to this grant that will be duly executed by the parties hereto when such computation and obligation can be made in FY(s) 84.'It is further understood by the parties hereto that this co''iitment does not in itself obligate, preclude nor restrict the FAA in the use of any funds made available for discretionary use under Section 507 of said Act to further aid the sponsor in meeting the cost of this project under the terms of this agreement and limitations of law. The following special assurance is added to Part V Assurances, of the Application for Federal Assistance, attached to this offer. 31. Cost Free Land The federal government does not now plan or contemplate the construction of any structures pursuant to paragraph 27 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. However, it is agreed and understood that the rights of the United States to,cost free areas obtained under unexpired grant agreements with the sponsor are extended for twenty years from the date of this grant agreement. Furthermore, the responsibility for paying the cost of relocating any facilities located in such cost free areas should be made in accordance with Advisory -Circular 150/5300-7, FAA Policy of Facility Relocations Occasioned by Airport Improvements or Changes. 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 By (Title) G• Bob A. Smith,Nanagcr,-Dklalioma City Airports District (lfficc,FAA,Suul1' :;L 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 and conditions thereof. Executed, this r (.`.:RAL) Title Attest: ,V�. c\ V�/ 26th day of September , 1981 City of Paye Ctcvi I Io7Arlcum.a:• (Name of Spo s r) By %// � /' Tit Le: City C3erk CE.?.!FICATE OF SPONSOR'S ATTORNEY I, James N. McCord H iyor , acting as Attorney for the Sponsordo 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, AK this26 day of Septembere19 81. tle City ALtorney 1 FEDERAL ASSISTANCE ❑-?REAPPLICATION ® APPLICATION O NOTIFICATION OF INTENT (OpL) ❑ REPORT OF FEDERAL ACTION 4. LEGAL APPLICANT/RECIPIENT City of Fayetteville sane P.O. Drawer F d. CJty Fayetteville e. COES : Washington 1. stat. Arkansas g. ZIP cone: 72701 h. Canted Pam (Name Don Grimes, City Manager e tdnhon. No.) (501) 521-7700 7. TITLE AND DESCRIPTION OF APPLICANTS PROJECT 1. TYPE OF ACTION 2..APPLI• cANrs APPLI• CATION p(MaarkkaataP- ea cap ) MGM a. Appl tint Name b. Orpnlation Unit c. Strut/P.O. Bat • • a. NUMBER b. DATE 19 83-132 Reconstruct and extend west apron including stub taxiway and lighting; extend east side parking apron including lighting; complete access road. kg 10. AREA OF PROJECT IMPACT (Names of cities, comities, States, etc.) Washington and Benton Counties 13. a. FEDERAL b. APPLICANT c. STATE d. LOCAL PROPOSED S FUNDING 622,750 39,194 30,000 .00 .00 .00 .00 e. OTHER .00 I. TOTAL $ 691,944 .00 11. ESTIMATED NUM- BER OF PERSONS BENEFITING 200,000 14. CONGRESSIONAL DISTRICTS OF: s. APPLICANT 3rd 16. PROJECT STA gRRT clayDAT 1983 10 17 18. ESTIMATED DATE TO BE SUBMITTED TO FEDERAL AGENCY M. b. PROJECT 3rd 17. PROJECT DURATIQN Months 3. STATE APPLICA• TION IDENT- FIER NUMBER b. DATE ASSIGNED 19 Year month day 5. FEDERAL EMPLOYER IDENTIFICATION 71-6018462 6. PRO. GRAM (Prom Ploral Catalog) a. NUMBER b. TITLE Airport 7nprovetnt Program NO. 12101.1110161 B. TYPE OF APPLICANT/RECIPIENT A -State 8-InWnba C-Subaat. District Dieunty E -CII F -School District O-Sped.l Purpur. District H-C'nmmunity Action Agency I- Nigher Educational Institution 1- Indium Tribe K -Other (8p.cifp)i Eider appropnete grin 9. TYPE OF ASSISTANCE )-Bale grant D -Insurance 13 -Supplemental Onnt E-Oth.r Enter appro- C-Laan Price leiter(*) 12. TYPE OF APPLICATION A -Now C-RevIslon E-Mtgmentellon Balanawal D-Contieuallau A Enter appropriate latter 15. TYPE OF CHANCE (For Its er tie) A -Increase Dollars F-Othes (Specify): II -Deane Dollen C-Incroesa Duration D-0wraaa Duration E -C ncellatlon Enter appro- j prate letter(*) ( 1 J Year month day 19. EXISTING FEDERAL IDENTIFICATION NUMBER 1983 . 8 15 3-05-0020-04-83 21. REMARKS ADDED 0 Yes ❑ No II required by OMB Cimular A-95 this application wee submitted. punuent to ion Nu re- Ian/alons therein, to appropriate clarIngbouen and all rayonaes ue attached: sponse 20. FEDERAL AGENCY TO RECEIVE REQUEST (Nana, City, State. ZIP code) 22. THE APPLICANT CERTIFIES THAT ► 23. CERTIFYING REPRE- SENTATIVE 24. AGENCY e. To tha best of my knowledge and hells, b. data in this pre.ppliulron/Ippilcelion are true and correct, the document No been duly •uthoriaed by the dimming body of W eppiiant and Na applicant will comply with the attached swyancee If Na salet- Inca is approved. s. TYPED. NAME MO TITLE Paul Noland, Mayor NAME 26. ORGANIZATIONAL UNIT 29. ADDRESS 31. ACTION TAKEN • e. AWARDED p b. REJECTED O c. RETURNED FOR AMENDMENT • d. DEFERRED O e. WITHDRAWN 38. FEDERAL AGENCY A.-95 ACTION 32. a. FEDERAL b. APPLICANT c. STATE d. LOCAL e. OTHER t. Previously submitted 27. ADMINISTRATIVE OFFICE FUNDING $ .00 33. p0 36. . 00 .00 . 00 TOTAL S .00 Year month day ACTION DATE". 19 CONTACT FOR ADDITIONAL INFORMA• TION (Nam and telephone wymbn) e . In taking atm* .orlon, any comments received from darinthousa wan can. u ide:d. It agency response Is den under provisions ot Part 1. OMB Otsubo A45. it has been or Is being made. 0 c. DATE SIGNED Sear 19 83 EMEM Response attached month day 8 10 25. APPLICA. Year month day TION RECEIVED 19 28. FEDERAL APPLICATION IDENTIFICATION S0. FEDERAL GRANT IDENTIFICATION 94. Year month day STARTING DATE 19 36. Year month day ENDING DATE 19 37. REMARKS ADDED I 0 Yes 0Nn b. FEDERAL AGENCY 445 OFFICIAL (Name and telephone coo.) STANDARD FORM 424 PAGE 1 (10-75) Pe'4ear*.4 by 08A. Fant JMaalap.nast Ci.. Jar T4-7 DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION PART II PROJECT APPROVAL INFORMATION SECTION A Item 1. Does this assistance request require State, local, regional, or other priority rating? Yes X No Item 2. Does this assistance request require State, or local advisory, educational or health clearances? Name of Governing Body Priority Rating Name of Agency or Board Yes X No (Attach Documentation) Item 3. Does this assistance request require clearinghouse review in accordance with OMB Circular A-95? X Yes (Attach Comments) State Clearinghouse March 28, 1983 OMB NO. B0.R Rem 4. Does this assistance request require State, local, Name of Approvina Aaencv Northwest Arkansas _ regional or other planning approval? DoteFebnaxy 25, 1983 Regional Planning CC X Yes No . Item 5. Is the proposed project covered by an approved Check one: State comprehensive plan? Local 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 See instruction for additional information to be on the environment? provided. Yes X No Item 9. Will the assistance requested cause the displacement of individuals families, businesses, or farms? Yes Item 10. Is there other related Federal assistance on this project previous, pend ing, or antic ipated? X No Number of: Individual s Families Businesses Farms See instructions for additional information to be provided. DEPARTMENT OF TRANSPORTATION — FEDERAL AVIATION ADMINISTRATION PART 11 - SECTION C (SECTION B OMITTED) OMB NO. 04 10209 The Sponsor hereby represents and certifies as follows: I. 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. I ),,faults. -The Sponsor is not in default on any obligation to the United States or any agency of the I roiled States Gnyern- .ment relative to the development, operation, or maintenance of any airport, except as stated herewith: None a. Possible Disabilities. -There are no facts or circumstances (including the existence of effective or proposal leases. ❑,e agreement: or other legal instruments affecting use of the Airport nr the existence of pending ling litigation or other Irnal proven'iugs) which in reasonable probability might make It impossible for the Sponsor to carry out and complete the Project nr earn Inst the provisions of Part V of this Application, either by limiting its legal or financial ability Or otherwise, except as follow:: None el. land. -fa) The Sponsor holds the following property interest in the following areas of land* which are to be dedelnped or used as part of or in connection with the Airport, subject to the following exceptions, encumbrances, and adverse interests, all of which areas arra identified on the aforementioned property map designated as Exhibit "A": Sponsor owns fee simple title to the land shown as Tract "A" on Exhibit A. Tract "B" on Exhibit A is land being acquired under Federal Grant No. 3-05-0020-02. Title approved under previous projects'for Tract A. Status of title has not changed since approval. Satisfactory title evidence will be furnished FAA for Tract B when acquisition is complete. 'State character of property interest in each area and list and identify for each all exceptions, encumbrances, and adverse interests of every kind and nature, including liens, easements, leases, etc. 7 h separate. areas of land. need only be identified here by the area numbers shown on the property map. FAA Form 5100-100 (4-76) Page 3a t DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION PART II - SECTION C (Continued) • OMB NO. 04-R0209 The Sponsor further certifies that the above is based on a title examination by a qualified attorney or title company and that such attorney or title company has determined that the Sponsor holds the above property interest. _ (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 aforementioned property map designated as Exhibit "A": None (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 he 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 Sponsor except as follows: None *.Ste character of property interest of rrery kind and nature, including area numbers .shown on the property FAA Form 5100-100 (4a6) in each area and list and identify for each all exceptions, encumbrances, and adverse interest. liens, easements. leases, ete. The separate areas 01 land need only be identified here by the nap. - Page 3b FAA AC 8106913 DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION a. • PART III - BUDGET INFORMATION - CONSTRUCTION SECTION A - GENERAL 1. Federal Domestic Assistance Catalog No 2. Functional or Other Breakout 20.106 SECTION B - CALCULATION OF FEDERAL GRANT Cost Classification Use only for revision, Lotest Approved Adjustment Amount + or (-) OMB NO. SO.R0104 Total Amount Required 1.. Administration expense S S S • 2,000.00 2. Prel iniinary expense 3. Land,structures, right-of-way 4. Architectural engineering basic tees 5. Other architectural engineering Ices 6.- Project inspection fees 7. Land development B. Relocation Expenses 9. Selocation payments to Individuals ano Businesses 10. Demolition and removal 45,494.00 • 2,300.00 17,583.00 11. Construction and project improvement 576 ,267.00 12. Equipment 13. Miscellaneous 3,300.00 14. Total (Lines 1 through 13) 646,944.00 15. Estimated Income (it applicable) 16. Net Project Amount (Line 14 minus 15) 646,944.00 17. Less: Ineligible Exclusions 18. Add: Contingencies 45;000.00 19. Total Project Amt. (Excluding Rehabilitation Grants) 691,944.00 20. Federal Share requested of Line 19 622,750.00 21. Add Rehabilitation Grants Requested (100 Percent) 22. Total Federal grant requested (Lines 20 8 21) 622, 750.00 23. Grantee share 39,194 00 24. Other shares 30,000.00 25. Total project (Lines 22, 23 8 24) S S S 691,944.00 FAA Form 5100.100 (6 73) SUPERSEDES FAA FORM 5100 -10 PAGES 1 THRU 7 Page A DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION 26 6 c SECTION C — EXCLUSIONS Cla s s if 'cation Tools Ineligible for Participation (1) b b OMB h0 aj•HO i6♦ Excluded from C onringency Pro.uion (2) SECTION D — PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE 27., Grantee Share a. Securities b. Mortgages c. Appropriations (By Applicant] d. Bonds e. Tax Levies 1. Non Cash - g. Other (Explain) City Airport Fund h. TOTAL — Grantee shale 2R. Other Shales a. State 39,194.00 39,194.00 Arkansas Division of Aeronautics 30,000.00 b. Other r.. Total Other Shares 29. TOTAL SECTION E.— REMARKS 30,000.00 S 69,194.00 The following itan attached hereto are incorporated herein by reference: 1. Property Map Exhibit "A". 2. Title VI Assurances The following item is incorporated herein by reference. 1. Plans and Specifications to be approved by the F.A.A. PART IV PROGRAM NARRATIVE (Attach — See Instructions) FAA Form 5100-100 15-731 SUPERSEDES FAA FORM 5100-10 PAGES 1 THRU 7 Peg! 5 FAA AC 75-0232 PART V ASSURANCES (For Development Projects) These assurances shall remain in full forehand 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. The sponsor hereby assures and certifies, with respect to the grant applied for in this Application, that: 1. General Federal Requirements. It Will comply with the following laws, regulations, policies, guidelines, requirements as they relate to the application, acceptance, and use of Federal funds for this project: Federal Legislation a. b. c. d . e . f. g - h. i. j. k. 1. m. n. o. P. Federal Aviation Act of 1958 Hatch Act Federal Fair Labor Standards Act Davis -Bacon Act Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 - Titles II and III National Historic Preservation Act of 1966 - Section 106 Archeological and Historic Preservation Act of 1966 Flood Disaster Protection Act of 1973 - Section 102(a) Rehabilitation Act of 1973 - Section 504, Section 503 Civil Rights Act of 1964 - Title VI Aviation Safety and Noise Abatement Act of 1979 Age Discrimination Act of 1975 Architectural Barriers Act of 1968 Vietnam Era Veterans' Readjustment Assistance Act of 1974 - Section 402 Airport and Airway Improvement Act of 1982 Powerplant and Industrial Fuel Use Act of 1978 - Section 403 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 b. 49 CFR Part 23 - Participation by Minority Business Enterprise in Department of Transportation Programs c. 49 CFR Part 27 - Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance d . 41 CFR Part 60 - Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Departme 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 ar Office of Management and Budget Circulars a. b. O . A-95 - Evaluation, Review and Coordination of Federal and Federally Assisted Programs and Projects A-102 - Uniform Requirements for Assistance to State and Local Governments FMC -74-4 - Cost Principles Applicable to Grants and Contracts with State and Local Governments Executive Orders a. b. c. d. 11246 - Equal Employment Opportunity in Federal and 11593 - Historic Preservation 11288 - Prevention, Control, and Abatement of Water 11926 - Evaluation of Flood Hazards Federally Assisted Contracting Pollution 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 ph 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 not to be paid by the United States and sufficient funds to assure operation and maintenance of the for the purposes constructed. 4. which facilii 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 th official repre5entatave of the applicant to acts in connection additibnai information as may be required. with the application and to provide such 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. Air and Water Quality Standards. • In projects involving airport location, a major runway extension, or runwa location, it will provide for the Governor of the state in which the project is located to certify in uritis 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 (60) 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 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 suet 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 -base operator at any airport shall be subject to the same rates, fees, rentals, and other charges as are uniformly applicabl: to all other fixed -base 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 t: 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 an: 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 oth 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, c 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. 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; ar provided further, that the sponsor may prohibit or limit any given type, kind, or class of aeronautical us( of the airport or necessary to service the civil aviation needs of the public. 10. Exclusive Rights. It will permit no exclusive right for the use of the airport by any persons providing, intending to provide, aeronautical services to the public. For purposes of this paragraph, the providing e services at an airport by a single fixed -base operator shall not be construed as an exclusive right if botl of the following apply: (1) it would be unreasonably costly, burdensome, or impractical for more than one fixed -base operator to provide such services; and (2) if allowing more than one fixed -base operator to provide such services would require the reduction of space leased pursuant to an existing agreement betweei such single fixed -base operator and such airport. 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, aircraf rental and sightseeing aerial photography, crop dusting, aerial advertising ann surveying, air carrier operations, aircraft gales and services, sale of aviation petroleum products whether qr, not conducted in c!njunction with other aeronautical activity, repair and maintenance of aircraft, sale of!aireraft 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 terminate 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. 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. It will operate and maintain in a safe and serviceable condition and in accordance with the minimum stancards as may be required or prescribed by the applicable Federal, state, and local agencies for the maintenance and operation, the airport and all facilities 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 use 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 circumstances 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. 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 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 4 months after receipt cf 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 circumstance existing at that particular airport, taking into account such factors as the volume of traffic and economy c 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 user of that airport. • 18. Reports and Inspectiods. It will submit to the Secretary such annual or special a irportr,financial and opera- tions 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; rgulations 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. 20. Consultation with Users. In making a decision to undertake any airport development project under this title, it will 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 Inspect -ion and Approval. It will subject the construction work on any project for airport development contained in an approved project grant application toainspection and approval by the Secretary, and such work will be in accordance with regulations and procedures prescribed by the Secretary. Such regulations and procedures will 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 will be stated in the invitation for bids and will be included in proposals or bids for the work. 24. Veterans Preference. It will include, in all contracts for work under project -grants for airport development which involve labor, such provisions as are necessary to ensure that, in the employment of labor (except in executive, administrative, and supervisory positions), preference will 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 Recordkeeoing Requirements. It will 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 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 its accounts relating to the disposition of the proceeds of a grant or relating to the plan or program in connection with which the grant vas given or used, it will file a certified copy of such audit with the Comptroller General of the United States not later than 6 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 benefiting from funds received from this grant. 28. 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 Af4'cort Fights and Powers. It will not enter into any transaction wh1gbtuoiild. operate to deprive it of any of 'theights and powers necessary to perform any or all of the assurariceshepein 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 interfere with such performance by the sponsor. ;his shall be done it a manner acceptable to the Secretary. It will not dispose of or encumber its title or other interests in the site and facilities during the perio< of Federal interest or while the Government holds bonds, whichever is the longer. The obligation to perfon 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 stir 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 ensure that the airport will be operated and maintained in accordance with the act, the regulations, and these covenants. 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. ., Tt STANDARD DOT TITLE VI ASSURANCES City of Fayetteville (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. 3-05-0020-04-83 (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 bids 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 t 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 structuresor 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 financiai 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 Auaust 10, 1983 By Attachments 1 and 2 City of Fayetteville (Sp(Sponsor)�� jtji '! iu< , Mayor (Signature of(Authorized Official) CONTRACTOR CONTRACTUAL REQUIREMENTS ATTACHMENT 1 TO STANDARD DOT TITLE VI ASSURANCE 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 witn Regulations. The contractor shall comply with the Regulations relative to nondiscrimina- tion in federally assisted programs of the Department of Transportation (hereinafter "DOT") Title 49, Code of • Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of sub- contractors, 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 R of the Regulations. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to•its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 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 -- 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 procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such 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. �I'LOSI 1 r C FC G - S< \ a r \ C- ^ \\ O ? . Er y O ¢ Ca t J .. I. AOZ£T ��' ^ ^ o C G Z = - c N. C J W U NN • Ci C N O I- Y N N \Q V � N 0 0 < II z E - " x ._ • &OZ£T 0 - I t 1 z a - s s z z ; c y 1 C M _ . N G - � 0. I W H i1 C.- ._ 0' _r �c J ,O I•\\ \ C 1 z .. O O v/ <=o, z z I i v U.S. Department Oklahoma City Airports District Office Of Transportation `Z, 204 FAA Building - Wiley Post Airport Federal Aviation �ag3 Bethany, Oklahoma 73008 Administration Ep i (i Telephone 405-789-2905 SEP 131983 C1 .4�-FAQ �VU�E Honorable Paul Noland Mayor, City of Fayetteville P. 0. Drawer F Fayetteville, Arkansas 72701 Dear Mayor Noland: We have enclosed the original and -one copy of the grant offer for work to be accomplished under Project 3-05-0020-04, Drake Field Airport, Fayetteville, Arkansas. Please execute all, have your attorney complete the certificate as shown, and return the original to me. Please note that this offer must be accepted on or before September 30,1983. Sincerely, SMMIIT Manager >s Enclosures cc: Arkansas Department of Aeronautics ' s Y ! t ! I , \ I r • r.F 1 1 . f . J ' I 1. Page I of 4 GRANT AGREEMENT .FOR DEVELOPMENT PROJECT Part 1 -Offer Date of Offer: SEP 13 1983 Airport: Drake Field Project No. 3-05-0020-04. Contract No. DOT FA 83 SW -8871 TO: the city of Fayetteville, Arkansas (herein referred to as the "Sponsor") pages FROM: The United States of America (acting through the Federal Aviation Administration, herein referred to as the "FAA") - WHEREAS, the Sponsor has submitted to the FAA a Project Application ( also called an Application for Federal Assistance) dated August 10, 1983 , for a grant of Federal funds for a project for development of the Drake Field Airport (herein called the "Airport"), together with plans and specifications for such project, which Application for Federal Assistance, as approved by the FAA is hereby incorporated herein and made a part hereof; and WHEREAS, the FAA has approved a project for development of the Airport (herein called the "Project") consisting of the following -described airport development: ' Reconstruct and extend west apron (approx. 3800 sy), including stub taxiway and lighting; extend east side parking apron (approx. 450' x 570') including lighting;, complete access road. all as more particularly described in the property map and plans and specifications incor- porated in the said Application for Federal Assistance. whereas this grant will not be completed during FY 83 and the total estimated cost of completion will . A./., ,., . A.. 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 an the public from the accomplishment of the Project and compliance with the assurances and 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% of all, allowable costs This Offer is made on and subject to the following terms and conditions: Standard Conditions 1. The maximum obligation of the United States payable under this offer shall be $ 375,810.00 which is comprised of: $ 375,810.00 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 made pursuant to and in accordance wi and procedures as the Secretary shall the United States share will be based amount of allowable project costs and upward or downward adjustments to the the allowable project costs will be th the provisions of such regulations prescribe. Final determination of upon the final audit of the total settlement will be made for any 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 of the Application for Federal Assistance which is attached to and becomes 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 30,1983 or such subsequent date as may be prescribed in writing by the FAA. 7. The property map referred to on Pagel of this Grant Agreement is the Property Map, Exhibit A dated February 1983 identifies the air port property to which this grant offer applies and is hereby incorporated herein and attached. Page 3 of 4 Pages $pecial.Conditions 8. The sponsor hereby covenants and agrees that it will not advertise or bid, award any contract, or commence construction for the items as listed in the project description, Page 1 of this agreement, being 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 Agreement 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 specifications to the Administrator on or before. 90 days from the date of this grant agreement. 9. Pursuant to Section 512 of the Airport and Airway Improvement Act, and at the sponsor's request, the FAA does hereby commit the United States to obligate an additional amount to this project, for payment of its share of the cost, in accordance with the terms hereof, not to exceed the apportionment(s) made to the sponsor for FY(s) 83 and 84 pursuant to Section 507(a)(1) of said act and subject to the restrictions now or hereafter imposed on the FAA on use of such apportionment by, but not limited to, appropriations as now or hereafter enacted. The exact amount of this commitment will be established in an amendment to this grant that will be duly executed by the parties hereto when such computation and obligation can be made in FY(s) 84.'It is further understood by the parties hereto that this commitment does not in itself obligate, preclude nor restrict the FAA in the use of any funds made available for discretionary use under Section 507 of said Act to further aid the sponsor in meeting the cost of this project under the terms of this agreement and limitations of law, The following special assurance is added to Part V Assurances, of the Application for Federal Assistance, attached to this offer. 31. Cost Free Land The federal government does not now plan or contemplate the construction of any structures pursuant to paragraph 27 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. However, it is agreed and understood that the rights of the United States to.cost free areas obtained under unexpired grant agreements with the sponsor are extended for twenty years from the date of this grant agreement. Furthermore, the responsibility for paying the cost of relocating any facilities located in such cost free areas should be made in accordance with Advisory Circular 150/5300-7, FAA Policy of Facility Relocations Occasioned by Airport Improvements or Changes. 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 By...�.�.:. .............. (Title) Bob A. Smith,Manager, Oklahoma City Airports District Office,FAA,soiithm%st 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 and conditions thereof. Executeti this 26th day of September , 1983 w . .,,r City of PaYcCtcvi.LlcArlcinsa:• (Name of—S3p 7r) � t . By..•• .... . . . .Y I'.•/..//..../. (SEAL) '�;♦ Title......M:Y°:.................... ALteJ b.• 1. ......... '. Title: ...,..ty ::k ............. CERTIFICATE OF SPONSOR'S ATTORNEY 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, AK this26 y of September •, 19 83, tle ......S... •nc�Y:'::Y....... 1. TYPE ❑ PREAPPLICATION " APPLI- 0. DATEYA�{44�� maptA d4y nom• b. DATE Year month day ACTION ® APPLICATION CATION I 19 C3 23 lU I nEIt ASSIGNED 19 (MaarrkkaP• O NOTIFICATION OF INFENT (Opt) Loses bor) C) REPORT OF FEDERAL ACTION Blade _ 4. LEGAL APPLICANT/RECIPIENT 5. FEDERAL EMPLOYER IDENTIFICATION NO. a. An leant Name : City of Fayetteville 71-6018462 b. Organizations Unit 12I 0 I 111 0161 e. Staad/P.0. Box : P.O. Drawer F PRO- s NUMBER • d. City : `Fayetteville •. Can* : Washington GRAM b. TITLE (Probes: I. Births : Arkansas a. ZIP Coda: 72701 Penal Airport Improvement Ii. Confad Peraea (Noma Don Grimes, City Manager cabtap) Program e telephaao No.) (501) 521-7700 7. TITLE AND DESCRIPTION OF APPLICANTS PROJECT 8. TYPE OF APPLICANT/RECIPIENT A-Sbb - W -C nmunity Action Agency B-tntenh4 I- HI Edu411enel Imlltullon 0-Subbb J_iSa Tribe District K -Ober (Spectfr)r Reconstruct and extend west apron including stub D-Geantr taxiway and lighting; extend east side parking Fool Dlabid apron including lighting; lete access road. G11 Purpose safer a g tT.m3r orngJ yyrrop,lpta kite` a 9. TYPE OF ASSISTANCE A -Basle Grant D-baunnce B-Surclemanbl Omni Ether priateRater letter(e) 10. AREA OF PROJECT IMPACT (Mama of ofNaa, ooamtfa, i 31. ESTIMATED NUN- A TYPE OF APPLICATION 3bta, ate.) BER OF PERSONS A-Nea FRrvtalon C;Augmanbtlm BENEFITINGB Reaaeml a�onwuefka Washington and Benton Counties 200,000 sate` appropriate letter 13. PROPOSED FUNDING 14. CONGRESSIONAL DISTRICTS OF: 15. TYPE OF CHANGE (For tae or lie) a. FEDERAL a. APPLICANT b. PROJECT A-Inmeaae Dollars FGthar (Specify): i 622, 750 .00 B -Dena« Dollars C -It. APPLICANT 39,194 .00 _ 3rd 3rd DD-.IDecracus Duration D-Decracus Duaction 36. PROJECT START 17. PROJECT E-Ikncallatlon e. STATE 30,000 •DO DATEI' �•DURATION Eater appro- d. LOCAL .00 19e�t+lU 1J 9 Menthe priate letter(s) _____� a. OTHER .00 18. ESTIMATED month DATE TO Year monday' 19..EXISTING FEDERAL IDENTIFICATION NUMBER II,tD TO I. TOTAL 1 691,944 oo FEDERAL BE E) AGENCY 0, i83 8 15 3-05-0020-04-83 20. FEDERAL AGENCY TO RECEIVE REQUEST (Nam., City. Stab. ZIP code) 121. REMARKS ADDED Yea D No 22. a. To the bat of my knowledge and belief, b. If required by OMB Circular A-95 this apyyllatlon was submitted, pursuant to in- No re- Reepnnee o data in this preappllcstlon/appIIcstIon as sUect one thenln, to appropriate fibriaghousee and all responses are attached: eponee attached THE true and correct, the document has base APPLICANT duty suthorlmd by the governing body of CERTIFIES the applicant and the applicant will comply (1) Prevlousl submitted ❑ ❑ THAT ► with the attached aasunnoas II the anlot. 'la Y❑ ❑ ens Is approved. (3) ❑ ❑ 23. a. TYPED. NAME AND TITLE ONATURE a DATE SIGNED CERTIFYING Year month day 17 REPRE- SENTATIVE Paul Noland, Mayor �g�y - 19 83 8 10 24. AGENCY NAME MdyUT') ( 25. APPLICA- Year month day TION RECEIVED 19 26. ORGANIZATIONAL UNIT 127. ADMINISTRATIVE OFFICE 28. FEDERAL APPLICATION IDENTIFICATION 29. ADDRESS S0. FEDERAL GRANT ' IDENTIFICATION 51. ACTION TAKEN 92. FUNDING Year month day 34. Year month day STARTING ❑ a. AWARDED a. FEDERAL $ .00 8.9. ACTION DATE 19 DATE 19 b. REJECTED - b. APPLICANT .00 35. CONTACT FOR ADDITIONAL INFORMA. 36. Year month day ❑ TION (Name and takphhon.. mymher) ENDING ❑ a. RETURNED FOR c. STATE DATE 19 C AMENDMENT d. LOCAL .00 37. REMARKS ADDED g ❑ d. DEFERRED a. OTHER .00 ❑ e. WITHDRAWN L TOTAL $ .00 - I • ❑ YK ONO 38. a. In takJng %base action, any amamenta received from dndnyahhoouser wee nfl- A FEDERAL AGENCY A-95 OFFICIAL aidered. It sgeary responu Is dye under provisions of Put 1, OMB Circular £-95, I (Nam. and telephone caw.) FEDERAL AGENCY It has been or Is being made. A-95 ACTION L . f -PYayarl5•i by Qom, Pedml M..* Olen` 4-? DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 80.R0 PART II PROJECT APPROVAL INFORMATION SECTION A Item 1. Does this assistance request require State, local, I Name of Governing Body regional, or other priority rating? Priority Rating Yes X NO Item 2. Does this assistance request require State, oflocal Name of Agency or advisory, ducational of 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? State Clearinghouse X March 28, 1983 Yes No Item 4 Does this assistance request require State, local, Name of Approving Aaencv Northwest Arkansas, regional or other planning approval? DotfR�tt_25, 1983 Regional Planning Cg X Yes No ..-.• Item 5. Is the proposed project covered by an approved Check one: State fl comprehensive plan? Local l Regional E] 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 YesNoPercent of Project Item 8. Will the assistance requested have an impact or effect Sees instruction for additional information to be on the environment? provided. Yes X No Item 9. Will the assistance requested cause the displacement of individuals families, businesses, or farms? Yes Item 10. Is there other related Federal assistance on this project previous, pending, or anticipated? W4 Number of: Individuals Families Businesses Forms INC See instructions for additional information to be provided. v \1 DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION - OMB NO. 04.90209 PART II - SECTION C (SECTION B OMITTED) The Sponsor hereby represents and certifies as follows: I. Compatible Land Use. —The Sponsor has taken the following actions to assure compatible usage of land adjacent In 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 Iinited States Go%ern- ment relative to the development, operation, or maintenance of any airport, except as stated herewith: None :i. Possible Disabilities. —There are no facts or circumstances (including the existence of effective or proposed Ieasrs, u,r agtrments or other legal instruments affecting use of the Airport or the existence of pending litigation or other brat pnrvccdintrs) which in reasonable probahility might make it impossible for the Sponsor to carry out and complete the Projc.I or earn 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, are to be developed or used as part of or in connection with the Airport, subject to the following exceptions, encumbrances, and adverse interests, all of which areas are identified on the aforementioned property map designated as Exhibit "A": Sponsor awns fee sittmle title to the land shown as Tract "A" on Exhibit A. Tract "B" on Exhibit A is land being acquired under Federal Grant No. 3-05-0020-02. Titie approved under previous projects,for Tract A. Status of title has not changed since approval. Satisfactory title evidence will be furnished FAA for Tract B when acquisition is complete. 'State character of property interest in each area and list and identify for each all exceptions, encumbrances, and adverse interests of every kind and nature, including liens, easements, leases, etc. The separate areas of land. need only be identified here by the area numbers shown on the property map. FAA Form 5100-100 (4.76) Page 3a DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 04-R0209 PART II - SECTION C (Continued) The Sponsor further certifies that the above is hased on a title examination by a qualified attorney or title company and that such attorney or title company has determined that the Sponsor holds the above property interests. (h) The Sponsor will acquire within a reasonabletime, 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 aforementioned property map designated as Exhibit "A": None (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 Sponsor except as follows: None *State character. of property interest in each area and list and identify for each all exceptions. encumbrances, and adverse interests of every kind and nature. including, liens, easements, leases, etc. The separate areas of land need only be identified here by the area numbers shown on the property map. - FAA Form 5100-100 (4-76) - Page 3b FAA AC 8106913 PART III — BUDGET INFORMATION — CONSTRUCTION SECTION A — GENERAL 1. Federal Domestic Assistance Catalog No. 20.106 2. Functional or Other Breakout ................... . SECTION B — CALCULATION OF FEDERAL GRANT Use only For revisions Total Cost Classification Amount Latest Approved Adjustment Required Amount 4 or (-) 1. .Administration expense S $ $ ' 2,000.00 2. Preliminary expense 3. Land,structures, right-of-way 4. Architectural engineering basic fees 45, 494.00 5. Other architectural engineering lees 2,300.00 6. Project inspection fees 17, 583.00 7. Land development B. Relocation Expenses 9. Relocation payments to Individuals and Businesses 10. Demolition and removal 11. Construction and project improvement 576, 267.00 I2. Equipment 13. Miscellaneous 3,300.00 14. Total (Lines I through 13) 646,944.00 15. Estimated Income (if applicable) 16. Net Project Amount (Line 14 minus 15) 646,944 OO 17. Less: Ineligible Exclusions 18. Add: Contingencies 45,000.00 19. Total Project Amt. (Excluding Rehabilitation Grants) 691,944.00 20. Federal Share requested of Line 19 622,750.00 21. Add Rehabilitation Grants Requested (100 Percent) 22. Total Federal grant requested (Lines 20 & 21) 622, 750.00 23. Grantee share 39,194.00 24. Other shares 30,000.00 25. Total project (Lines 22, 23 & 24) $ $ $ 691,944.00 FAA Farm 5100.100 16 73) SUPERSEDES FAA FORM 5100 -10 PAGES I THRU 7 Page 4 DEPARTMENT OF T NAN]ruI I A 1 wn - r c vcnSL fl , iA t n,n Avmin es , nw i rvn SECTION C - EXCLUSIONS 26 0, b c d. e. 1. 9• Classification Ineligible for Participation (I) E Excluded From Contingency Provision (2) Totals $ $ SECTION D - PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE 27. Grantee Share S a. Securities b. Mortgages c. Appropriations (By Applicant) d. Bonds e. Tax Levies I. Non Cash g. Other (Explain) City Airport Fund h. TOTAL — Grantee share _ 2R. Other Shares a. State Arkansas Division of Aeronautics h. Other c. Total Other Shales 29. TOTAL SECTION E•- REMARKS 39,194.00 39,194.00 30,000.00 30,000.00 $ 69,194.00 The following itan attached hereto are incorporated herein by reference: 1. Property Map Exhibit. "A" 2. Title VI Assurances The following item is incorporated herein by reference: 1. Plans and Specifications to be approved by the F.A.A. PART IV PROGRAM NARRATIVE (Attack - See Instructions) FAA Form 5100.100 I6-731 SUPERSEDES FAA FORM 5100.10 PAGES 1 THRU 7 Page 5 PAA AC 73.0232 ASSURANCES (For 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. The sponsor hereby assures and certifies, with respect to the grant applied for in this Application, 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 p. Powerplant and Industrial Fuel Use Act of 1978 - Section 403 Federal Regulation a. 49 CFA Part 21 - Nondiscrimination in Federally Assisted Programs of the Department of Transportation - Effectuation of Title VI of the Civil Rights Act of 1964 b. 49 CFR Part 23 - Participation by Minority Business Enterprise in Department of Transportation Programs c. 49 CFR Part 27 - Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting 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 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 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 b. 11593 - Historic Preservation C. 11288.- Prevention, Control, and Abatement of Water Pollution d. 11926 - Evaluation of Flood Hazards 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. U. 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 additi6hal 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 (60) 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 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 -base operator at any 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, 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 thesponsor 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. 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 or necessary to service the civil aviation needs of the public. 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 -base operator shall not be construed as an exclusive right if both of the following apply: (1) it would be unreasonably costly, burdensome, or impractical for more than one fixed -base operator to provide such services; and (2) if allowing more than one fixed -base operator to provide such services would require the reduction of space leased pursuant to an existing agreement between such single fixed -base operator and such airport. 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 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, and that it will terminate 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. 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. 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 the maintenance and operation, the airport and all facilities 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 use 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 circumstances 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. 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 construotion, operation and maintenance of 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 4 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 opera- tions 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 upofl 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. 20. Consultation with Users. In making a decision to undertake any airport development project under this title, it will 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 will subject the construction work on any project for airport development contained in an approved project grant application to inspection and approval by the Secretary, and such work will be in accordance with regulations and procedures prescribed by the Secretary. Such regulations and procedures will 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 will be stated in the invitation for bids and will be included in proposals or bids for the work. 24. Veterans Preference. It will include, in all contracts for work under project -grants for airport development which involve labor, such provisions as are necessary to ensure that, in the employment of labor (except in executive, administrative, and supervisory positions), preference will 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 will 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 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 its accounts 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 will file a certified copy of such audit with the Comptroller General of the United States not later than 6 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 benefiting from funds received from this grant. 28. 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. Presenwing 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 interfere with such performance by the sponsor. This shall be done in a manner acceptable to the Secretary. 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 ensure that the airport will be operated and maintained in accordance with the act, the regulations, and these covenants. 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. STANDARD DOT TITLE VI ASSURANCES City of Fayetteville (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. 3-05-0020-04-83 (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 bids 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 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 Auqust 10, 1983 City of Fayetteville (Sponsor) By cII?_t' Mayor (Signature of Authorized Official) Attachments 1 and 2 CONTRACTOR CONTRACTUAL REQUIREMENTS ATTACEPIENT 1 TO STANDARD DOT TITLE VI ASSURANCE 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 nondiscrimina- tion in federally assisted programs of the Department of Transportation (hereinafter "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of sub- contractors, 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 negotation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The contractor Regulations or directives issued pursuant thereto sources of information, and its facilities as may Administration (FAA) to be pertinent to ascertain Where any information required of a contractor is furnish this information, the contractor shall so forth what efforts it has made to obtain the info shall provide all information and reports required by the and shall permit access to its books, records, accounts, other be determined by the sponsor or the Federal Aviation compliance with such Regulations, orders, and instructions. in the exclusive possession of another who fails or refuses to certify to the sponsor or the FAA, as appropriate, and shall set rmation. 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 -- 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 procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the sponsor or the FAA may direct as a means of enforcing such 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. CLAUSES FOR DEEDS, LICENSES, LEASES, PERMITS OR SIMILAR INSTRUMENTS ATTACHMENT 2 to STANDARD DOT TITLE VI ASSURANCES The following clauses shall be included in deeds, licenses, leases, permits, or similar instruments entered into by the City of Fayetteville 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. tr ILT'L08T z < aO�C ti.] r _ (lJ/JI w O = s<7 �Gr [r • �i�� N C - 1 <IN F \ 1 J H ,--, - • \ w 1 < C = z t. _ o Q1 O 1 ti N T O<< U in w H j Z OU £OZ£T y `"< ' y :-7 Z y•. T irA L'4 U' N- - • - r - 0 O N M O N- - N ('D 0 3 N • O O (\H<Z F i o U C O O O C G IQZ£T 'T (` ,• Z II •<I: Iii a I z U Z a. L - n • w v a • o a z ccc • _j__� E - I a' - 110 1 O>. I • OZ£L 0 0 1 rJ � I -/ S -a Contract No. DOT FA 83 SW -8871 MICROFILMED 'Drake Field Airport Fayetteville, Arkansas AMFN1)MINI NO__.. 1 TO GRANT AGR)LMFNTFORI'ROII('I NO 3-05-0020-04 WHEREAS. the Federal Aviation Administration I hereinafter referred to is the "FAA••) hes determined it to be in the interest of the United States that the Grant Agreement betwern the FAA, acting for and on behalf of the United States, and the City of Fayetteville, Arkansas • (hereinafter referred to as the Sponsor'), accepted by said Sponsor on the___26th day of September • I1483 he amended as hereinafter provided. NOW THEREFORE, WITNESSETH: That in consideration of the benefits to actibsue to the parties hereto, the FAA on behalf of the United States, on the one part, and the Sponsor, on the other part, do hereby mutually agree that: 1. The description of the development included in the project., as set forth in the second paragraph on Page 1 of the grant agreement, is hereby amended to read: "Reconstruct and extend west apron (approx. 3800 s.y.), including stub taxiway and lighting; extend.east side parking apron (approx. 450' x 570') including lighting; complete access road; const-tact runup apron (approx. 1900 s.y.) and ,.onvert ANCLUC study to meet Part 150 requirements." 2. The following special conditions are added to and made a part of the grant agreement: 10. The sponsor agrees that the conversion of the ANCLUC study to meet Part 150 requirements be conducted as outlined in the work scope submitted and approved by FAA on September 30;1983. 11. Sponsor agrees to provide the following: a. Final Report (5 copies) b. Draft Report (5 copies) c. Progress Reports (monthly). 3. The maximum amount of the obligation of the United States as set forth in paragraph I of the terms and conditions on Page 2 of the grant agreement is $375,810.00 which is comprised of: $ 13,500 for planning $362,310 for development other than land. 4. The following special assurance is added to Part V Assurances of the Application for Federal Assistance, attached to the grant agreement; 31. Planning Projects. In carrying out planning projects, that: a.q.„I.t.,will furnish_the Secretary with such periodic reports as required pertaining to the planning• project and planning work activities.a r 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 Secretary the right to disapprove the Sponsor's employment of specific consultants and their subcontractors to do all or 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 g= er t Secrera.rv,anaro•alof any planning material developed as part of this grant does not constitute or implq any assurance•or` commitment on the parr of the Secretary to approve any pending or future application for a federal airport grant. Drake Field Airport Fayetteville, Arkansas Location Project No. 3-05-0020-04 Amendment No. I Page . 2 of 2 Pages CERTIFICATE OF SPONSOR'S ATTORNEY I Jdme5 N. McCord acting as Attorney forthe City _of._Fayetteville,Arkansas (hereinafter referred to as "Sponsor") -do hereby certify: That I have examined the foregoing Amendment to Grant Agreement and the procecaings taken by said Sponsor relating thereto, and find that the execution thereof by said Sponsor has been duly authorized and is in all respects due and proper and in accordance with the laws of the State of ___Arkansas _, and further that, in my opinion, said Amendment to Grant Agree- ment constitutes a. legal and binding obligation of the Sponsor in accordance with the terms thereof. Dated at Fayetteville,Arkansas this) 3th day of October 19_83_ Title City Attorney lP x . _ a 6 • �f� r � � • J k U.S. Department Oklahoma City Airports District Office of Transportation 204 FAA Building - Wiley. Post Airport Federal Aviation Bethany, Oklahoma 73008 4 4 Administration Telephone 405-789-2905 OCT 3 1983 Honorable Paul Noland• Mayor, City of Fayetteville P. 0. Drawer F Fayetteville, Arkansas 72701 Dear Mayor Noland: We have enclosed the original and one copy of proposed Amendment No. 1 to the grant agreement for work to be accomplished under Project 3-05-0020-04,. Drake Field Airport, Fayetteville, Arkansas. When accepted, this amendment will revise the scope of the grant to include a runup apron and conversion of the ANCLUC study to meet Part 150 requirements. Please execute all, have your attorney complete the certificate as shown and return the original to me. Sincerely, i Enclosure cc: Arkansas Department of Aeronautics n e O 1183 l tv2 ' ,- FEDERAL AVIATION ADMINISTRATION WASHINGTON, D.C. 10110 Page I of 2 Pages Contract No. DOT FA 83 SW -8871' Drake Field ._Airport Fayetteville, Arkansas Location AMENDMENT NO. 2 TO GRANT AGREEMENT FOR PROJECT NO. 3-05-0020-04 WHEREAS, the Federal Aviation Administration (hereinafter referred to as the "FAA") has determined it to b6 in the interest of the United States that the Grant Agreement between the FAA, acting for and on behalf of the United States, and the City of Fayetteville, Arkansas , (hereinafter referred to as the "Sponsor"), accepted by said Sponsor on the 26th day of September 1983 be amended as hereinafter provided. NOW THEREFORE, WITNESSETH: That in consideration of the benefits to accrue to the parties hereto, the FAA on behalf I t the United States, on the one part, and the Sponsor, on the other part, do hereby mutually ag.rt•c that the maximum obligation of the United States, set forth on Page 2 of Life grant agreement, is hereby increased from $375,810 to $622,750. The portion "for development other than land" is also increased from $375,810 to $622,750. This increase in the maximum obligation is based upon the apportionment made to the sponsor for FY 84 pursuant to Section 507 (a) (i) of the Airport and Airway Improvement Act, as provided for in paragraph 9 on page 3 of the grant agreement. IN WITNESS WHEREOF, the parties hereto have caused this Amendment to said Grant Agreement to be duly executed as of the 3rd _day of January , 19 84 DEPARTMENT OF TRANSPORTATION UNITED STATES OF AMERICA FEDERAL AVIATION ADMINISTRATION By //L _o Cq Ct (7 George li.c'RIce, X'cting Manager,oklahoma City Tittetrports District Office,FAA,Southwest Region (SEAL) `CT/�)�y ofPay },lie, Arkansas / By (/ Title Mayor Drake Field Fayetteville, Arkansas location Project No. 3-05-0020-04 Amendment No. 2 Page 2 CERTIFICATE OF SPONSOR'S ATTORNEY An 'it sit2. James N. McCord the City of Fayetteville,Ai it , acting as Attorney for (hereinafter referred to as "Sponsor") do hereby certify: That I have examined the foregoing Amendment to Grant Agreement :utd the prnrt „hnr< taken by said Sponsor relating thereto, and find that the execution thereof by said sponsor h:,-: !.. ., duly authorized and iv in all respects due and proper and in accordance with the laws „f the NtaU i Arkansas and further that, in my opinion, said Amendment to Grant :kt-r ment constitutes a legal and binding obligation of the Sponsor in accordance with the terms th. r• i. Dated at- Payetteville,Arkansas ,this 3rd day of January Title City Attorney -, it184 N F- r� Contract Na DOT FA 83 Fa -8871 Drake Field _____- _ Anpon • Fayetteville, Arkansas AMFNOMI-NI NO 1 TU GRAM AGRI IM Ni I -OK I'RUII ('1 NU 3-05-0020-04__- WHi RE AS. the Federal Aviation Admmutratinn Ihrre,nalter relerrrrl to at Ihr "IA A••) hat deirr mined - it to be in the interest of she United Slates that the Giant Agreement between the F AA, acting for and on - teealfo(the United States, and the City of Fayetteville, Arkansas ,thereinafter - - rrferred to as the "Sponsor'), accepted by said Sponsor on the, 76th day ,d 5eorember • I4 L _ - _ - - be amended at hereinafter provided. - - NOW THEREFORE, WITNESSETH: Thai in consideration of the benefits 1O act+tar to the parties hereto. the FAA on behalf of the Lnited States, on the one pan, and the Sponsor, on the other part• do hereby mutually agree that: 1. The description of the development included in the project, as set forth in the second paragraph on Page I of the grant agreement, is hereby amended to read: - _ "Reconstruct and extend vest apron (approx. 3800 s.y), including stub taxiwae - and lighting: extend east side parking apron (approx. 450' x 570') including - - - lighting; complete access road; construct runup apron (approx. 1900 s.y.) and - -- convert ANCLUC study to meet Part 150 requirements," - -- - - ₹ 3. The following special conditions are added to and made a part of the grant agreement: .. - 10. The sponsor agrees that the conversion of the ANCLUC study to meet Part 150 - - - • requirements be conducted as outlined in the work scope submitted and approved -�.. " by FAA on September 30;1983. ` . - A 11. Sponsor agrees to provide the following ..- - - -'3 a. Final Report (5 copies) - - - _,$ b. Draft Report (5 copies) y' - - - - - - . C. Progress Reports (monthly).' 3. The maximum amount of the obligation of the United States as met forth in paragraph 1 ' 1 of the terms and conditions on Page 2 of the grant agreement is $375,810.00 which -; is comprised of r; $ 13,500 for planning. :-, ,.. $362,310 for development other than land. _ S' 4. The following special assurance is added to Part V Assurances of the Application - for Federal Assistance, attached to the grant agreement: - _ 31. Planning Protects. In carrying out planning projects, that. n. It will furnish the Secretary with such periodic reports as required Lr " pertaining to the planning project and planning work activities >:J b;' It will include in all published material prepared in connection with y the planning project a notice that the material was prepared under a ,.. i,.i planning grant=:. .....::__ , ,.] P ng provided by the Secretary.1.-"-'r --- c J., c. It will make such material available for examination by the public, and r j _ agrees that no material prepared with funds under this project shall be'' " subject to copyright in the United States or any other country. J ' _ d,` It will give _ the Secretary unrestrictedth "auority to publish, disclose, "... '2: ' distribute, and otherwise use any of the material prepared in connection - ,k., Vitt this ._..- C. It will grant the Seezeta- the right todlsa ewe the 8 - t r'y gh disapprove Sponsor's _ employment of specific consultants and their subcontractors to do all _ or part of this project as well as the right to disapprove the proposed "''4 scope and cost of professional services. -''7 :; 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 projeet...T '' , g. It understands and agrees that the Secretary approval of this project Y grant or the Secretary approval of any planning material developed as `, part of this grant does not constitute or imply any assurance or'. commitment on the part of the Secretary to approve aty pending or - _• future application for a federal airport grant. _ - _ 1N WITNESS WHEREOF, the parties hereto have caused this Amendment to said Grant Agreement - - - - - tobe duly-riecurd as of the day of Odobeft ,1983 - _ -I, TbI DRPARENT or TRANSPORTATION . ' _ . ' - UNITED STATES OF AMERICA -" ''- a - FEDERAL AVIATION�/�� ADMINISTRATION - - Bob.A. Smith,Nanager,Oklahoma City Airports -" ";•s'' Title District Office, FAA, Southwest Region (SEAL} .-•' (?1��/�/} ty of F teville, Arkansas - • in Title Navor f; if' -it FAYTTEVILL, ARKANSAS OFFICE OF CITY CLERK P.O. DRAWER F 72701 [5011521-7700 January 9, 1984 George H. Rice Acting Manager Oklahoma City Airports District Office Federal Aviation Administration 204 FAA Building.- Wiley Post- Airport Bethany, Oklahoma 73008 Re: Project 3-05-0020-04, Drake Field Airport, Fayetteville, Ar Dear Mr. Rice: Enclosed is the original of Amendment No. 2 for work to be accomplished under Project 3-05-0020-04, Drake Field Airport, Fayetteville, Arkansas, duly executed. Sincerely, Suz ne C. Kennedy City Clerk encs cc: Don Grimes, City Manager Ede Hogue, Airport Manager • U.S. Department Oklahoma City Airports District Office ; 8 ;9 83 of Transportation 204 FAA Building - Wiley Post Airport Federal Aviation Bethany, Oklahoma 73008 Administration Telephone 405-789-2905 kScd .I 1983 Honorable Carl Noland Mayor of Fayetteville P. 0. Drawer F Fayetteville, Arkansas 72701 Dear Mayor Noland: We have enclosed the original and one copy of the Amendment No. 2 for work to be accomplished under Project 3-05-0020-04, Drake Field Airport, Fayetteville, Arkansas. Please execute all; have your attorney complete the certificate as shown, and return the original to us. Please note that this amendment is for fiscal year 1984 portion of this multi -year funded grant. Sincerely, GEORGE H.ThICE Acting Manager Enclosure f°" d Is 0 a L7u+ G N FEDERAL ASSISTANCE 2. APPLI• CANTS 1. or 0 PREAPPUCATION APPLI• ACTION ® APPLICATION CATION (Marpcoprat; ❑ NOTIFICATION OF INTENT (Opt) Leave tae) ❑ REPORT OF FEDERAL ACTION Blank 4. LEGAL APPLICANT/RECIPIENT e. NUMBER 3. STATE 83-132 IAppucA. TION b. DATE IDTI EN. 19Ynqqpp mi1th lU dqy FIER a. Applicant Rome : City of Fayetteville b. Organization Unit same C. Street/P.O. eat : P.O. Drawer F d. City : Fayetteville I • Comb : Washington r. State : Arkansas It. zipcude: 72701 Is. Contact Pascoe (Name Don Grimes, City Manager &telephone No.) (501) 521-7700 7. TITLE AND DESCRIPTION OF APPLICANTS PROJECT l�wnstruct and extend west apron including stub taxiway and lighting; extend east side parking apron including lighting; coTplete access road. 30. AREA OF PROJECT IMPACT (Nonies of cities, counties. 111. ESTIMATED NUM - Stutter etc.) I DER OF PERSONS Washington and Benton Counties BENEFITING 200,000 13. PROPOSED FUNDING 14. CONGRESSIONAL DISTRICTS OF: 15. TYPE OF CHANGE (For Jac or Its) a. FEDERAL $ 622,750 .00 A. APPLICANT b. PROJECT A-InOesse Doi!en F-athar (Specify): B-Dectasa Dollars b. APPLICANT 39,194 .00 3rd 3rd 6-0we sa a Duration STATE - 30,000 AO 1& PROJECT START DATE Year month d�og,Y 17. PROJECT DURATION E—Canweation apPro- m� d. LOCAL .00 19$3 10 J.S 9 Months pHate ktter(d) OTHER 1& ESTIMATED DATE TO Year month NMBER IXISTING FEDERAL ]DENT,IFI7KSDDE)10)U a. .00 GENCY. 8 153-0S=0020 04-83 t. TOTAL $ 691,944 .00 FEDERAL ABE 1983 20. FEDERAL AGENCY TO RECEIVE REQUEST (Nome, City, State, ZIP code) /----��,` 21. REMAR OMB Approval No. 29-80218 a. NUMBER b. DATE Year month day ASSIGNED 19 5. FEDERAL EMPLOYER IDENTIFICATION NO. 71-6018462 6. PRO. a. NUMBER 12101 D 1110161 GRAM b. TITLE (From CatajFederal ) (Aire° lrriprovement l �Prograrn,__...., 8. TYPE OF APPLICANT/RECIPIENT A -Stele H -Community Action Agency B -Interstate 1-Hlgart Educational Institution C-Subsnte J -Indian Tribe District - - - K -Other (Specify): D -county E -qty F -School District G-SpclpI Purpose District Enter appropriate letter 9. TYPE OF ASSISTANCE A -Beale Grant D -Insurance B-Supplementpi Grant Ether Enter appro- A C-Lcan prlate ktter(e) 12. TYPE OF APPLICATION A -Now C-RevIslon E;AugmentatIon B-Ronseml D-Continuatiop Suter ayproyriate tatter 22. a. To the bat of my knowledge and ballet, data in this preappliation/application are THE we and correct, the document has been APPLICANT duty authorized by the goveMng body of CERTIFIES the applicant end the applicant will comply THAT N with the attached awrranas If the Wit — ante Is approved. 23. a. TYPED NAME AND TITLE CERTIFYING REPRE- SENTATIVE Paul Noland, Mayor 24. AGENCY NAME 26. ORGANIZATIONAL UNIT b. If reyuIead by OMB Circular A-55 this application was submitted, pursuant to in- No re- Response ebucirarle therein, to appropricle clearinghouses and all responses are attached: :pones attached P) Previously submitted CA (3) GNATURE 27. ADMINISTRATIVE OFFICE ❑ ❑ ❑ ❑ C]c. DATE SIGNED Year month day 19 83 810 25. APPLICA- Year month day TION RECEIVED 19 2& FEDERAL APPLICATION IDENTIFICATION 29. ADDRESS 30. FEDERAL GRANT IDENTIFICATION 31. ACTION TAKEN 32. FUNDING Year month day 34. - Year month day — STARTING ❑ s. AWARDED a. FEDERAL $ .D0 33. ACTION DATE B, 19 DATE 19 REJ b. ECTED AN b. APPLICT .OD 35. CONTACT FOR ADDITIONAL INFORMA- 36. year month day ❑ — TION (Naas and telephone number) ENDING ❑ c. RETURNED FOR e. STATE .00 DATE 19 AMENDMENT d. LOCAL .00 37. REMARKS ADDED Q d. DEFERRED e. OTHER .00_ ❑ e. WITHDRAWN f. TOTAL $ .00 ❑ Yes ONO 33. a. In taking above action, any comments received from elearinghousas were can- b. FEDERAL AGENCY A-95 OFFICIAL sidered. If agency responso is due under provision, of Pert 1, ONO Cireulcr A-95, (Name and telephone no.) I FEDERAL AGENCY it has ban or Is being made. A -f! ACTION DEPARTMENT OF TRANSPORTATION - FEDERAL- 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 Novenber 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: IZf.TiL=� 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: IO,r.FiL- 4. Larid.—(a) The Sponsor holds 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, subject to the following exceptions. encumbrances, and adverse interests, all of which areas are identified on the aforementioned property map designated as.Exhibit"A": Sponsor owns fee sinrole title to the land shown as Tract "A" on Exhibit A... Tract "B" on Exhibit A is land being acquired under Federal Grant No. 3-05-0020-02. "State character of property interest in each area and list and identify for each all exceptions, encumbrances, and adverse interests of ei,ery kind and nature, including liens, easements, leases, etc. The separate areas of land need only be identified here by the area numbers shown on the property map. - FAA Form 5100-100 (4.76) Page 3a _teAK MENT OF TRANSPORTATION- FEDERAL AVIATION ADMINISTRATION �Ttl; PART III - BUDGET INFORMATION - CONSTRUCTION OM.B NO. E0�R01Ea SECTION A - GENERAL ;l. Federal Domestic Assistance Catalog No-. • . ......... 20.106 f r' i2. Functional or Other Breakout ................... . SECTION B - CALCULATION OF FEDERAL GRANT Cost ClassiFicot ion Use only For revisions Latest Approved Amount 1. Administration expense $ S 2. Preliminary expense 3. Land structures, right-of-way 4. Architectural engineering basic fees 5. Other architectural engineering fees 1 6. Project inspection fees 7. Land development i 8. Relocation Expenses I 9. Relocation payments to Individuals and Businesses 110. Demolition and removal 11. Construction and project improvement 12. Equipment 113. Miscellaneous 114. Total (Lines I through 13) 15. Estimated Income (if applicable) 116. Net Project Amount (Line 14 minus 15) 17. Less: Ineligible Exclusions 1 18. Add: Contingencies 19. Total Project Amt. (Excluding Rehabilitation Grants) 120. Federal. Share requested of Line 19 121. Add Rehabilitation Grants Requested (100 Percent) 122. Total Federal grant requested (Lines 20 & 21) 123. Grantee share 24. Other shares 1 25. Total project (Lines 22, 23 & 24) $ $ FAA Form 5100-100 (6 73) SUPERSEDES FAA FORM 5100-10 PAGES I THRU 7 Adjustment +or(-) Total Amount Required S 2,000.00 45,494.00 2,300.00 17,583.00 576,267.00 3,300.00 646,944.00 646,944.00 45,000.00 691,944.00 622,750.00 622,750.00 39,194.00 30,000.00 S 691,944.00 Page 4 �.-='>DEF`AP.TMEENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION SECTION C - EXCLUSIONS OMB NO. 80-R0104 Classification $ Ineligible for Participation (1) Excluded from Contingency Provision (2) Totals $ $ SECTION D - PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE 27. Grantee Share $ a. Securities b. Mortgages c. Appropriations (By Applicant) d. Bonds e. Tax Levies f. Non.Cash g. Other(Explain) City Airport Fund h. TOTAL - Grantee share 28. Other Shares a. State Arkansas Division of Aeronautics b. Other c. Total Other Shares 29. TOTAL 39,194.00 39,194.00 30,000.00 30,000.00 S 69,194.00 SECTION E _ REMARKS The following item attached hereto are incorporated herein by reference: 1. Property Map Exhibit "A" 2. Title VI Assurances - The following item is incorporated herein by reference: 1. Plans and Specifications to be approved by the F.A.A. PART IV PROGRAM NARRATIVE (Attach — See Instructions) FAA Form 5100.100 (6-73) SUPERSEDES FAA FORM 5100-10 PAGES I THRU ] Page 5 FAA AC 75.0232 ! f V" ��1�Rofu, 76- a AGREEMENT FOR ENGINEERING SERVICES THIS AGREEMENT, made this 21st day of June , 1983, by and between 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 aircraft parking apron extensions and certain related lighting improvements 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. AIP 3-05-0020-04. 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 an appropriate scale, with 1' contour intervals, corrected for distortion. 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 earthwork, paving, site drainage, and related work required to construct the following improvements: A. An aircraft parking apron on the East side, approximately 26,500 square yards in area; B. An aircraft parking apron on the West side, approximately 4,400 square yards in area, plus a connecting taxiway; and C. Apron lighting for the East side apron, discussed in Section A.4.A., immediately hereinbefore. 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 based upon experience, judgment and latest prices bid for similar work. 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 and 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 execution of this contract and its approval by the Federal Aviation Administration, and will have Plans and Specifications completed, ready for advertising for bids within eighty four (84) calendar days therefrom. It is mutually understood that this completion period is based on obtaining OWNER and Federal Aviation Administration approval of the Plans and Specifications for proposed improvements within fourteen (14) days of submittal for review to those entities. It is therefore agreed that in the event that circumstances beyond -2- the control of the ENGINEER result in the delay of said approval, this completion period will be extended by the length of such delay. 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 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 attend the bid opening and tabulate the bid proposals, make an analysis of the bids, and make recommendations for awarding contracts for construction. 12. The ENGINEER will check and approve any necessary shop and working drawings furnished by contractor. 13. 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 contractor. The ENGINEER will not, however, guarantee the performance by any contractor. 14. The ENGINEER will provide horizontal and vertical control in the form of bench marks or reference points to be used by the contractor in performing the construction. 15. The ENGINEER will review and approve estimates for progress and final payments. 16. The ENGINEER will make final review of all construction and a written certification of same to the OWNER. 17. 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. 18. The ENGINEER will be available to furnish engineering service and consultations necessary to correct all unforeseen project operating difficulties for a period of one year after the date of final inspection and acceptance of the facility by the OWNER, said services being subject to the provisions of Section C of this Contract as applicable. 19. The ENGINEER will perform construction observation on a periodic basis as dictated by major construction events or at. -3- the request of the OWNER or by the Contractor. The performance hereunder and the compensation set forth in Section B, Paragraph l.C. is based on the construction period not exceeding one hundred sixty eight (168) 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, plus applicable direct costs, if any. 20. The ENGINEER will perform soils investigations as deemed necessary for proper detailed design. 21. 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. SECTION B - COMPENSATION FOR ENGINEERING SERVICES That the OWNER shall compensate the ENGINEER for engineering services based upon the following schedule: 1. PRELIMINARY AND DETAILED PLANNING, DESIGN AND CONSTRUCTION OBSERVATION: For the performance of services in Section A, Paragraphs 1 through 19, the sum of forty thousand dollars ($40,000). Compensation for services performed under Section A, Paragraphs 1 through 19 shall be according to the following. schedule: The sum of twenty-five thousand, seven hundred fifty dollars ($25,750) shall be due and payable in two equal payments; the first, 42 calendar days following execution of the Contract; and the last, upon completion of the detailed plans and specifications and approval of same by the OWNER and the Federal Aviation Administration. The sum of three thousand, one hundred dollars ($3,100) shall be due and payable upon issuance by the OWNER of the Notice to Proceed on the construction contract. The sum of eleven thousand, one hundred fifty dollars ($11,150) shall be due .and payable in monthly installments, based upon the monthly estimates prepared to pay the construction contractor, the final incremental amount to be payable upon completion and final acceptance of the construction work. -4- SOILS. INVESTIGATIONS: For the performance of services in Section A, Paragraph 20, the following schedule will apply: Mobilization Soil Excavations Atterberg Limits Unconfined Compression Test Moisture Content Unit Weight Gradation, Dry Sieve Gradation, Wet Sieve California Bearing Ratio Letter Summary of Data $100.00/lump sum $ 50.00/pit $ 35.00/each $ 35.00/each $ 5.00/each $ 5.00/each $ 5.00/sieve $ 15.00/sieve $250.00/each $300.00/lump sum The estimated fee for the services in Section A, Paragraph` 20 is two thousand, three hundred dollars ($2,300), and it is agreed that this fee will not be exceeded without the prior written approval of the OWNER. Compensation for the services in Section A, Paragraph 20, shall be due and payable upon completion of the Letter Summary of Data and approval of same by the OWNER. CONSTRUCTION MATERIALS services in Section A, will apply: TESTING: For Paragraph 21, Concrete Compressive Testing, per cylinder Air Entrainment Test Proctor Curve, Modified Proctor Curve, Standard Density Testing, In Place Gradation, Dry Sieve Gradation, Wet Sieve Asphalt Tests, including: 3 - Marshall Speciman 3 - Unit Weight 3 - Stability 1 - Asphalt Content 1 - Gradation Concrete Beam Testing the performance of the following schedule 10.00/each 5.00/each 90.00/each 70..00/each 13.50/each 5.00/sieve 15.00/sieve $250.00/sample (total) $ 17.00/beam The estimated fee for the construction materials testing is three thousand, three hundred dollars ($3,300) and it is agreed that this fee will not be exceeded, without the prior written -5- 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 needed for additional construction work, additional surveys, legal descriptions, time related to litigation (court appearances, depositions, transcriptions, investigations, etc.), overtime engineering, work re -done, not as a result of the ENGINEER'S omissions or commissions, or any services not specifically included in the scope of this contract. In such event, it is mutually agreed that compensation for such services shall be determined by the following hourly schedule: ENGINEERING Principal Engineer Project Coordinator Project Engineer Assistant Project Engineer Construction Observor FIELD PERSONNEL Three-man party (Surveying) Two -man party DRAFTSMAN Senior Draftsman Junior Draftsman OFFICE PERSONNEL Secretarial/Clerical SECTION D - OWNER'S REPRESENTATIVE $74.00/hour $53.50/hour $41.50/hour $30.00/hour $37.50/hour $65.00/hour $50.00/hour $28.00/hour $20.00/hour $18.00/hour 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. -6- 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 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, hereunder. 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. -7- 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 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. -8- (SEAL) ATTEST: By 70,4 r1 /�F�LC Type Name Sherry Rowe Title City Clerk Date 6/21/83 (SEAL) ATTEST: McCLELLAND CONSULTING ENGINEERS, INC By1 c z .cil E Type Name Maurice A. McClelland Title Sec'y - Treas. Date e /4�i � /9 Spa OWNER: CITY YOFYETTEVIL�1-5 By/ittJ/ TypeName Paul R. Noland Title Mayor Date 6/21/83 ENGINEER: Ty e Name J. E. McClelland, Sr. Title President /), y -� Date ll-/iri /9 -9- APPENDIX A TO AGREEMENT FOR ENGINEERING SERVICES Airport Improvement Program Number 3-05-0020-04 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 c. 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, in connection with this contract involving participation of Airport Improvement Program (AIP) funds and is subject to applicable state and federal laws, both criminal and civil. /73 1983 4� - U. E. McClelland, P.E. - 10 - J ' 1`Ib I.n U11Y YVII-IYI\1116 111b11Uc UJ1 IIIV P.O. Box 1229 ,1810 No College Ave. FAYETTEVILLE, ARKANSAS 72702 < I i$L II . , .I Li iii LIEU u lr li LIV L -d l:UJ a jLJLJL- ,,,E Phone (501) 443-4271 443.2377 -17 C�3 �? To Lint 1A9ET1CX IIA AE C 01 �J iA1ca'€i- Comic cT oz GENTLEMEN: WE ARE SENDING YOU Attached H. Under separate cover via Shop drawings E Prints 71 Plank ❑-Y Samples Copy of letter Change order COelE5 DATE NO. DESCRIPTfG Z3 3 CCt 1T tC the following items: Specifications THESE ARE TRANSMITTED as checked below: For approval C_ Approved as submitted =1 Resubmit copies for approval C For your use E. Approved as noted ❑ Submit _copies for distribution - C As requested - Returned for corrections -, Return corrected prints `-._ For review and comment .- - LI FOR BIDS DUE REMA KS ✓ {LL'V\ Ukk. 1 19 PRINTS RETURNED AFTER LOAN TO US I nl C. COPY TO 0 RESOLUTION No: A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CONTRACT WITH McCLELLAND CONSULTING ENGINEERS, INC. FOR ENGINEERING SERVICES IN CONNECTION WITH IMPROVE- MENTS TO THE FAYETTEVILLE MUNICIPAL AIRPORT UNDER FEDERAL AVIATION ADMINISTRATION GRANT AGREEMENT FOR PROJECT NO. AIP3-05-0020-04 CONSISTING OF AIRCRAFT PARKING APRONS, CONNECTING TAXIWAY, AND AREA LIGHTING. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: That the Mayor and City Clerk are hereby authorized and directed to execute'a contract with McClelland Consulting Engineers, Inc. for engineering services in connection with improvements to the Fayetteville Municipal Airport under Federal Aviation Administration Grant Agreement for Project No. AIP3-05-0020-04 consisting of aircraft parking aprons, con- necting taxiway, and area lighting. A copy of the contract authorized for execution hereby is attached hereto, marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this 21st day of June 1983. APPROVED: / r By 1Y��`� ` �/4" Mayor ATTEST: If By: City CIerkO rJ / MICROFjuv►t1 PROTECT: Eastside, Westside. Apron Improveirents Drake Field Fayetteville, Arkansas OWNER: City of Fayetteville P. O. Drawer F Fayetteville, Arkansas 72702 CONTRACTOR: McClinton -Anchor Company P. 0. Box 1367 Fayetteville, Arkansas 72702 Supplemental,Agreement No. 2 Job No. 83-132 FAA AIP No. 3-05-0020-04 Date: September 4, 1984 Project Description Eastside Apron, Lighting and Westside Apron/Taxiway Inprovenents Drake Field FAA AIP No. 3-05-0020-04 (Non -Eligible) Provide Drainage Improvements at the north end of Drake Field. A description of the improvements can be found on the attached McClinton - Anchor Proposal. Contract Amount $650,722.15 Increase due to Supplemental Agreement No. 2 10,000.00 Revised Contract Amount $660,722.15 5UYYLCl`7flVll-1L ltl(C� Page 2 September 4, 1984 THE AFOREMENTIONED CHANGE, AND WORK AFFECTED THEREBY, IS SUBJECT TO ALL CONTRACT STIPULATIONS AND COVENANTS. ACCEPTID BY CITY OF FAYETTEVILLE: J A& Signature Titl OAD � to ACCEPTED BY MIN -ANCHOR CO.: / (p, / % s' k� Title D ENGINEERING CERTIFICATION ti. I hereby certify that the Drake Field Airport Improve- ments, Access Road to Eas.tside Facilities, and the Taxiway and Run-up Apron, ADAP Project No. 6-05-0020-11 and AIP Project Nos. 3-05-0020-03, 3-05-0020-04 have been construct- ed in accordance with the Plans and Specifications for this work prepared in accord with Federal Aviation Administration Standards as contained in Section 152.11 of the FAA regulations, Part 152, and that this was confirmed by an on site final inspection conducted on August 29, 1984. By: R. Wayne Jones, P.E. Arkansas No. 4532 figWW nnnn ����,1111v.fSatureV (Date)/ Approved for the Sponsor, the City of Fayetteville, Arkansas By Paul Noland, Mayor C W< (Signature) ' (Date Y MICROFILMED ENGINEERING CERTIFICATION I hereby certify that the Drake Field Airport Improvements, Eastside Apron and Westside Apron and Taxiway Improvements, AIP Project No. 3-05-0020-04 have been constructed in accordance with the Plans and Specifications for this work prepared in accord with Federal Aviation Administration Standards as contained in Section 152.11 of the FAA regulations, Part 152, and that this was confirmed by an on site final inspection conducted on November 28, 1984. By: R. Wayne Jones, P.E. Arkansas No. 4532 61 gnaturej 12 3 (Date) Approved for the Sponsor, the City of Fayetteville, Arkansas By: Paul Noland, Mayor j? %/ (Signature) /2 -3 (Date) RESOLUTION NO. 56-84 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A CHANGE ORDER IN THE CITY'S EAST SIDE AIRPORT ACCESS.ROAD CONTRACT WITH McCLINTON-ANCHOR COMPANY TO PROVIDE FOR A SERVICE DRIVE EXTENSION, DITCH GRADING; AND GATE OPERATOR. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF FAYETTEVILLE, ARKANSAS: That the Mayor and City Clerk are hereby authorized and directed to execute a change order in the City's east side airport access road contract with McClinton -Anchor Company toprovide for a service drive extension, ditch grading, and gate operator. A copy of the change order authorized for execution hereby is attached hereto, marked Exhibit "A", and made a part hereof. PASSED AND APPROVED this 17th day of April, 1984. APPROVED: By: 6 j Mayor ATTEST: By ty C1erk U.S, Department Oklahoma City Airports District Office of Transportation 204 FAA Building Wiley Post Airport Federal Aviation Bethany, Oklahoma 73008 Administration Telephone 405-789-2905 cw- z MAY . 91984 Mr. Don Grimes, City Manager Drawer F Fayetteville, Arkansas 72701 Dear Mr. Grimes: We have enclosed two copies of Change Order No. 2 for projects 6-05-0020-11 and 3-05-0020-03 at Drake Field Airport, Fayetteville, Arkansas. It is noted there are eligible and non -eligible items listed on this change order. This change order is considered satisfactory, and is subject to the final audit of the project and availability of federal funds. Sincerely, BOB A. SMITH Manager Enclosure cc: Mrs. Ede Hogue, Airport Manager McClelland Engineering MI tel CHANGE ORDER PROJECT: Access Road to Eastside Facilities Drake Field Fayetteville, Arkansas OWNER: City of Fayetteville P.O. Drawer F Fayetteville, Arkansas 72702 CONTRACTOR: McClinton -Anchor Company P.O. Box 1367 Fayetteville, Arkansas 72702 Change Order No. 2 Job No. 82-118 FAA ADAP No. 6-05-0020-11 FAA AIP No. 3-05-0020-03 FAA AIP No. 3-05-0020-04 Date: April 9, 1984 Contract Date: September 9, 1983 Project Description Access Road to Serve Eastside Facilities, Drake Field Changes to be Made FAA ADAP No. 6-05-0020-11 1-. Add construction of 725 linear feet of Service Drive from Access Road to existing Eastside Apron. 275 feet of Service Drive is beyond original contract. Add quantities indicated by contract changes 2-A through 2-H. 2. Increase contract time by 14 calendar days for a total of 125 calendar days. FAA AIP NO. 3-05-0020-03 1. Add one additional item A-7 cantilever gate operator, control station and electrical wiring for service drive to FAA Tower Site. This item is non -eligible funding. Add quantity indicated by contract change 2-I. Latest Latest Bid Revised Contract Revised Revised Revised Contract Item Estimated Unit Estimated Estimated Estimated Changes No. Quantity Price Quantity Cost Cost 2-A 4 7,074 $ 2.15 8,990 $ 15,209.10 $ 19,328.50 2-B 5 4,528 0.35 4,486 1,584.80 1,570.10 2-C 6 2,560 0.35 4,518 896.00 1,581.30 2-D 7 11,240 5.00 11,703 56,200.00 58,515.00 2-E 10 6,219 10.75 6,547 .65,854.25 70,380.25 2-F 11 3,438 1.50 3,598 5,157.00 5,397.00 2-G 13 1,437 37.25 1,520 49,430.75 56,620.00 2-H 24 5.50 1,400.00 7.63 7,700.00 10,682.00 2-I A-7 1 3,820.00 . 2 3,820.00 7,640.00 Total $ 206,851.90 $231,714.15 Revised Contract Amount $309,585.20 Increase in Contract Amount + 24,862.25 Latest Revised Contract Amount $334,407.45 THE AFOREMENTIONED CHANGE, AND WORK AFFECTED THEREBY, IS SUBJECT TO ALL CONTRACT STIPULATIONS AND COVENANTS. M CLELLAND CON LTING ENGINEERS, INC. ISSUED FOR REASONS INDICATED ABOVE: / --/o E g nee Date ACCEPTED BY CITY OF FAYETTEVILLE: Signature Ma or T -/7 -PT Title Date ACCEPTED BY McCLINTON-ANCHOR CO: Title ° bate_ ACCEPTED BY FEDERAL AVIATION 6. d�� ti`'� ADMINISTRATION: Bob A. Smith Manager, Airport District Office 91kq Date CONDITIONS OF SATISFACTION: This change order is considered satisfactory. Federal participation in the increased cost is subject to the availability of federal funds. 1 �.. 7,-'3 f✓ . 1CROEl . . CHANGE ORDER PROJECT: I Change Order No. •.1 Access Road to Eastside Facilities Drake, Field Fayetteville, Arkansas • OWNER: Job No. MCE 82-118 ESI 83-30 • City of Fayetteville .'FAA AIP No. 3-05-0020-03 P.O. Drawer F FAA AIP No. 3-05-0020-04 Fayetteville, Arkansas 72702 . Date: ,October 12, 1983 Contract Date: September 9, 1983 CONTRACTOR: 'a a McClinton -Anchor Company P.O. Box 1367 Fayetteville, Arkansas 72702. .Project Description. Access Road to Serve Eastside Facilities, Drake Field Changes to be Made. • FAA ADAP No.13-05=0020-04, Amendment No. 1 11 Add construction of -Runup Apron ;ro the contract as specified in the attached plans. . 2. Add Bid Item' No. 5A. for additional haul of sideslope fill material from area. 3. Add Bid Item No. 32 for construction staking required for runup • apron. 4. Increase contract time by 21 calendar days for a total of 111 calendar days. ti _c Bid Original Contract Revised Original - Revised Contract Item Estimated Unit Estimated Estimated Est.diated Changes No. Quantity Price Quantity Cost Cost 1-A 4 6,095 $ 2.10 7.,074 $13,104.25 $ 155209.10 1-8 5 1,755 0.35 4,528 .614.25 1,584.80 1-C 5A -0- 0.15• 2,773 -0-. 415.95 1-D 7 9,300 5.00 11,240 45,500.00 56,200.00 1-E 10 5,295 10.7E 6,219 56,921.25 65,854.25 1-F ii 3,010 1.50 .3,438 4,515.00 5,157.00 1-G 13 975 37.25 1,437 36,318.75 . 49-3O.7 1-H 24 4.40 5.50 6,160.00 7,700.00 1-I 32 0 .1,400.00 975.00 Lump Sum 0.00 975.00 d Total $164,133.50 $199,526.85 Original Contract Amount $270,151.95 Increase in Contract Amount + 39,393.39 Revised Contract Amount, 5309,545.20 THE AFOREMENTIONED CHANGE, AND WORK AFFECTED THEREBY, IS SUBJECT TO ALL CONTRACT STIPULATIONS AND COVENANTS. E LAND CO' LILTING ENGINEERS, INC. } ISSUED FOR REASONS INDICATED ABOVE: �f( ti /1-/i VErrgine Date ACCEPTED BY CITY OF FAYETTEVILLE: •Q � ignature Mayor / o/ / jflj Tft.- 11/: ACCEPTED BY McCLINTON-ANCHOR CO': / S- nature Title Date!/ ACCEPTED BY FEDERAL AVIATION cII__� ADMINISTRATION: Bob A. Manager Aport District Office Da /e CONDITIONS OF SATISFACTION: This change order is considered satisfactory. Federal participation in, the increased cost is subject to the availability of federal furi•9c: 9S'uek,ee,✓ u ua.�• .: �'� /-J/ 4k-- "7 ! o' - CONSTRUCTION SPECIFICATIONS; FOR ^_ •• • EAST SIDE APRON/L'IGHTING tA-ND _ WEST;SIDE- APRON/TAXIWAY � O Q11 �: --� FAYETTEVILLE MUNICIPAYL AIRP0RTFm _t&—\\ ate.. � w •��.' F n'I'/ In. ti ft FAYET.TEVILLE,. ARKANSAS A-I-P.PROJECT NO. _4.. 3 5- - _ 1 ^Z:SEPTE_MBER, 1983 r .E V ^� ti's _ _ r iR .. F LL[ rR - J". �f _ v , ADDENDUM NO. 1 to CONSTRUCTION SPECIFICATIONS AND PLANS for EAST SIDE APRON/LIGHTING and WESTSIDE APRON/TAXIWAY to DRAKE FIELD FAYETTEVILLE, ARKANSAS AIP 3-05-0020-04 February 7, 1984 Project No. 83-132 McClelland Consulting Engineers, Inc. Fayetteville, Arkansas - The original Specifications and Plans dated September 1983, for the project are amended as noted in this Addendum. Receipt of the Addendum shall be acknowledged on the Proposal. The Addendum consists of 7 pages. Item No. 1 Refer to the "Federal Wage Decision" on page 30. Add the Federal Wage Decision No. AR83-4008 attached and made part of this Addendum. Item No. 2 Refer to "State Wage Decision" on page 31. Add the State Wage Decision. No. 83-26 and amendment attached and made part of this Addendum. Item No. 3 Refer to paragraph 5 under Insurance Section on page 102. Delete paragraph 5 and insert the following paragraph. (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) 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) only in the proportion of 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. 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. Item No. 4 Refer to first paragraph Change the second senten of the total..." to read the total..." Item No. 5 Refer to Table 3 on page the percentage by weight "39-59" to read "39-69". on page 131 of Section P-401. :e "...natural sand exceed 12% "...natural sand exceed 22% of 133 of Section P-401. Change passing sieve size No. 8 from 2of7 r Federal Register / Vol. 48. No. 20 / Friday. January 28, ]983 / Notices P. CI. 1.11 4p N O m j Y b P N N ®SC NI Elm K o C 1.-I W Y W O .4 04 00 OnN L 2 F 0 F q. 1)'9 YY 40 L: Y.�1 yV, J 4 .W G! 4C F> MMtII q • p.w DIL{ Ono Y9 W L$ Y. IPL ICi1.4.U6 U',4aC. lcH �0. CO p O N ql U Federal Register / Vol. 48.No. 5 /Friday. January 7.83 / Notices Pi CO L 03 * -4 011 L YV 4p N YL L P U C -L in NO ONNN ONONO NNOONO NNON on Nm0 comb N ON 3 yN P Vin P •n0 mnva Pnm•m .n nmb.r ,nm •nP mN PPv mono N sl I L o UL VO m2u v NN 4Nvv NNams bin .ne bNvv vv vac v.Na v •10 - I ✓ Cl 9 L d -.V• L. 0 C Y mi T flu I, • 3 DC O 4)00 - 00. d C L Y Yw PN 0'9 Y 4j0 M •.-4 V W Y U 0 230' J C q - ' C- 4 > q b 9 W✓ 0 C Y.G• .. Y C y 0 0 Y U• M -m A V 0 U M U N U IN 0 0 01.0 00.0.0. Y. 0 0 -0P • 0. C 4J00. 4 Y O • 0 C y p wm J 0..E0 06 ✓ F 0. 0 CE CCO v VNPN C .+n 4Y •4JA OJJ uO C Q 0 4. C •• ] '0 . C0 0.0 -.44)0 C P g 0 4 q Y K 4 Y d f w P N C d Y Y >4 y 1-•J6A4 011 140 COYC V 4 OaO'C LC6 u4C U 0q 4 C 2 Lod y a) v.w✓VW d 1.0. CPYYC 0.40 -0--4 ] ]d06 II YO W OW Fd4 9UCL004 0 VO *•AAr Ax.F.CC L3 G 4 Y 0 V Y .y COv ` J w 19.00 104V00 Y a.l 4F UwWt E Y.y W P-• Ep SU.C VC vu 140v1 0 £4C k60.1.4 Cl 00 YPP—.W P o qC N 0C0U 0.041.. 0 00 V LC 6 00 CYLu 0. mwO.+rr EY•E •W Y -•\C •-44)C).'19 P 90 V F V 0.0 00 O>•.�TZPuw YE 0 P..1 C 9.v. 9 Vr pJC.ULOECYAy ODUG ac. -40 ON YC✓ COr•JCV >• WMA ..1 .JC. ••C -•C 000,-1 0+•1.•44:L 10 -•'.•LL Cq•'1 LL +•-C 00 0r NCzu Y> 'C.•i.l,E } mqu 4w YYVUL-P 04 CC PL•-• +• kJw.44ON •-IYLGO'yY Tw C PO. C 1 UY..4 f P C YMYCw✓P.n F'••P00gm-.l PLY£VW-•Pb+IESEOCOE YI OPUOr00 0 241N Y.4 >N OrY EZ C'J4LLO C JVU NGC] LUgYUOCWYJwLC=0.o W '.11.. JF L (WY pw Y V U L C Y YOw OVOUF A O N NPN �n OVq Y M=L VZUVE301 x 10.$ OG 00 3wYONJ---IOOLW GTV0O1rW WW CJr]OURCOY4UW2 4OJ V040VOn yY Yj!� UC.-00 000 LLWW CL££I £00.CN NNE FyFON•iFF F d -O q.. Cq. • o - Y TWV Y u Y V V u y- - U: V Y OV Y 3 q N C. _. C I3O .cam 0 COO I 000N 00 NNONNONNNOpoON00 0000 NNNO NO NNOO NONtl YqW VWW vvaP OW NNry bboobWWWWWm OW anf.. ... flOtd bb r1vPv , au uY yyp •• ..... • .. • . ••• 0 oD' tlbl- Nv vONVOvseaOnONONN NovN bNaN ON NNNN •0w 2a IV - r Ud� OY-• ]F 6 • p . .. Y OYY 0 O J:: U C T 1 a] Y •• ✓GC 0 PEP 0014 Y Y C•VC q ,JO O 6 0WZJ O d CO Y YO Y..F 0. C] 09q u NYY FOCO rF Y OY O.1C C O C 000 qq0C Y L4 r ✓q WV Y ' ^VN u✓U LCC L EYON 0R 'Y AYOS01 ZYP 0 Y W40V✓C 0LLtl C0C Y YU mm 0OY 140. 0 O'Ug4Y .1 Y 00 YY UN yY EOV+I YYO qE 0041.60.0 UC 'aC W.•q N v.34 U Y Oq L 0. 4 AMVNG YN gVLNO +: YO G9.• O L qY 64 PYC qFY 0.K OLCP>]0 Ygzo�AY4, V.G V4.u• P YYY. a)V-.C UZIYYOW O•_W 0Yf•Y00UCOTC OD CO 000 40C w VYUO69 L'•13 NIU MCC 6 OYxm 1 O>Y�Y N. -I YVA 0 C 3 • CU)' P OOYLOC'10AY C SPCc✓O J] 4 VYq 6C J9t'IYOY wO YC -- P CL^..•C OUT 1..i -,PV A 416 N..C u4), COa000NCCII.\OVC .•Y MZC0JN YPWVCT-• LYY3P Y LICE 0.•0mOCC A I 0 w L_'gN0YY V00 G V A YY WYU..N 0A 00041 Oq4 >JY NW 0VWLP VOVUOIIIJ.1 UN ZCf U TVVUY]YP.OuuuPYYuuVYTE0 -•O Nuu CNL .+JFYYOY ✓'✓1.]II114\NY1V 0..It 01 I. OCL PY m14)4)-JJ O_0 .4C VO U0P0 C YYY •I4 0.-•.-I Oil U Oq TO 0 V.WN ONy Y'q .-LOYO UY. 4:u AAVC.xNYN 44.44)I VV U9gLSr0 YK a CLTYYY4:1 YLCO 0 ov YOYu,+-JCC LL 0.-•000UEOOC YY CYLLUA CJNOU0M YV VZO O n%IC +PC $6'ZCCA U3u UMVVZ YrOYddYA4C C CY 463LCV(J POpu..1N ON CZV UNOC C1 > G V lCiC)UU w✓C VODUW.•NPgLL 0000MI0"1 CNC44G4VUVUUVW.]6WP "1 ",3 PWmgoWC] 0040 q+LOOC N0 q'104440m. 0 0 UUUU 1. q Uj,ti L.CC _uCW VC CYY OAO. VUWM 0.0.6 =Vp 4219 927 ®Sa��nr�ED BILL CLINTON Governor DEIVEY D. STILES Director STATE OF ARKANSAS ARKANSAS DEPARTMENT OF LABOR 1022 HIGH STREET LITTLE ROCK 72202 (501) 375-8442 January 25, 1984 McClelland Consulting Engineers, Inc. P.O. Box 1229 Fayetteville, Arkansas 72702 RE: East and West Side Aircraft Parking Aprons, Drake Field Fayetteville Municipal Airport Washington County Gentlemen: We are extending Arkansas Prevailing Wage Determination Number 83-26 until April 26, 1984. If we can be of any further assistance, please feel free to. contact Becky Bryant at 375-8442. DDS:kj Sincerely, ey D. Stiles Director V 2� i n1LL L.L4-Lvlvly Governor DESWEY D. STILES Director STATE OF ARKANSAS ARKANSAS DEPARTMENT OF LABOR 1022 HIGH STREET LITTLE ROCK 72202 (501) 375-8442 August 26, 1983 ::.. . McClelland Consulting Engineers, Inc. P.O. Box 1229 Fayetteville, Arkansas 72702 RE: East and West Side Aircraft Parking Aprons, Drake Field Fayetteville Municipal Airport Washington County Gentlemen: Enclosed is Arkansas Prevailing Wage Determination 83-26 estab- lishing the wages to be paid on the referenced project. These rates are adopted pursuant to Section 9(1) of Act 74 of 1969 as amended by Act 275 of 1969, and to Section 5(d) of the Rules Pertaining to the Administration of the Arkansas Prevailing Wage Law. In compliance with Section 5 of the law, this scale of wages must be posted in a "prominent and easily accessible place at the site of the work." Once the contract is awarded, we would appreciate being advised of the contractor's business name and address and anticipated beginning and completion dates. If you have any questions or we can be of further assistance, please contact Becky Bryant at 375-8442, Extension 404. Sincerely, AL) Dwe y IX! Stile Director DDS:kj Enclosures .rnc 1 ti! ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DE"ERMINATION—HEAVY RATE DATE: August 26, 1983 DETERMINATIOt: !/ PROJECT: East and West Side Aircraft Parking COUNTY Statewide Aprons EXPIRATION DATE: Drake Field, Fayetteville Municipal Airport Washington County BASIC HOURLY RATE 83-26 12-26-83 FRINGE BENEFITS Bricklayers 6.40 Carpenters 6.40 Concrete finishers 6.40 Electricians 7.75 IRONWORKERS: Structural 5.60 Reinforcing 4.80 LABORERS: Air tool operator 4.55 Asphalt heater operator 4.55 Asphalt raker 5.20 Carpenter helper 4.65 Chain saw operator 4.65 Checker grade 4.80 Concrete finisher helper 4.65 Concrete joint sealer 4.65 Concrete saw operator 4.65 Form setter 4.80 Laborer 3.60 Pipelayer 4.80 Powderman 5.60 Vibratorman 4.55 Painter 5.60 Pile driver leadman 5.60 POWER EQUIPMENT OPERATORS: Aggregate spreader operator 5.10 Asphalt plant fireman 4.30 Asphalt drier operator 4.30 Batch plant operator 5.10 BULLDOZER OPERATORS: Finish 6.15 Rough 5.35 Bull float operator 4.95 Concrete curing machine operator 5.20 CONCRETE MIXER OPERATOR: Less than 5 sacks 4.65 5 sacks or over 5.60 Backhoe operator-rubbertired (1 yard or less) 5.35 Cherry picker operator 5.35 Concrete paver operator 5.90 Concrete spreader operator 5.90 CRANES, DERRICK, DRAGLINE, SHOVEL, BACKHOE OPERATORS: 1-1/2 yard or less 6.15 Over 1 1/2 yard 6.40 Crusher operator 4.95 Wit -.8a- Distributer nnaratnr I. Q ¢ _____ ----- Paget Of 2 ARKANSAS DEPARTMENT OF LABOR PREVAJLING WAGE DETERMINATION —HEAVY RATE DATE: August 26, 1983 DETERMINATION it PROJECT: East and West Side Aircraft Parking COUNTY Statewide Aprons, Drake Field EXPIRATION DATE: Fayetteville Municipal Airport Washington County BASIC HOURLY RATE Drill operator (wagon or truck) 4.95 Elevating grader operator 5.90 Euclid or like equipment operator (bottom or end dump) 4.Si Finishing machine operator 5.35 Forklift operator 4.45 Form grader operator 4.45 FRONT END LOADER OPERATOR: Finish 5.90 Rough 5.35 Hydro seeder operator 4.80 Mechanic 6.15 Mechanic helper 4.80 MOTOR PATROL OPERATOR: Finish 6.15 Rough 5.35 Mulching machine operator 4.80 Oiler and greaser 4.80 Pile Driver Operator 5.60 Pug Mill Operator 4.55 Roller operator (self—propelled) .4.80 SCRAPER OPERATORS: Finish 6.15 Rough 5.35 Sod slicing machine operator 4.40 Stabilizer mixing machine 4.95 TRACTOR OPERATORS: Crawler type 4.80 Farm and wheel 4.55 Wheel type (with attachment 1 yard or under) 4.95 Trenching machine operator 4.95 STONEMASONS 6.40 TRUCK DRIVERS: Distributors truck driver 4.80 Semi -trailer 4.80 Lowboy driver 5.35 Transit mix truck driver 4.80 Truck driver (•heavy -maximum pay load in excess of 3000 lbs.) 4.55 Truck driver (light -maximum pay load 3000) 4.30 WELL DRILLERS 6.15 83-26 12-26-83 FRINGE BENEFITS WELDERS --receive rate prescribed for craft performing operator to which welding is incidental. r CONSTRUCTION SPECIFICATIONS EAST SIDE APRON/LIGHTING AND WEST SIDE APRON/TAXIWAY FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS AIP PROJECT N.O. 3-05-0020-04 CONTRACT II SEPTEMBER, 1983 JOB NO. 83-132: McC``55ELV+n; CF NC FJNF ``CRIC � r TABLE OF CONTENTS SECTION PAGE NO. NOTICE TO CONTRACTORS 1 INSTRUCTIONS TO BIDDERS 3 PROPOSAL 8 EQUAL OPPORTUNITY CERTIFICATION 18 CONTRACT 21 PERFORMANCE BOND 24 PAYMENT BOND 27 FEDERAL WAGE DECISION 30 STATE WAGE DECISION 31 WAGE, LABOR, EEO & SAFETY REQUIREMENTS 32-45 GENERAL PROVISIONS (FAA Standards, as Revised for This Project) 46-95 Section 10: Definition of Terms 46 Section 20: Proposal Requirements and Conditions 51 Section 30: Award and Execution of Contract 55 Section 40: Scope of Work 57 Section 50: Control of Work 61 Section 60: Control of Materials 67 Section 70: Legal Relations and Responsibility to Public 71 Section 80: Prosecution and Progress 80 Section 90: Measurement and Payment 87 SPECIAL PROVISIONS 96-110 General 96 Description of the Project 96 Coordination of the Work 96 Project Sign 96 Identification of "Engineer" 97 Functions of the Engineer and Relationship Between Engineer and Contractor 97 Limitations of the Engineer's Responsibilities 99 Engineer's Visits to the Site 99 r TABLE OF CONTENTS (Continued) SECTION PAGE NO. SPECIAL PROVISIONS (Continued) Contractor's Examination 98 Arrangement of Specifications and Plans 99 Workmen 99 Horseplay, Fighting, and Roaming 99 Insurance 100 Subcontractors 102 Parking for the Contractor's Work Force 103 Partial Acceptance 103 Owner -Furnished Materials 103 Field Office for the Engineer 103 Use of Explosives 103 Caution - Gas Line! 103 Progress Schedule 104 Contractor to Perform Construction Staking 104 Other Contractors 104 As -Built Drawings 105 Publicity 105 Modifications and Waivers 105 Standards 105 Contractor's Responsibility Regarding Special Application Materials and Products 106 Testing 106 Payment for Stored Materials 106 Cost of Plans and Specifications 107 Contractor to Provide New Radio 107 Safety Requirements and Construction Procedure 107 NOTAMS 108 FAA STANDARD SPECIFICATIONS (As Revised for This Project) 111-230 P-151, Clearing and Grubbing 111 P-152, Excavation and Embankment 113 P-153, Watering 123 P-209, Crushed Aggregate Base Course 124 P-401, Bituminous Surface Course 130 P-501, Portland Cement Concrete Pavement 147 P-602, Bituminous Prime Coat 173 fT^-.M.rininun r TABLE OF CONTENTS (Continued) SECTION PAGE NO. FAA STANDARD SPECIFICATIONS (As Revised for this Project -Continued) P-605, Joint Sealing Filler 176 P-610, Structural Portland Cement Concrete 180 P-620, Taxiway and Apron Painting 188 0-701, Pipe for Storm Sewers and Culverts 190 D-705, Underdrain System 195 D-751, Manholes, Storm Inlets, and Water Valve Boxes 200 D-752, Concrete Headwalls 205 T-901, Seeding 208 T-904, Sodding 212 T-905, Topsoiling 216 L-108, Installation of Underground 219 Cable for Airports L-110, Installation of Airport Underground 224 Electrical Duct L-125, Installation of Airport Lighting Systems 228 SUPPLEMENTAL SPECIFICATIONS 231-238 East Side Floodlights 231 Soil Stabilization Fabric 232 Tie Down Anchors 234 Potable -Water and Sanitary Sewer Piping 235 APPENDIX Subsurface Soil Investigation Al -A7 L. r Notice to Contractors L. r NOTICE TO CONTRACTORS 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 office of the City Manager, Fayetteville, Arkansas, until 2:00 P.M. on the 14th day of February , 1984, for the furnishing of all tools and labor, and the .performance of work to be done in constructing taxiway, apron and lighting improvements to Drake Field, Fayetteville Municipal Airport. Work under this Contract shall include grading, drainage, earth embankment, pavement, landscaping, area/taxiway lighting, and other tasks required for a complete job. The location of the work is set out in the Plans and file in the offices of McClelland Consulting Engineer 1810 N. College Avenue, Fayetteville, Arkansas. All considered at a meeting, to be held in the Chamber Room, 123 Mountain Street, Fayetteville, Arkansas at on the 14th day of February , 1984, and at thereafter as may be necessary. Specifications to be on is, Inc.: P.O. Box 1229, bids will be opened and of Commerce Conference 2:00 P.M. local time, such adjourned meetings 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 not being refundable. Pertinent information and the detailed specifications will be furnished to suppliers atcostof 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. 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. -1- ad I — _'. Mrrl r I GNn r Notice is hereby given that the City of Fayetteville is an Equal Opportunity employer. The Board of Directors reserves 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 Purchasing Agent City of Fayetteville Fayetteville, Arkansas ..2 - L r Instructions to Bidders INSTRUCTIONS TO BIDDERS 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 every item of work named in the Engineer's be done, approved by the Owner and on file set out in the "Notice to Contractors." prices named in his bid the furnishing -3- • Bidders must --state a price for estimate of quantities of work to in the office of the official as Each bidder shall include in the of all labor, materials, tools, I r 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. 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 -4- L r pJ n< entered into and the required..,bonds furnished within the required time, in the event of the award of a contract. ,. 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 r•₹ 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. -5- L r 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 Contractors" after the time for filing, as advertised, will be However, bids mailed from a post office other than that of thi arriving in the Owner's post office before the time for receiving actually delivered to the office designated to receive the bids, hour for opening of bids, shall be judged to have been received filing and shall be considered. Also, See Section 30 of the GENERAL PROVISIONS. "Notice to considered. Owner and of bids and before the in time for 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 -6- \ J r t opening bids, said length of,,time to of a contract upon a successful bid` or claim against the Owner upon such reduced to writing and duly signed b, of a contract shall not be complete the necessary bonds approved. be stated...,in.'the Proposal. The awarding shall givethe bidder no right of action contract until the same shall have been t the contracting parties. The lettering until the contract is duly executed and 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. -7- -ad Proposal RV PROPOSAL EAST SIDE APRON/LIGHTING AND WEST SIDE APRON/TAXIWAY IMPROVEMENTS TO DRAKE FIELD FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS AIP Project No. 3-05-0020-04 Plans No. 83-132 Dated: September, 1983 City of Fayetteville Fayetteville, Arkansas Oft N ON-ANCH®fl E8; Gentlemen: APAc•Arsnl{ IAE: 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. 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 100 calendar days from the Notice to Proceed, for the following scheduled prices. -8- I -_ — v.n cl I pan * PROPOSAL SCHEDULE BASE BID ITEMS ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: 1 Lump Sum Project Sign $ 3Qp.p0/LS (Non -Eligible for FAA Funding) Three h i dnll2vs indollars/Lump Sum $ 300,00 Wor sf nO Certtc 2 2,400 SY Existing Pavement Demolition $ Z•5O /SY Two doliars aVlcl ?(f-hy P_P.V1LLC' dollars/Square Yard $(0.000,00 (Wor s 3 20,025 CY Unclassified On -Site Excavation $ t.5c /CY One, dollar &ncA CiPky eMtc dollars/Cubic Yard $ _D37 _50 (Words) 4 17,730 CY Uncompacted Embankment $ .Z /CY for Stockpile One dollar 2nd Aweri+1' ct e eevlt6 dollars/Cubic Yard $ 2 1 2.50 (Words) 5 34,940 CY Compacted Off -Site $ 5.00 /CY Borrow dive dollars anti n eeyvts dollars/Cubic Yard $ 1r14,7oti.00 (Words 6 2,300 CY Topsoiling $_'3.5p/CY Thfee dollays anct TIf{y ants dollars/Cubic Yard $ 8,050.OO (Words) Io * The Bidder is advised to refer to Section 20 of the GENERAL PROVISIONS regarding. PROPOSAL REQUIREMENTS AND. CONDITIONS. -9- i r..w t McCLELLBND r BASE BID ITEMS ITEM . .APPROX. UNIT NO. QUANTITY: ITEM: PRICE: 7 16,700 SY Soil Stabilization Fabric $ 1.1O /SY One d0)j2r and +En C.eYLI6 dollars/Square Yard • (Words) 8 14,290 Tons Crushed Aggregate Base $I0.5O /ion • Course (SB-2) Terv6o(12Ys and c1%\/ (!Pyl. dollars/Ton (Words) 9 7,852 Gal. Bituminous Prime Coat $ 1.4O /Gal. One. dn112C pcA OYt1.4. Cent. dollars/Gallon (Words) 10 3,750 Tons Bituminous Surface Course $ g.0O /Ton Course T�rtct2.Yen e-�oYiC( noC��tS dollars/Ton (Words) 11 Lump Sum Tie -Down Anchoring System} $n,Orn.00/LS 'Seven khnusznd &L' 2�s 2.YN',i no CP,VLtdol tars/Lump Sum (Wor s 12 Lump Sum Taxiway Painting $ (,o.00 /LS 5tutt4 do(12Ys 2y1Cj no rpytf& dollars/Lump Sum • (Words) 13 • 452 LF 12" Reinf. Conc. Pipe, • $ 1(9.5o /LF Class III & IV, Wall B, • Including Bedding & and Backfill Material I EXTENDED: $ 18,3r10.0O $ 15O, O4G.oO $10 4Z.8O $ I3 ,rl5o.w $ `I,00O.0O $ (O00O S een ddtzre 2nd Ylttl. CP,nc dollars/Linear Foot $ "l45&,(,�j (Words) 10 - f"®—._ M.rIri ieun J r BASE BID ITEMS ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: 14 125 LF 18" Reinf. Conc. Pipe, Class IV, Wall B, Including Bedding and Backfill Material $ Z 1.00 /LF I at1%vCAdv(Izv5 and no CZYEdollars/linear foot $ 3,316.OD ((Words) 15 411 LF 21" Reinf. Conc. Pipe, Class III & IV, Wall B,. Including Bedding and Backfill Material 11 $ Z(n.OO /LF Twent4 5i'4dolfdo l vs ?�nnetvI.6Sdollars/Linear Foot $ 101&8lo.W Words) 16 8 Ea. Reinf. Conc. Grate Inlets $1,3pp.pp/L a. &e1iou5and three hunclred( cio1(2r5Z/1CJdollars/Each $ IOL4 .00 (Words) no dears 17 1 Ea. Reinf. Conc. Curb Inlet $1,Zoo.odEA. one%houc2wd (Words) ht(ne(r0ci do((ZVs z'i J dollars/Each $ I,Z0o•0O noeentc 18 1 Ea. Reinforced Concrete $ 1.o0/EA.. Headwall/ 5everl hundred t'(ku fIo((ZYs 2t1 no Op dollars/Each $ 950.00 (Words') 19 1,300 LF Underdrain System $ 8.q0 /LF �ID��[���7.Y5 2nd 2rne.1ntl.(eerv,dollars/Linear Foot $ 11,310.aD (Words) 20 9 AC. Seeding and Fertilizing $lkoo.00/AC One,t vo ►OJz,YKJ 5'Lv hl.lnGlt&GJ d.o[[e Y-52y►CJdollars/ACRE $ (4,4.00400 (Words) no ce4tts . 130 3 J r BASE BID ITEMS ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: 21 75 SY Solid Sod $ hoc /SY seventeen ridlars zr� rlp oevt a dollars/Square Yard $ I,Z15.c (Words) 22 100 LF Underground Cable, #8 AWG, Installed in Trench or Duct Taxiway $ 1110 /LF Lighting One.dollar zjni SeVtvtti4 cents dollars/Linear Foot $ tlo•oo (Words) 23 100 LF Bare Counterpoise Wire $ I.5S /LF. #6 AWG, Installed in Trench or Duct Onedot(ar znd cic{u t'tve, CCIL± dollars/Linear Foot $ 155.op (Words) 24 50 LF 2 -Way Underground $ I(o•oo /LF Electrical Duct Sixfeen dollzvs acid no Ce.Y dollars/Linear Foot $ oo.00 (Words) 25 5 EA Light Poles, with Conc. Bases, Fixtures, Conduits, Circuit Wiring, u"Branch Breakers, Etc. $ _____ 40CEA rho ejaY� %v%PVI 4LuYIClrecJ C In�t,t dollars/EACH $ 13,QU0.00 Words dOI(ys 2 nU C2ritS 26 2 EA. New Med. Intensity • Taxiway Lights 'f $ Z5o.cdEA. toohunclreG� F >(Words) l(2YS ZV� OaCn thdollars/Each $ G ,Q G�1Z�gN` �b - 12 - L. IT — Mc[IFIIANn J r rK ITEM APPROX. NO. QUANTITY: BASE BID ITEMS ITEM: 27 3 EA. Relocate Existing Med. Intensity Taxiway Lights One. huricl(ecl dtkys 2 4Ci iio (`Words) UNIT PRICE: EXTENDED: $ I(».0. /EA. dollars/Each $ OOO3 28 1,506 LF 2" PVC Conduit $ 2. o /LF (Non Eligible for FAA Funding) twodo«2vS 2yx l-hlq�,CeyL�Q dollars/Linear Foot $ 3Q(o3.BD (Words) --- 29 1,506 LF 3" PVC Conduit $ Z $6 /LF (Non Eligible for FAA Funding) UZ`v L616" zY1d e i i (!P dollars/Linear Foot $ L p (Word) 30 5 EA Concrete Electrical Junction Box $3(ap.00/Ea. (Non -Eligible for FAA Funding) "[hvmALAO&Pf s tLi ,0Llatls 24fld fib Cit dollars/Each $ IMct.00 Wor s) 31 735 LF 4" Ductile Iron Sanitary Sewer $ I0.SO /LF (Non -Eligible "" for FAA Funding) f Vl dd( S Zyd c ct._( &,nt dollars/Linear Foot $ 'III. O (Words) 32 622.LF 6" Ductile Iron Sanitary Sewer $ Z• o /LF (Non -Eligible _ for FAA Funding) TUPJV,e ct (t ,Yc ''YO SLyEq �doltars/Linear Foot (Words) - 13 - $ 118'Y7.Z0 L / rl _ M,rt FI ieun r 11 BASE BID ITEMS ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: 33 3 EA Sanitary Sewer Manholes $/Ea. _Y1Cj.(Non-(Eligible for FAA Funding) E(8h.c hU,Yc (orb drna1vc 1/V �tZ, p0rdol 1 ars/Each $ 5 .00 Words) 34 620 LF 2" PVC Water Line $ 7.40 /LF (Non -Eligible for FAA Funding) -c1AodotI is i - d tO1 CPVIl15 dollars/Linear Foot $ I &oo (Words) 35 420 LF i" Copper Water Line $ 3.110 /LF (Non -Eligible for FAA Funding) 'fhwee (foda#s aid %, rn dollars/Linear Foot $ I Z .ot (Words) 36 4 EA Water Valve Box w/Corporation Stop (Non -Eligible for ii�IIFAA Funding) $ IOD•oo/Ea. 0nt kuYIfjvc1 d oLbis no (o dollars/Each $ 4(0.OO (Words) 37 Lump Sum Tie -Down Painting (Non -Eligible for FAA Funding) $ I6O.oc/LS One hundfC f itb_j cjpflois ?,Ylcld dollars/Lump Sum $ ISO.t Word no e2YLtc TOTAL BASE BID - 14 - (a�(¢, Il6t10 L .._... 1. ..., r ALTERNATE BID ITEMS CONCRETE PAVEMENT ITEM APPROX. NO. QUANTITY: 5A 39,260 C.Y ., 1OA UNIT ITEM: PRICE: Compacted Off -Site Borrow $ ICY . dollars/Cubic Yard (Words) 6,990 Tons Crushed Aggregate Subbase Course $ /Ton (Words) 29,060 S.Y. Portland Cement Concrete Pavement (5" Thick) $ . /SY dollars/Square Yard $ (Words) 2,624 S.Y. Portland Cement Concrete Pavement (8" Thick) (Words) TOTAL ALTERNATE BID Bid Items 1-4, 5A, 6, 7, 8A, 9A, 1OA, 11-37 EXTENDED: 0 dollars/Ton $ $ /SY dollars/Square Yard $ $ The Bidder (Proposer) shall complete the following statement by crossing out the phrase which does not apply. The Bidder (Proposer) has 0i 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. - 15 - J r 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 5 % NMALJLn1T Sin 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. ADDENDUM Wo o NE Dated FtsautAay 7, /qlv and such addenda are attached hereto and made a part hereof. - 16 - L r r Dated at Fayetteville, Arkansas, this OuRTEEi-rH d/y jay of FEaRUArty 1984. Respectfully submitted, Mc.CL{NTON- ANCHOR Cc). ,QIV OF APAC-AR$ANSAS TNC (SEAL, IF CORPORATION) b. �O)c 13rn7 FAY277;/ Business Address' : by o)l.�fcr(�ur, Title jr .. R,�I'_ Arkansas License No. I q=7 - 17 - i r-�� .._l, [I I A.In INSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA PENNSYLVANIA Proposal or Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE MCCLINTON-ANCHOR COMPANY, A DIVISION OF APAC-ARKANSAS, INC, as principal, and the INSURANCE COMPANY OF NORTH AMERICA, a corporation organized and existing under the -= T' —laws-of the Commonwealth -of -Pennsylvania; having its principal place of business at Philadelphia, Pa., as surety, are held : andfirmlyboundunto CITY OF FAYETTEVILLE OFFICE OF THE CITY MANAGER FAYETTEVILLE, ARKANSAS 72701 as obligee, in the penal sum of FIVE PERCENT (5%) DOLLARS, lawful money of the United States of America, for the payment of which, well and truly to be made, the bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED, sealed and dated this 74TH day of FEBRUARY A. D. 19 84 WHEREAS„the said principal is herewith submitting proposal for EAST SIDE APRON/LIGHTING AND WEST SIDE APRON/TAXIUJAY FAYETTEVILLE MUNICIPAL AIRPORT, FAYETTEVILLE, ARKANSAS 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 (l0) 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. .P - PROVIDED AND SUBJECT TO THE CONDITION PRECEDENT, that any suits at law or brought or to be brought against the Surety`to-recover'any claim hereunder -must -be-instituted-an Surety within ninety (90) days after the acceptance of said bid of the Principal by the Obligee. Cal ♦p/ I PRES IDENTlr 'j YaTp ✓�; McCLINTON-ANCHOR COMPANYA" QI;,V,d-SSFOi OF....A.P.AC.-A8K.A.NSAS.,....I.NC.,...................................... INSURA COMPANY OF NORTH J ck East, Jr., At or BS -1946 PRINTED IN U.S.A. POWER OF ATTORNEY 429624 INSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA, PA. 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 thetBoard of Directors: -of -the said Company onMay28,1975,towit : "RESOLVED, pursuant•to Arunes 3;Band •5.1ottne:By-Laws;-the fouowing Ruies shall govern -the executionfor the Company of bonds, undertakings, recognizances, contracts.ano other writings m: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 ana au bonds; undertakings; erecogmzances;;:contracts andaother.wrnmgs in the nature thereof, the same to be attested when necessary by the; Secretary, an Assistant Secretary or; aeResident 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 oftheCompany 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 alteoted 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:. MERIcA this . °-- 4th...:i day of .:_.MaY 19 I URANC P OF NO H AMERICA c rulu6. (SEAL) 7 $ : \ ' v , ..• '•MICHAEL B-:J'FODO Vase -President ..' ... STATE OF ILLINOIS ���" -- COUNTY OF H. COOK - .1W - On this _24th - A. D. 19 82 .,...,_before me, a Notary ' STATE -OF ILLINOIS _ - COOK - ... . Public of the to and for the County of came ................................. 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. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the Cityof:CIII�CAG0 the day and year first above written. P� ...... -- . ...._.._........ .. `-------------- (SEAL) PHYLLIS DUBAK /' NotaryPublic.- My commission expires 2/6/85 _ w I, the undersigned, Amix"xSecretary of INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that / ii bt. rial POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is`in full force and,eff& t. - In witness whereof, I have hereunto subscribed my name as X H$ Secretary, and affixed the corporate;seal h Corporation, this.... 1-47N----_---------------_---- day of ..FEBRUARY &4 r 1 Equal Opportunity Certification �CdR b ATFO r CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY GENERAL BIDDERS NAME MCCLINTON- AticNGR Co. DivoF APAC-AIWAto s :TNC ADDRESS P G. S 1367 FAYETTEvttLi AfZYaeaegS 727o 2 INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NUMBER ,j 8-/ '0/ y (�3 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 -18- L TT m.n nlnun i equal opportunity clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. CERTIFICATION OF NONSEGREGATED FACILITIES: 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. - 19 - — . A4nr'ieun C 1 9 Certification - The information above is true and. complete to the best of my knowledge and belief. Qv pAVII) C. rPRFS1OE T ti �`-a._ Name an Title of Signer (Please type§'t' `) 4 . FER4.ARI ILI _1 8`l Sig ature Date NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. -20- L r.r.-- \A.rl CI I A.in J Contract r I CONTRACT STATE OF ARKANSAS CITY OF FAYETTEVILLE THIS AGREEMENT, made and entered into this 4th day of May , 1984 by and between the City of Fayetteville, Party of the First Part, hereinafter called the OWNER and McClinton -Anchor Company, a Division of APAC-Arkansas, Inc. 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. 83-132 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 east side and west side aprons, taxiway, and lighting improvements, including site grading, drainage, earth embankment, pavement, landscaping, and other tasks as designated in the project Plans and Specifications for the prices bid in the Proposal, for the Total Base Bid less a reduction in the quantity for Bid Item No. 7 to 100 SY, the deletion of Bid Item No. 11, and a reduction of the unit price of Bid Item No. 6 to $2.50 per C.Y. based upon the estimated quantities, the total sum being Six Hundred. Forty Six Thousand, Six Hundred and Eight dollars and ten cents, ($646,608.10) such sum being the agreed amount upon which bonds and liabilities are based, and at his own cost and expense furnish all materials, 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 100 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: 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 I � " - 21 - , . L I '7\ Y.PI c1 I eun J K 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 to 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 prosecute the work 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 thetimestipulated 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 extendedfor, such reasonable time as the Engineer may decide, subject to agreement by the OWNER. 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 neglects or refuses to continue the work after ten given the CONTRACTOR by the OWNER or by the ENGIJ have the option of declaring this contract at an OWNER shall not be liable to the CONTRACTOR for any hereunder; or requiring the surety hereto, upon ten _22_ work (10) JEER, end, work (10) hereunder or fails, days written notice, then the OWNER shall in which event, the theretofore performed days notice, to M,rl rI I ENn J T 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. FIRM NAME: McClinton Anchor Company, a Division of APAC Arkansas, Inc. n• -- BY: �� lf(l� PaE5tACNt (TITLE) City of Fayetteville Fay *11 k s A. 3..p : ° Paul Nol nd Mayor) ATTEST: s -23- 1 iT .\ MCCLELLAND J AND ADDRESS OF AGENCY United Service Agency, Inc. Post Office Box 11765 Lexington, Kentucky 40577 E AND ADO RESS OF INSURED .CLINTON-ANCHOR COMPANY, DIVISION OF APAC-ARKANSAS, INC. :0 NORTH BLOCK 0. BOX 1367 ,YETTEVILLE, ARKANSAS 72702 COMPANY COMPANIES AFFORDING COVERAGES LETTER A Insurance Co. of North America B INA of Texas C INA Ins. Co. of Illinois D Atlantic Employers Insurance Co. E Texas Employers' Ins. Association F G Phis is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time °ANY - POLICY Limits of Liability in Thousands (0001 TER•TYPE OF INSURANCE POLICY NUMBER EXPIRATION DATE EACH I AGGREGATE OCCURRENCE GENERAL LIABILITY ' - BODILY INJURY $ $ k ® COMPREHENSIVE FORM LAB 26604 12-1-86 PREMISES —OPERATIONS PROPERTY DAMAGE $ $ EXPLOSION AND COLLAPSE HAZARD UNDERGROUND HAZARD PRODUCTS/COMPLETED BODILY INJURY AND OPERATIONS HAZARD ® PROPERTY DAMAGE $ 1,000 $ 1,000 CONTRACTUAL INSURANCE - COMBINED BROAD FORM PROPERTY DAMAGE INDEPENDENT CONTRACTORS ® PERSONAL INJURY PERSONAL INJURY $ AUTOMOBILE LIABILITY BODILY INJURY $ tEACH PERSON) COMPREHENSIVE FORM LAB 26604 12-1-86 BODILY INJURY $ EACH OCCURRENCE) OWNED PROPERTY DAMAGE $ HIRED BODILY INJURY AND NON -OWNED PROPERTY DAMAGE $ 1,000 COMBINED EXCESS LIABILITY BODILY INJURY AND ❑ UMBRELLA FORM PROPERTY DAMAGE S $ ❑ OTHER THAN UMBRELLA COMBINED FORM RSCC18142983Y'?f� 12-1-84`n'.th:'"'i�•i's�<.'I{ti�:'zb'Sa:i " WORKERS' COMPENSATION RSCC20572243 STATUTORY and RSCC18135000 8 renewals EMPLOYERSLIABILITY RSCC18135036 thereof to WC -A-93478 12-1-86 (EACH ACCIDENT/ OTHER CRIPTION OF OPERATIONS/LOCATIONS/VEHICLES East Side'Apron/Lighting and West side Apron/Taxiway Fayetteville Municipal 4irport. ancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will endeavor to mail days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOLDER: City of Fayetteville DATEISSUED: May 14th, 1984 x Fayetteville, Arkansas 72702 %���ur C.A—��� AUTHORIZED REPRESENTATIVE r Performance Bond i El PERFORMANCE BOND McCLINTON=ANCHOR COMPANY11 DIVI KNOW ALL MEN BY THESE PRESENTS: That we OF APAC-ARKANSAS, INC. a CORPORATION , hereinafter called' 'finettRaI. .,and `tP INSURANCE COMPANY OF NORTH AMERICA of PHILADELPHIA, PAY State of PENNSYLVANIA hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville, hereinafter called "Owner", in the penal sum of SIX HUNDRED FORTY SIX THOUSAND SIX HUNDRED EIGHT AND 10/100-----------4$ 646,608.10 ) 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 i to a certain contract with the Owner, dated the 4/ is hereto of J - , 1984, a copy of whith 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 stall 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. -24.- J 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 six (6) counterparts each one of which shall be deemed an original, this the 4th day of May , 1984. ATTEST: McCLINTON-ANCHOR COMPANY, DIVISION OF APAC-ARKANSAS, INC. Prin 1 By: d�GI'v' z• Fa ettevillb,9lrR us1 672701 Address Fayetteville, Arkansas 12101 Witness a c Principal ,,gt, p. O. Box 1367 Address tay@«Cvi!!0, Ark!nsac 72701 ATTEST: INSURANCE COMPANY OF NORTH AMERICA Surety (Surety) Secretary -25- _ M-rlr,'aMn r - (SEAL) B o`x. 511 Address o Surety ttle Rock, Ar 72203 -26- tgfney-in-fact Ja i11, Little RocW ss I --JIN9 CII A\tn 1 %N;;;COMPANY ANY. S RAN E P F -NORTH AMERICA rPHILADELPHIA, PHILADEL HIA, PA. �c u ..� ^♦ :� -..e F. s; ,moo -•r/ ':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 tolthefollowing 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 -iii -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-wruing executed in accordance wuh.'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 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 suchpower, andany'such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. ; (4) Such. Resident Officers and Attorneys -m 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 authoritygranted b' 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 z 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, o ----- --------------- has hereunto subscribed his name and affixed the corporate seal of the said INSURANCE COMPANY OF o NORTH AMERICA this ------------------- 4.tt.......... -------- day of .... ay------------------......------...--... 19---$-x------- °° ° ' •. I URANC P N� NO H AMERICA '. aor�ier (SEAL) 's rutauc boa MICHAEL B. FODO Vice -President STATE OF ILLINOIS COUNTY OF COOK „y $s. On this _. 24th day of .. ...<..-_- A. D. 19-82 -::......, before me, a Notary Public of the STATE OF ILLINOIS'•- in and for the County of COOK name ................................. ? INSURANCE ..............-.....-- MICHAEL B..:-FODOR - .......,_` .. -- ---..-:,........,., Vice -President of the INNSURANCE COMPANY OF NORTH AMERICA to me personally known to be the individual and officer who executed the preceding instrument, and he: acknowledged`?that he executed the same, that the sealaffixed to the preceding instrument is the corporate seal of said Company; that the said corporate seal and his signature were duly affixed by the authority and direction of the said corporation, and that Resolution, adopted by the Board of Directors of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY'WHEREOF, I have hereunto set my hand and affixed my official seal at the City of CHICAGO the day and year first above written. /J (SEAL) PHYLLIS DUBAK ............. Notary Public.. My commission expires 2/6/85 t'{{`�r„ : I. the undersigned, AtaxixlaakSecretary of INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that f i 'Ef1e:,oi-trial POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect. t:.. �-• In witness whereof, I have hereunto subscribed my name as 75asrT QW$ Secretary, and affixed the corporate seal 't 1..o let; Corporation, this.. -----------4----h ------- -- -- . day of.......-------M-_y.................... 19.--$-4----..... Payment Bond - ,� ENGINELERS r PAYMENT BOND McCLINTON-ANCHOR COMPANY, DIVISI' KNOW ALL MEN BY THESE PRESENTS: That we OF APAC-ARKANSAS, INC. CORPORATION INSURANCE COMPANY OF NORTH AMERICA , hereinafter called "Principal" and of PHILADELPHIA State of PENNSYLVANIA , hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville, hereinafter called "Owner", in the penal sum of SIX HUNDRED FORTY SIX THOUSAND SIX HUNDRED EIGHT AND 10/100 ($ 646, 608.10 ) 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 certaij,, ^contract with the Owner, dated the day of /`/ , 1984, a copy of whi is hereto attached and made a parttfereof for the construction of improvements to the Fayetteville Municipal Airddort, 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. -P7_ /-rte - ...r, Cl l AYF r 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 six (6) counterparts each one of which shall be deemed an original, this the 4th day of May , 1984. ATTEST: McCLINTON-ANCHOR COMPANY, DIVISION CF APAC-ARKANSAS, INC. Principal Csc�f� %Li� BY yam.../'`'.w-�_.. . . Box 1367 ` jt��L Fayetteville, Arkansas 72701 _" Address Witnessato Princlpal _ P. 0. Box 1367 Address Fayettevi!!e, Arkansas 72701 ATTEST: INSURANCE COMPANY OF NORTH AMERICA Surety (Surety) Secretary -P8- 1 1 (SEAL) Atto ney-in-fact Jac15�E t J<r."% ox 511, Little Roc Aru\7,2203 Aess Wi ness a Surety Box 1, Little Rock, Ar 72203 Address -29- L I 9 INSURANCE COMPANY OF NORTH AMERICA " v/f ,/ ,f��Q✓ ;/ >,`n kN .... �1 \�..�f 3/4•X// `(.. „..\,\ /\ jin,J 4�v-/�rl� \ ,+V�/;•!. ,Jr •I. -f r^ •, �fl f♦O/,•` VV/+��-/'f�,�'� i'.}11 VA. t�J l! � I >"; Know all men by these presents:. That IINSURANCE'COMPANY OF NORTH AMERICA, S ;a°corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia, '';"Pennsylva pnia, pursuant to the following.Resolution adopted by the Board of Directors of the said Company > on May 28, .1975 to wit. �• t.�t\rl/� r V//�J�V� `)l vJ �I Jlv j/��//%� / ♦y'�lv �/, -'r: ♦.7^ Ji v.. ' /r �..� ✓^'i.���\/r ..t, !;;RESOLVED, pursuant to Articles 3.6and 51 of. the By Laws, the following Rules shall govern the execution for the Company of .j. ;ti cbonds, undertakings, recognizances, contracts and other writings in the nature thereofa2 > M1 (1) That -the President,'ofany 'Vice-President,'Assistanf:Vice-PresidentRestdent•.Vice-Presidentor Attorney -in -Fact; may execute for tip' . ;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 o"r any. Vice -President may appoint and_'authorize Resident" Vice -Presidents, Resident?dig f C` Assistant Secretaries and Attorneys -in -Fact:' to so execute or attest tothe'execution of all such writingson behalf of the Company and v`'! `to affix the seal of the Company thereto. ;;� '<;; .,"• j5, ;; ' ! , y • - }, ✓-'�(2) Any such writing ; executed in accordance with theseRules shall be as binding'uponthe Company An any case as though signed '.; ' by the President and'attested by the Secretary. 'y: -"` ,. ,.; ,i/; • y ." "i3) The signature of they President 'or; a, Vice-Presidentand' t e;seal of the Company may be'all ixed••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 '; ; racsimile to any certificate of any:such;power, and:any such power or certificate bearing such facsimile signature and seal shall be valid ,. s ,;'and binding on the Company ' 't' 9. '-- .,.': (4) Such Resident Officers and Attorneys -in -Fact shalthaveauthority to certify or, verify copies of this Resolution, the By -Laws of the ;-.Company, and any affrdavitor record of the Company necessary to the discharge of their dunes. „• i . °5) The passage of this Resolution-doesknot revoke' -any earlier authority., granted.: by Resolutionof the Board.of,Directors on June 9, 1953.,. .• 'does hereby nominate, constitute and appoint JACK EAR. , JAMES E. DANIEL, DONALD R. ,:HENDERSON and JUDY FRANKS, all of the City of. Little Rock, State of Arkansas '1 I: , 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, c has hereunto subscribed his name and affixed the corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this-------------------21t-h..............w...-- day of .j1'19---82--------- � �`° " '••; s I URANC P OF NO H AMERICA rWiA 1Y (SEAL) aPu loan - MICHAEL B. FOD0 Vice -President STATE OF ILLINOIS1: COUNTY OF COOK } SS. - - On this .24th ....... day of --------------------------------------------A. D. 192 ; ........ before me, a Notary Public of the :STATE OF ILLINOIS'' in and ior 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 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. : <, ' 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 r, �s, I, the undersigned, AnSecretary of INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that :1,, /� be oaq�'trtal POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect. :.s In witness whereof, I have hereunto subscribed my name as A Fgtt$ Secretary, and affixed the corporate seal ' b he✓Corporation, this --------------------------------------------day of ................MaY...... - ..... 19..-8-4- ..-• r Federal Wage Decision IXIrAD OATEN r "TO BE INSERTED PRIOR TO BIDDING" - 3 0 - J r State Wage Decision J r "TO BE INSERTED PRIOR TO BIDDING" - 31 - r Wage, Labor, .EEO, & Safety Requirements ►� P r WAGE, LABOR, EEO AND SAFETY REQUIREMENTS SECTION A (FEDERAL AVIATION ADMINISTRATION REQUIREMENTS) A-1. Airport and Airway Improvement Program Project. The work in this Contract is included in Airport Improvement Project Number 3-05-0020-04, 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 Improvement Act 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. 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 accrued 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. - 3 2 - ra 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) 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 -33- \ J r expressed as an hourly wage;tr�ate,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 3-05-0020-04 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 -34- J costs anticipated or the actual costs incurred in providing such benefits (29 CFR 5.5 (a)(3)(i)). (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 -35- L appropriate percentage of the,j,ourneymens,,,rates contained in the applicable wage determination (29 CFR`55`(a)(4)(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 to 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)). - 3 6 - r \7 B-7. Violations, Liability for Unpaid Wailes, 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)). B-8. Withholding for Unpaid Wages and Liquidated Damages, and Priority of Payment. (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 -37 - L r not be limited to the follow,i,ng: 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 workers with which he has a collective bargaining agreemi or understanding, a notice to be provided, advising the workers' representatives of the Contractor;s commitments and shall post copies of the notice in conspicuous employees and applicants for employment. or representative of ?nt or other contract said labor union or under this section, places available to 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 suchprovisions 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. - 38 - J I - u.P' n I nun SECTION D (HEALTH AND SAFETY REQUIREMENTS) D-1. It is a condition of this Contract, and shall be made a condition of each subcontract entered into pursuant to this contract, that the Contractor 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. SECTION F (STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (Executive Order 11246, as amended)) F-1. As used in these Specifications: -39- L J (a) "Covered area" ..:means,.�the geographical area described in the solicitation from which thi`s?tbntract resulted;A (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. -40- J r qN 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 - 41 - Contractor, this shall be documented in,:the_fi.le with the reason therefore along with whatever additionalactions the''Cohtractor may have taken. (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 EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing .the 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, -42- L r 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. -43- L i r \l F-9. A single goal for minorities and.,,a.;separate single goal for women have been established. Th''e'tContractor, 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. -44- i r 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). -45- General Provisions. • (FAA Standards, As-; Revised for, This Project) r DIVISION I GENERAL PROVISIONS SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these Specifications, in the Contract, in any documents or other instruments pertaining to construction where these Specifications govern, the inteht and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 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 10-08 AWARD proposal. The American Society for Testing and Materials. The acceptance, by the Owner, of the successful bidder's 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. -46- r qN 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. 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. -47- r 10-21 EXTRA WORK. An itemof-work not provided for in the awarded contract as previously modified by change""o'rder 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. -48- J r 10-29 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual Contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the Contract time begins. 10-30 OWNER (SPONSOR). The term owner shall mean the party of the first part or the contracting agency signatory to the Contract. For 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 aie 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 -49- L r aids; buildings; vaults; and,, other manmade features of the airport that may. 11-4, be encountered in the work and'`n'ot'-otherwise,;cl'as'sified herein. 10-41 SUBGRADE. The soil which forms the pavement foundation. 10-42 SUPERINTENDENT. present on the work instructions from the construction. The contractor's executive representative who is during progress, authorized to receive and fulfill Engineer, and who shall supervise and direct the 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 furhished to the Owner by the Contractor. 10-45 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft.. to and from the airport's runways or -aircraft parking areas. 10-46 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the Contract, Plans, and Specifications. 10-47 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with _regular work for. at least 6 hours toward completion of the Contract. Unless work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. -50- r SECTION 20 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 prequalified with the State Highway Division and is on the currE list" of the State in which the proposed work is located. Such State Highway Division prequalification may be submitted as financial responsibility in lieu of the certified statements hereinbefore specified. that he is nt "bidder's evidence of evidence of or reports 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 - 51 - J conform to the requirements of Part 152 of the Federal Aviation Regulations pertaining to the particular:contract being"let:, 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 by the Owner. All blank spaces in the Proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) -52- L_ J r 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 are 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 AIP 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 perta'.ning 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. - 53 - L J r 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. 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. -54- J r qN SECTION 30 AWARD AND EXECUTION OF CONTRACT 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the owner reserves the right to reject a bidder's proposal for any of the following reasons: (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 b 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. 3st 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. Award 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 -55- J r as the owner receives the contract bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDSz�of the section. ':''a` 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 performanceS 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 thefl 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 bidderto execute the contract and furnish an acceptable surety. bond or bonds within the 15 calendar day period speci-fied in the subsection titled REQUIREMENTS OF CONTRACT BONDS• of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the owner. -56- r SECTION 40 SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described 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. - 5/ - 40-03 OMITTED ITEMS. The "engineer may, in.the..owner's best interest, omit from the work any contract item;•except major coht'ract items. Major contract items 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. 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 supplementalagreements, 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 timeS 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 acceptable means of identifying: personnel; equipment; vehicles; storage -58- L C 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 contract items. Should the contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the owner when so utilized in the work. 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slab within the established lines, grades, or -59- L r grading sections, the use of -which is intended by,,the terms of the contract to be either embankment or waste; he may at his opti'on either: (a) Use such material in another contract item, providing such use is approved by the engineer and is in conformance with the contract specifications applicable to such use; or, (b) Remove such material from the site, upon written 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. -60-- • r SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. He shall decide all questions which may arise as to the interpretation of the specifications or plans relating to the work, the fulfillment of the contract on the part of the contractor, and the rights of different contractors on 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 be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans, or specifications. If the engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and 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 furnished, work performed, or the finished product are not in reasonably close conformity with the Plans and Specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the contractor in accordance with the engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the engineer's right to insist on strict compliance with the requirements of the contract, plans, and specifications during the contractor's prosecution of the work, when, in the engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. -61- L For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide tne`- 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. 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essentialparts 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 fl 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. L r 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 CONSTRUCTION OBSERVERS. Field personnel employed by the owner shall be authorized to observe all work done and all material furnished. Such observation may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Construction observers are not authorized to revoke, alter, or waive any provision of the contract, nor to issue instructions contrary to the plans and specifications or to act as foreman for the contractor. Construction observers employed by the owner are authorized to notify the contractor or his representative of any failure of the wor!, 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 OBSERVATION OF THE WORK. All materials and each part or detail of the work shall be subject to observation by the Engineer. The engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required. - 63 - r 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 examination 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 review the work 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. 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 - 64 r 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. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the contractor will not be paid an additional amount for such work. 50-13 FAILURE TO MAINTAIN THE WORK. Should the contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the engineer shall immediately notify the contractor of such noncompliance. Such notification shall specify a reasonable time within which the contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the contractor fail to respond to the engineer's notification, the engineer may suspend any work necessary for the owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the 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 ccntract, 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. -65- L J r - 50-15 FINAL ACCEPTANCE. Upon due notice from the "contractor of presumptive completion of the entire p project, the engine�r. 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.. . �dm L J r SECTION 60 CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless 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. - 6 7 - r 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 contractor elects to furnish the specified be required to furnish the manufacturer's lot of such material or assembly deliverer compliance shall clearly identify each lot (a) Conformance to the specified dimensional requirements; and, by "brand name or equal" and the "brand name," the contractor shall certificate of compliance for each to the work. Such certificate of delivered and shall certify as to: performance, testing, quality or (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 EXAMINATION. The engineer or his authorized representative may• examine, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be visited 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 a plant visitation, 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. -68- i rI (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 visitations. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the owner shall have the right to retest any material which has been tested and approved at the source of supply after it has been delivered to the site. The 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. -69- J r 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. 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. - 7 0 - J r SECTION 70 qN 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. 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 Ly 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. - 71 - r 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 hot 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. - 72 - r 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. -73- i r 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 harmless the engineer and the owner and their officers, and employees from all suits, actions, or claims of any character brought because ofany 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 actor` 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 -74- L r 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 Description Upon completion of shall be accepted PARTIAL ACCEPTANCE Required Date or Sequence Work Shown of Owner's Beneficial Occupancy on Plan Sheet (Not Required for this Project) any portion of the work listed heretofore, such portion by the owner in accordance with the subsection titled 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 - 75 - r contractor, including but not restricted. to acts: of God such as earthquake, tidal wave, tornado, hurricane'�`o'r'�other cata'cl'ysmic phenomenon of nature, or acts of the public enemy or of governmental authorities. If the work is suspended for any cause whatever, the contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his 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 Mr. James Walker 521-5400 Gas Company Arkansas Western Gas Company 521-5472 Fayetteville, Arkansas Taxiway & Runway Mr. Dale Frederick 521-4750 Lights Asst. Airport Mgr. 521-2489 MALS (Approach Mr. Jim Peavy 442-5221 Lights) VASI's. Flight Service Station 267-2339 Fayetteville, Arkansas Southwestern Bell Mr. Dick Shaw 442-3167 Telephone Co. Southwestern Bell Telephone Company Fayetteville, Arkansas City of Fayetteville Mr. Don Bunn 521-7700 Water and Sewer Dept. City of Fayetteville 521-2489 Fayetteville, Arkansas -76- r 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 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF 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 _ 77 - L J r negligence or accident. costs from any monies surety. The, contract owner reserves the right to deduct such due. Which may'0become"`due the contractor, or his 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 c 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 but any of the r 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 thefl 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 liable to the owner for amount to fraud, or as guaranty. prejudice to the terms of the contract, shall be latent defects, fraud, or such gross mistakes as may regards the owner's right under any warranty or 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. -78- L J r 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. -79- 1 r SECTION 80a PROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The owner will not recognize any on the work. The contractor shall at all times when work is i n 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. lS 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, AOA can be closed Monitor Frequency 121,8 Airport Main Taxiway on an intermittent Control and Terminal basis when aircraft Tower traffic is not necessary, 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. - 81 - J Should the contractor fail to remove such person,;or persons or fail to furnish suitable and sufficient persohne:lsfor the +prope'v;rprosecution 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 engi-neer 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 -82- r qN 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. L (4) The engineer: -will not make charges against the contract time after the date of final acceptance`as defin`ed'"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 we 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. r 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 05 - r - T contractor and the contractor's surety as to the reasons for considering the contractor in default and the:.owner's intension. ;to terminate the contract. If the contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the owner will, upon written notification from the engineer of the facts of such 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. -86- 1 J r SECTION 90 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 -87- I J r level capacity and all loads shall be leveled when! the vehicles arrive at the point of delivery. q... iswswt. When 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. L. e..... ...... .. . r. 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. 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. -89- J r 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. 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 - 9 0 - r 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: (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 - 91 - L J itemized statements of the. cost of such force account work detailed as follows:;: (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. (3) Quantities of materials, 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 tothe 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. - 9 2 - 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. - 9 3 - rd In no case will the amount, of partial payments, for materials on hand exceed the contract price for suchaterials.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. -94- r After the contractor has approved, or approved under protest, the engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the contractor will be paid pursuant to a supplemental, final estimate. -95- Special Provisions J ,Ts'��'6b hfpE ri SPECIAL PROVISIONS 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, electrical, and miscellaneous improvements associated with the construction of east side aircraft parking apron improvements, including apron lighting, and west side aircraft parking apron improvements, including a short connecting taxiway to the existing west side taxiway. The improvements are to be located generally within the northern half of the existing airport facilities, as shown on the Project Layout Plan. SEQUENCE OF WORK. It is imperative that the Contractor concentrate on initiating and completing the West Side Apron and Taxiway portion of the project prior to the rest of the Work. If possible, the West side portion of the work should be completed prior to "winter shutdown", if any. 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. - 96 - J r 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. 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; -97- L r (5) to stop the Work whenever,.in the opinion of the Engineer, such stoppage may ben•ecessary .to insure the proper execution thereof; (6) to determine the amount payable to the Contractor from time to time for Work done under the Contract; (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; (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 or material which is "defective (which term is hereinafter used to describe Work or material" 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 or material as provided for hereafter whether or not the Work or material 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 -98- L I — .,.f' v I AYn J r 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 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. 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 to 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 -99- -J �'�7— 11._P1 0 1 ..In r Work is not sufficiently detailed or, explained;' and in no event shall the Contractor proceed with thefiWork 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 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 takenas 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. - 100 - J r INSURANCE. The Contractor shall not commence Work under this Contract until he has obtained all the insurance required under this paragraph and such insurance has been approved by the Owner, nor shall the Contractor allow any subcontractor to commence Work on his subcontract until the insurance required of the subcontractor has been so obtained and approved. (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 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 his 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 Comprehensive General Liability Insurance - For not less than the following limits of liability; Bodily Injury: Property Damage: Include the following coverage: $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's Comprehensive Automobile Liability Insurance For not less than the following limits of liability; Bodily Injury: $ 500,000.00 each person $1,000,000.00 each occurrence Property Damage: $ 100,000.00 each occurrence Include Hired car and Non -Ownership Coverage. -101- L J (4) Contractor's Excess Umbrella Policy $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) 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. - 102 - J I..r' CI I n II 1. r SUBCONTRACTORS. The Contractor shall not assign or sublet all or any part of this 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 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. 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. Personal/private vehicles will not be permitted beyond the limits of the temporary parking area as shown on the Plans. PARTIAL ACCEPTANCE. Sections 50-14 and 70-13 of the GENERAL PROVISIONS do not apply to this project. The entire project, taxiway, apron and apron lighting, are to be satisfactorily completed and ready for the Owner's use before final acceptance. 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." 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." USE OF EXPLOSIVES. Section 70-09 of the GENERAL PROVISIONS is clarified as follows: the use of explosives on this project is thought to be unnecessary. If for some unforeseen reason the Contractor feels that the use of explosives is indicated, he shall notify the Engineer a minimum of seven (7) days prior to the intended use of explosives in order that the Engineer may coordinate the required notification with the 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. 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 - 103 - L r within ten (10') feet eithersideof the a,ine;, „�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. 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 SURVEYING AND 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 allgrade 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. Additionally, the Contractor must furnish surveying materials to the Engineer, as requested to de cross-sectional information to be utilized in final quantities. This pertains specifically to "before" and to determine quantities of unclassified excavation, topsoil, and compacted off -site borrow. labor, assistance• and termine the required determination of pay "after" cross -sections material stockpiled, OTHER CONTRACTORS. The. Owner may perform additional work related to the Project by himself, or he may let other direct contracts therefore similar to this one. The Contractor shall afford the other contractors who are parties to such direct contracts (or the Owner, if he is performing the additional work himself), reasonable opportunity for the introduction and storage of materials and equipment and the execution of Work, and shall properly. connect and coordinate his Work with theirs. -104- L .._,`. G. •.V. r 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. 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. 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 within 7 days of said occurrence. 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 - 105 - i r \1 requirements of the referenced, ..specification,,rstandard, test method or code; and, except where a specific' edit�ion is 'refer'r'ed 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. CONTRACTOR'S RESPONSIBILITY REGARDING SPECIAL APPLICATION MATERIALS ANC PRODUCTS. Within this project may be specified certain materials or products, which may be major components of the project or may be ancillary to major components, and which, due to their specified characteristics and/or capabilities, may be required as essential parts of the project. These materials or products are special in that they require special techniques it 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 and adhere to all of the manufacturer's recommendations or instructions relative to the material or products, including, but not limited to 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. The Contractor shall be liable for any failure of such material or products as applied to conform to the characteristics and/or capabilities of each as required by the specifications. TESTING. Compaction and concrete cylinder testing shall be completed 'in accordance with the applicable Detailed Specifications. The laboratory completing the testing shall be retained by the Owner. 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 compaction tests when he requests that they be made. PAYMENT FOR STORED MATERIALS. If the Contracto "stored materials" in conjunction with one of the he shall provide the following documentation to the r desires to be paid for monthly progress payments, Engineer: - 106 - (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". Insurance shall cover all damage resulting from wind, water, theft, and fire as a minimum. (3) Legal titles to all items of stored materials certifying that the items are "free of liens and encumberances". COST OF PLANS AND SPECIFICATIONS. The Engineer shall provide to the Contractor six (6) 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 one hundred and eighty dollars ($180.00). CONTRACTOR TO PROVIDE NEW RADIO. Certain construction items may require that the Contractor work in the runway safety zone while the runway is in operation but not in use. When the runway is required for use by air traffic, the Contractor shall be required to clear the safety zone of men and equipment. The Contractor shall be required to furnish one portable two-way radio. The radio shall be a four channel Ritron Model RT-125 with the following frequencies installed: 118.5, 121.8, and 122.3. The Contractor will be furnished, by the Airport Management, one vehicle mounted radio. The radios shall be maintained in good and operable condition and shall be tuned to the specified frequency at all times. All instructions issued to the Contractor by the control tower or by the Engineer shall be complied with in a prompt manner. Upon direction from the control tower the Contractor shall move all of his equipment and personnel to an area at least 250 feet from runway centerline (200 feet from runway edge). Equipment and personnel shall not be returned to the restricted work area until permission for such return is granted by air traffic control. In the clearing of restricted work areas, movement shall not be to any area opposite the ends of the runway. Upon completion of the contract the radios shall become the property of the Owner. Payment for the radio shall be subsidiary to other contract items. 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 - 107 - • r Transportation Security Field.A.!0ff•ice, Air.Tra.ffc 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. 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, subject to approval by the local Airport Officials. (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. .(d) Men, equipment permitted adjacent to an is first coordinated Additionally, barricades to mark the area to construction area. or other construction apron or active taxiway with the users and with flashers for night prevent aircraft from -108- related material will be provided that such activity appropriate NOTAMS issued. operations will be required inadvertently entering the L ...fl C• ...•.. J r \7 (e) Flare pots will not be permitted for temporary lighting of pavement areas or to denote construction limits. Construction Activity in the Vicinity of Navigational Aids. Construction in the vicinity of FAA navigational aids (e.g., MALS) 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. NOTAMS. (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, 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. - 109 - i Mme. _ .. •; �. aP+ The Contractor may cross the Fire Station driveway to gain access to the West Side Apron, but shall not obstruct/damage said driveway. Any damage to pavement or turf caused by the Contractor shall be repaired at the Contractor's expense; to the Owner's satisfaction. -'10- r— -� u.n n i sun FAA Standard Specifications (As Revised for This Project) ►�� GE`s-- r P-151 CLEARING AND GRUBBING 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. 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 aprons, taxiway, 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. Clearing and grubbing will be minimal for this project. since areas to receive improvements are clear of heavy brush and trees. CONSTRUCTION METHODS 151-2.1'. GENERAL. The areas denoted on the Plans are to be cleared and grubbed under. this item. 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 83-1322 0 J r file with the Engineer, permission in writing from the property owner for the use of private property for this purpose. Any blasting necessary shall be done at the Contractor's responsibility, and the utmost care shall be taken not to endanger life or property. See SPECIAL PROVISIONS regarding "USE OF EXPLOSIVES". The removal of existing structures 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 31 feet in depth are to be made outside of paved areas. Tap roots and other projections over 1? 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. Broken concrete, blocks, asphalt, or other objectionable material 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 Separate payment shall not be made for clearing and grubbing. All labor, equipment, tools, and incidentals necessary to complete the item shall be subsidiary to payment made for EXCAVATION AND EMBANKMENT, presented hereinafter. 83-1322 - 112 - 1 P-152 " EXCAVATION AND EMBANKMENT DESCRIPTION 152-1.1 GENERAL. This item shall include demolition and disposal of existing pavement, excavation, stockpiling of excess material, placement of embankment, and topsoiling within the limits of the work required to construct the aprons, taxiway, and related appurtenances in accordance with these Specifications and in conformity with the dimensions and typical sections shown on the Plans and within the lines and grades set forth on the Plans. 152-1.2 EXISTING PAVEMENT DEMOLITION. This item relates solely to work to be performed in conjunction with construction of the West Side Apron. The Plans designate the location of existing asphalt and concrete pavements which require demolition and removal preparatory to constructing the desired apron improvements. These existing pavements are in poor condition and must be removed, and disposed of off -site, before construction of the new pavements can be undertaken. Additionally, the subgrade materials directly beneath the existing pavements must be undercut to a depth which will permit completely new construction of the required pavement sections. Existing subgrades thus exposed are to be treated in accordance with the subsection appearing hereafter, entitled "PREPARATION OF EMBANKMENT AREA". 152-1.3 UNCLASSIFIED ON -SITE EXCAVATION. This work shall consist of the stripping .of all topsoil from areas to receive improvements under this project. Additionally, it shall include any undercut required to permit the construction of the full depth of the specified pavement sections. Excavation of all material shall be defined as "Unclassified Excavation". "Unclassified Excavation" shall include all excavation performed under this item regardless of the material encountered. -- 152-1.4 UNCOMPACTED EMBANKMENT FOR on -site excavation shall be used in taken from on -site excavation, if slopes as indicated on the Plan! excavated on -site to be utilized to part of, pavement sections. Excess only of topsoil) shall be stockpiled STOCKPILE. Topsoil material taken from topsoiling, while clay subgrade material any, shall be used in constructing side Under no circumstances is material construct embankment underneath, or as a excavated material (which should consist as indicated on the Plans.. 152-1.5 COMPACTED OFF -SITE BORROW. 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. 152-1.6 TOPSOILING. After all earthen embankment, pavement sections, pipe work, electrical work, etc. have been completed, all disturbed areas (particularly sideslopes) within the project boundaries shall be covered with a 6" layer of topsoil, preparatory to seeding. This topsoil shall be taken from that material originally stripped from the project site and temporarily 83-1322 = 113 - L 1 r stockpiled in accordance with the Plans. Topsoil shall meet the requirements of T-905. 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. Clearing and grubbing operations should be minimal for this project due to existing site conditions. Rough excavation shall be carried to the necessary depth to remove all topsoil within the areas to receive the specified 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. 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. If 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 becomas 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. 83-1322 - 114 - a r 152-2.2 EXISTING PAVEMENTDEMOLITION. After,: the Engineer has clearly designated the limits of demolition at the project site, the Contractor shall, by mechanical means, demolish and remove the existing pavements and dispose of them off -site, at an approved location. Additionally, the subgrade materials directly beneath the demolished pavements must be undercut to the extent required to construct the specified pavement sections. None of the demolished. pavement materials, nor material undercut beneath them, shall be stockpiled or utilized on the project site. Therefore, the price for demolition shall include haul to a suitable off -site, disposal location. Separate payment for haul will not be made. 152-2.3 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 subsequent topsoiling operations or in the formation of sideslope embankments, or for other purposes shown on the Plans. If the volume of the excavation exceeds that sideslope embankments to the grades indicated, the at the location shown on the Plans or as directed. Grades shall be maintained so that the surface is When necessary, temporary drains and drainage dit intercept or divert surface water which may affect required to excess shall well drained ches shall bi the work. construct the be stockpiled at all times. installed to 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. Overbreak, including slides, is -that portion of any material loosened beyond the finished work as planned or authorized by Payment will not be made for the removal of overbreak. displaced or the Engineer. In excavated areas, the subgrade under areas to be paved shall be compacted to the depths and to the required densities on the "wet side" of optimum moisture as shown on the Plans or as specified in the Specifications or accepted Proctor curves, 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 on the "wet side" of optimum moisture as determined by the compaction standard called out on the Plans. 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 D1556, D2167, or D2922. No payment or measurement for payment will be made for suitable materials removed, manipulated, and replaced in order to obtain density. Any removal, manipulation, aeration, replacement, and recompaction of suitable materials 83-1322 - 115 - r qN necessary to obtain the required density shall be considered as incidental to the excavation and embankment operations, and shall be performed by the Contractor at no additional cost to the project. 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 should not be required for this project. 152-2.4 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 (if any) 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. 152-2.5 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 performed in the proper sequence with the other construction. The location of all ditches or levees shall be established on the ground. All excavated material shall be placed in stockpile areas as directed. Intercepting ditches shall be constructed prior to the starting of adjacent excavation operations. All necessary handwork shall be performed to secure a finish true to line, elevation, and cross section, as designated. 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. 152-2.6 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 83-1322 - 116 - L J r L before the embankment is started, and in nocase 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, taking care to maintain the moisture of the earth material on the "wet side" of optimum Moisture considerations are especially critical for this project due to the expansive character of the existing clay subgrade material. For this reason SPECIAL CARE will be taken to maintain all soil material within required moisture limitations as set forth by the field representative or the Engineer. Stripped subgrade exposed to drying conditions shall be re -wetted as required to maintain moisture requirements. No direct payment shall be made for the work performed under this section: 152-2.7 FORMATION OF EMBANKMENTS. No embankment shall be constructed until the Engineer has approved the stripped subgrade. Embankments for the apron and taxiway 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. - Because of the potential for wet field conditions, it is conceivable that the Engineer will require the Contractor to place a soil stabilization fabric upon portions of the subgrade prior to constructing embankment. If so, Specifications regarding "SOIL STABILIZATION FABRIC:, presented in a subsequent section of these Specifications, shall be followed closely. 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. 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. 83-1322 - 117 - •J c nN The material in the layers shall be approximately 2 percent on the "wet side" 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, may be taken for each lift. From these tests, corrections, adjustments, and modifications of methods, materials, and moisture content may 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 the required density as shown on the Plans, depending upon the classification of the pavement section above as either a "light" or "heavy" pavement section. The embankment shall be compacted, 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 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 01556, D2167, or D2922. Compaction areas shall be kept seaprate, and no layer shall be covered by another until the proper density is obtained. During construction of the embankment, the Contractor shall route his equipment, both when loaded and when empty, over the layers as they are placed and shall distribute the travel evenly over the entire width of the embankment. The equipment shall be operated in such a manner that hardpan, cemented gravel, clay, or other chunky soil material will be broken up into small particles and become incorporated with the other material in the layer. 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 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. 83-1322 - 118 - om_ wail CI. J r Frozen material shall not'be„placed in the embankment nor shall embankment be placed upon frozen material:'' 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. There will no separate measurement for 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 days allowed 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 embankment shall. be compacted to the density specified. When completed, the surface shall be true to the lines, grades,, and cross sectionS 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 to not less than the density and moisture requirements for ths_....adjacent pavement sections. 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. Moisture content is especially critical, as mentioned heretofore under "PREPARATION OF EMBANKMENT AREA'.'. 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. 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 83-1322 - 119 - ITT Mrrl m 1 eun r 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 this amount shall be corrected by loosening, adding or removing materials, reshaping and recompacting by sprinkling and rolling. 152-2.12 TOPSOIL. When topsoil is specified or required as shown on the Plans or under Item T-905, it shall be salvaged from stripping or other grading operations. The topsoil shall meet the requirements of Item T-905. 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 at approved locations designated on the Plans. Stockpiles shall not be placed within 50 feet of pavement areas and shall not be placed on areas which subsequently will require any excavation or embankment. If, in the judgement of the Engineer, it is practical to place the salvaged topsoil at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further rehandling. Upon completion of grading operations, stockpiled topsoil shall be handled and placed as directed, or as required in Item T-905. 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 separately for rehandling topsoil for placement. The quantity rehandled shall be paid for at the appropriate Contract unit price per cubic yard. METHOD OF MEASUREMENT 152-3.1 EXISTING PAVEMENT DEMOLITION. Demolished pavements shall be paid for by the number of square yards actually removed and disposed of off -site. After the pavements to be removed have been marked, but prior to actual removal, the Engineer and Contractor shall measure the sections to be removed. 83-1322 - 120 - Together they shall agree on a measured quantity before removal actually begins. fi 152-3.2 UNCLASSIFIED EXCAVATION. Unclassified excavation shall be paid for by the number of cubic yards of material excavated, as calculated from "before" and "after"cross-sectional information using the "average end areas" method, to the nearest 0.1 foot. 152-3.3 UNCOMPACTED EMBANKMENT FOR STOCKPILE. Uncompacted embankment for building the stockpile of excess on -site excavated material shall be paid for by the number of cubic yards of material stockpiled. The pay quantity shall be calculated from "before and "after" cross-section information using the "average end areas" method, to the nearest 0.1 foot. 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 quantity for payment. 152-3.4 COMPACTED OFF -SITE BORROW. Compacted off -site borrow for subgrade shall be paid for by the number of cubic yards placed and measured in its final position as calculated from cross-sectional information by using the "average end areas" method to the nearest 0.1 foot. 152-3.5 TOPSOILING. Topsoil shall be paid for by the number of cubic yards of material actually rehandled for placement. The pay quantity shall be calculated from "before" and "after" cross-sectional information using the "average end areas" method, to the nearest 0.1 foot (on the stockpile). BASIS OF PAYMENT 152-4.1 EXISTING PAVEMENT DEMOLITION. Payment shall be made at the Contract unit price per square yard. -This price shall be full compensation for labor, materials, equipment, tools, haul, disposal, and incidentals necessary to complete this item. 152-4.2 UNCLASSIFIED EXCAVATION. Payment shall be made at 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 UNCOMPACTED EMBANKMENT FOR STOCKPILE. Payment shall be made at the Contract unit price per cubic yard for compacted 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. 83-1322 - 121 - I -- Yuri Cl 1 htufl J r 152-4.4 COMPACTED OFF -SITE BORROW. 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. 152-4.5 TOPSOILING. Payment shall be made at the Contract unit price per cubic yard for topsoil rehandled and placed. This price shall be full compensation for moving the topsoil from the stockpile to its final position, inlcuding fine grading, and all materials, labor, equipment, tools and incidentals necessary to complete the item. Payment will be made under: Bid Item No. 2 Existing Pavement Demolition, per square yard Bid Item No. 3 Unclassified On -Site Excavation, per cubic yard. Bid Item No. 4 Uncompacted Embankment for Stockpile, per cubic yard. Bid Item No. 5 Compacted Off -site Borrow, per cubic yard. Bid Item No. 6 Topsoiling, per cubic yard. 83-1322 - 122 - - ..'.Mrh FJJ GNl J r qN P-153 WATERING DESCRIPTION 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 rformance 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. 83-1322 - 123 - r P-209 CRUSHED AGGREGATE BASE COURSE DESCRIPTION 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. The crushed aggregate shall have a percent of wear not more than 45 at 500 revolutions as determined by AASHTO 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 (square openings) 1§ inch 3/4 inch No. 4 No. 40 No. 200 83-1322 Percentage by weight passing sieves - 124 - 100 40-90 25-50 10-30 3-10 J r 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. not exceed one half the fraction passing the No. 40 mesh The portion of the base aggregate, including any blended No. 40 mesh sieve shall have a liquid limit of not plasticity index of not more than 6 when tested in accor and T 90. 200 mesh sieve shall sieve. material, passing the more than 25 and a dance with AASHTO T 85 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. 83-1322 - 12 5 - - — .Anal Cl I Alin r Grade control shall be accomplished by "blue top" hubs at intervals sufficiently close that stringlines or check boards may be placed between them. Hubs shall be placed at all locations where spot elevations are shown on the Plans. A maximum distance of 50' between hubs will be observed. 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. 83-1322 - 126 - --IU-ft R I AKJM J (c) Method of Placing 1,��T,he..base cou..rse�shall be constructed in a layer not less than 2z inches nor more than 49 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 permittedby 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 morethan 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 into 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 continue until the base material has been compacted to not less than 100% of the maximum density at optimum moisture, as determined by the compaction standard set forth in the details on the Plans. 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. 83-1322 - 127 - i r The in -place field density shall be determined in accordance with ASTM D1556, D2167, or D2922. Compaction areas shall be kept separate, and no layer shall be covered by another until the proper density is obtained. 209-3.7 SURFACE TEST. After the course has been completely compacted, the surface shall be 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 mixture, rolling, sprinkling, reshaping, and finishing in accordance with these Specifications. Where depths are more than 1/2 inch greater than required, pay quantities shall be adjusted appropriately. 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. 83-1322 - 128 - J 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 adjusting the pay quantity by assuming a compacted weight of base material of 144 pounds per cubic foot (the intent is to preclude payment to the Contractor for crushed stone material placed in excess of 1/2 inch thicker than the required course thickness). 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 Bid Item No. 8 Crushed Aggregate Base Course, per ton 83-1322 - 129 - L I -- Y.rl O I♦K'n v r 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 adherent coatings It shall show no IM C131, nor shall five cycles, when ;hall consist of sound, tough, of clay, organic matter, and more wear than 45 percent when the sodium sulfate soundness 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 objectionable matter and shall contain no clay balls. The fine aggregate, including any blended filler, shall have a plasticity index of not more than 83-1322 - 130 - J 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. (c) Sampling and Testing. All aggregate samples required for testing shall be furnished by the Contractor. 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 inspection 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 of the responsibility for delivery at the job site of aggregates that meet the requirements specified herein. (e) Samples of Aggregates. Samples of ac the Contractor at the start of production and of bituminous mixtures. The intervals and designated by the Engineer. The samples wile specific lots of aggregates from the standpoint this section. gregates shall be furnished by at intervals during production points of sampling will be be the basis of approval of 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. 83-1322 - 131 - r qN 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 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 confirm 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. 83-1322 - 132 - C TABLE -''=:@:MARSHALL DESPGNZCRITERIA Test Property Number of blows 50 Stability, minimum pounds, (newtons) 1000 (4450) Flow, 0.01 in. 8-20 Percent air voids 3-5 Percent voids in mineral aggregate 14 Sieve TABLE 3. AGGREGATE -BITUMINOUS SURFACE COURSE Percentage by Weight Passing Sieves Size 3/4 in...... . . . . . . . . . . . . . . . . . . . . . . .. . . • •. . • • ... 1/2 in...... . . . . . . . . . . . . . . . . . . . . . . . . . . . . •....... . ..82-100 3/8 in...... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .68 90 No. 4....... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .50-79 No. 8....... . . . . . . . . . . . . . . . . . . . . . . . . . •....... . . . . . .39-59 No. 16 .............................................29-59 No. 30....... . . . . . . . . . . . . . . . . . . . . . . . •....... . . . . . . .20-49 No. 50....... . •*•ts•. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14-38 No. 100....... .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .8-25 No. 200 .................... . ........................3-8 Bitumen percent: Stone or gravel Slag 5.0 - 7.5 6.5 - 9.5 The gradation in Table 3 represents the limits which shall determine the suitability of aggregate for use from the sources of supply. The aggregate, as finally selected, shall have a gradation within the limits designation in Table 3 and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa, but shall be uniformly graded from coarse to fine. 83-1322 133 - .._YI O I A V. r 1 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 tolerances still will apply if application of the job mix tolerances results in a job control grading band outside the master grading band. TABLE 4. JOB MIX FORMULA TOLERANCES Tolerance Material Plus or Minus Aggregate passing No. 4 sieve or larger 7 percent Aggregate passing Nos. 10 and 40 sieves 4 percent Aggregate passing No. 200 sieve 2 percent Bitumen 0.40 percent Temperature of mix 20 degrees F The aggregate gradation may be adjusted within the prescribed limits 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 twice 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 nn 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. 83-1322 - 134 - �� 7•- &A-,i O . ..,� i 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 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 hereinafter, except that scale requirements shall apply only where weight proportioning is used. In addition, batch mixing plants, continuous mixing plants, and drum mixers shall conform to the requirements stated hereinafter under the appropriate headings. (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 shall be designed to be locked in any position to prevent unauthorized change of position. In lieu of plant and truck scales, the Contractor may provide an approved automatic printer system to print the 83-1322 - 135 - L r T weights of the material de with an• approved automatic shall be evidenced by a inspected for accuracy and The Contractor shall have testing the scales. ivered; provided the system is used in conjunction batching and mixing control system. Such weights weight ticket for each load. Scales shall be sealed as often as the Engineer may deem necessary. on hand not less than ten 50 -pound weights for (2) Equipment for preparation of bituminous material. Tanks for the storage of bituminous material shall be equipped to heat and hold the material at the required temperatures. Heating shall be accomplished by approved means so that flames 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 quantities and for sampling 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 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. 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 83-1322 - 136 - L r 1 ^a_ to indicate the temperature.of...the hea.tedp;a'ggregates. 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 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 points 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 be 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 83-1322 - 137 - r 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 an adequately heated, quick -acting, nondrip charging valve located directly over the bituminous material bucket. 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 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 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. 83-1322 - 138 - M - — to n n 1 nun J r 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. 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 i'n 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 prov between the flow of aggregate material from the meter or other by interlocking mechanical means to the Engineer. aggregate feed and bituminous material feed. ided to afford 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 when any aggregate bin becomes empty. Provisions shall be provided for conveniently sampling the full flow of materials from each cold feed and the total cold feed. Total cold feed shall be weighed continuously. 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 83-1322 - 139 - C to dry aggregate weight. Screens or other suitable devices which will reject oversize particles or lumps of aggregate that have been cemented together shall be installed in the feeder mechanism between the bins and the dryer drum. 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 to 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. 83-1322 - 140 - L A' r 1 401-4.3 HAULING EQUIPMENT.J.rucks: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 shal power -propelled units with an activated screed or strikf if necessary, and shall be capable of spreading and bituminous plant- mix material which will meet the smoothness, and grade. Pavers used for shoulders and shall be capable of spreading and finishing courses of material in widths shown on the Plans. The paver shall have a receiving hopper uniform spreading operation.. The hopper system to place the mixture uniformly in strike -off assembly shall effectively required evenness and texture without mixture. 1 be self-contained, -off assembly, heated finishing courses of •specified thickness, similar construction bituminous plant mix of sufficient capacity to permit a shall be equipped with a distribution front of the screed. The screed or produce a finished surface of •the tearing, shoving, -or gouging the 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. 83-1322 - 141 - 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. 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 from 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. 83-1322 - 142 - Ta Upon arrival, the mixture,rshall be spread totthe full width1 by an approved bituminous paver. It shat 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 displacemer 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. .. 83-1322 -143- L J r Any mixture which becomes loose and broken, mixed with dirt, or in any way 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 500 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 sections 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 98 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: 83-1322 - 144 - r Tiy 41- (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. 83-1322 - 145 - r BASIS FOR PAYMENT 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. 10 Bituminous Surface Course, per ton 83-1322 - 146 - Mrrc LIICNf r - ITEM P-501' PORTLAND CEMENT CONCRETE PAVEMENT .(ALTERNATE PAVING MATERIAL) DESCRIPTION 501-1.1 This work shall consist of pavement composed of Portland cement concrete, with and without reinforcement constructed on a prepared base course in accordance with these Specifications and shall conform to the lines, grades, thicknesses, and typical cross sections shown on the Plans. MATERIALS 501-2.1 FINE AGGREGATE. Fine aggregate for concrete shall conform to the requirements of ASTM C33 and shall meet the requirements of Table 1. TABLE 1. GRADATION FOR FINE AGGREGATE Sieve Designation (Square. Openings) 3/8 No. No. No. No. No. No. in. (9.5 mm) 4 (4.75 mm) 8 (2.36 mm) 16 (1.18 mm) 30 (600 micro -m) 50 (300 micro -m) 100 (150 micro -m) Percentage by Weight Passing Sieves 100 95-100 80-100 50-85 25-60 10-30 2-10 501-2.2 COARSE AGGREGATE. Coarse aggregate shall conform to the requirements of ASTM C33. Gradation shall be in accordance with Table 2. 831324 - 147 - r-sT� .._li f .I A.VM r TABLE 2. GRADATION FOR COARSE AGGREGATE From 1z" to No. 4 Sieve Designations (square openings) Percentage by Weight Passing Sieves In. 13" - 3/4" 3/4" - No. 4 2-1/2 - - 2 100 - 1-1/2 90-100 - 1 25-50 100 3/4 0-15 95-100 1/2 - - 3/8 0-5 20-55 No. 4 - 0-10 No. 8 - 0-5 The percentage of wear shall be no more than 40% when tested in accordance with ASTM C131. Aggregates delivered to the mixer shall consist of crushed stone, crushed or uncrushed gravel, crushed slag, or natural sand. The aggregate shall be composed of sound, tough, durable particles and shall meet the requirements for deleterious substances given in ASTM C33. The aggregate in any size group shall not contain more than 8 percent by weight of flat or elongated pieces. A flat or elongated particle is one having a ratio between the maximum and the minimum dimensions of a circumscribing rectangular prism exceeding 5 to 1. 501-2.3 CEMENT. Cement shall conform to the requirements of ASTM C150-83, type I or type IA, ultimately getting air entrainment. If, for any reason, cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used. 501-2.4 PREMOLDED JOINT FILLER. Premolded joint filler for expansion joints shall conform to the requirements of ASTM 1751 and shall be punched to admit the dowels where called for on the Plans. For contraction joints, the filler shall be a resin -impregnated fiberboard conforming to the physical requirements of ASTM D1752. The filler for each joint shall be furnished in a single piece for the full depth and width required for the joint, unless otherwise specified by the Engineer. When the use of more than one piece is authorized for a joint, the abutting ends shall be fastened securely and held accurately to shape by stapling or other positive fastening means satisfactory to the Engineer. 831324 - 148 - L ufi ninon At 501-2.5 JOINT SEALER. The..,.joint,.sealer fork,the joints in the concrete pavement shall meet the requirements of Item P-605 and shall be of the type specified in the Plans. 501-2.6 STEEL REINFORCEMENT. Reinforcing shall consist of welded steel wire fabric conforming to the requirements of ASTM A185. 501-2.7 DOWEL AND TIE BARS. Tie bars shall be deformed steel bars and conform to the requirements of ASTM 4615 or ASTM 4616, except that rail steel bars, Grade 50 or 60, shall not be used for tie bars that are to be bent or restraightened during construction. Tie bars designated as Grade 40 in ASTM A615 can be used for construction requiring bent bars. Dowel bars shall be plain steel bars conforming to ASTM A617 and shall be free from burring or. other deformation restricting slippagein the concrete. Before delivery to the construction site, a minimum of two-thirds of the length of each dowel bar shall be painted with one coat of lead or tar paint. If plastic or epoxy -coated steel dowels are used, no lead or tar paint coating is required, except when specified for a particular situation on the contract plans. Coated dowels shall conform to the requirements given in AASHTO M254. The sleeves for dowel bars used in expansion joints shall be metal, of an approved design to cover 2 to 3 inches (50 mm to 75 mm) of the dowel, with a closed end and with a suitable stop to hold the end of the bar at least l inch (25 mm) from the closed end of the sleeve. Sleeves shall be of such design that they will not collapse during construction. 501-2.8 WATER. Water used in mixing or curing shall be as clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product as possible. Water will be tested in accordance with the requirements of AASHTO 126. Water known to be of potable quality may be used without testing. 501-2.9 COVER MATERIAL FOR CURING. Curing materials shall conform to one of the following specifications: (a) Liquid membrane forming compounds for curing concrete shall conform to the.requirements of ASTM C309, Type 2. (b) White polyethylene film for curing concrete shall conform to the requirements of ASTM C171. (c) White burlap - polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C171. • (d) Waterproof paper requirements of ASTM 0171. 831324 for curing concrete 149 - r .�� ...... shall conform to the r qN 501-2.10 ADMIXTURES. The use of any material added to the concrete mix shall be approved by the Engineer. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below. In addition, the Engineer may require the Contractor to submit complete test data from an approved laboratory showing that the material to be furnished meets all of the requirements of the cited specifications. Subsequent tests will 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. (a) Pozzolanic Admixtures. Pozzolanic admixtures shall be fly ash or raw or calcined material pozzolans meeting the requirements of ASTM C618 with the exception of loss of ignition, where the maximum should be less than 6 percent. (b) Air Entraining Admixtures. Air -entraining admixtures shall meet the requirements of ASTM C260 and shall be added to the mixer in the amount necessary to produce the specified air content. The air -entrainment agent and the water reducer admixture shall be compatible. (c) Water -Reducing Admixtures. Water -reducing, set -controlling admixtures shall meet the requirements of ASTM C494, 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. CONSTRUCTION METHODS 501-3.1 EQUIPMENT. Equipment and tools necessary for handling materials and performing all parts of the work shall be approved by the Engineer as to design, capacity, and mechanical condition. The equipment shall be at the job site before the start of construction operations for examination and approval. (a) Batching Plant and Equipment. (1) General. The batching plant shall include bins, weighing hoppers, and scales for the fine aggregate and coarse aggregate. If bulk cement is used, a bin, hopper, and separate scale for cement shall be included. The weighing hoppers shall be properly sealed and vented to preclude dusting during operation. (2) Bins and Hopper. Bins with adequate separate compartments for fine aggregate and coarse aggregate shall be provided in the batching plant. Each compartment shall discharge efficiently and freely into the weighing hopper. Means of control shall be provided so that, as the quantity desired in the weighing hopper is approached, the material may be added slowly and shut off with precision. A port or other opening for removing an overload of any one of the several materials from the hopper shall be provided. Weighing 831324 - 150 - J r .1 'r. hoppers shall be constructed.. to eliminate accumulations discharge fully. '' of materials and to (3) Scales. The scales for weighing aggregates and cement shall be of either the beam or the springless dial type. They shall be accurate within 0.5 percent throughout their range of use. When beam -type scales are used, provisions such as a "telltale" dial shall be made for indicating to the operator that the required load in the weighing hopper is being, approached. A device on the weighing. beams shall clearly indicate critical position. Poises shall be designed to be locked in any position and to prevent unauthorized change. The weight beam and "telltale" device shall in full view of the operator while charging to the hopper, and the operator shall have convenient access to all controls. 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 ten 50 -pound (23 kg) weights for testing of all scales when directed by the Engineer. (b) Mixers. (1) General. Concrete may be mixed at a central plant, or wholly or in part in truck mixers. Each mixer shall have attached in a prominent place a manufacturer's nameplate showing the capacity of the drum in. terms of volume of mixed concrete and the speed of rotation of. the mixing drum or blades. A device accurate within 3 percent and satisfactory to the Engineer shall be provided at the mixer for determining the amount of air entraining agent or other admixture to be added to each batch requiring such admixtures. Mixers shall be examined daily for accumulation of hard concrete or mortar and the wear of blades. (2) Central plant mixer. Mixing shall be in an approved mixer capable of combining the aggregates, cement, and water into a thoroughly mixed and uniform mass within the specified mixing period, and of discharging the mixture without segregation. Central plant mixers shall be equipped with an acceptable timing device that will not permit the batch to be discharged until the specified mixing time has elapsed. The water system for a central mixer shall be either a calibrated measuring tank or a meter --and shall not necessarily be an integral part of the mixer. - The mixers shall be examined daily for accumulation of hard concrete or mortar or throwover blades shall be replaced when they or more. The Contractor shall have a copy hand showing dimensions and arrangement of height and depth. 831324 - 151 - changes in condition due to wear of blades. The pickup and have worn down 3/4 inch (19 mm) of the manufacturer's design on blades in reference to original L J r (3) Truck mixers and truck agitators. Truck mixers used for mixing and hauling concrete and truck agitators used for hauling central -mixed concrete shall conform to the requirements of ASTM C94. (4) Nonagitator trucks. Nonagitating hauling equipment shall conform to the requirements of ASTM C94. (c) Finishing Equipment. (1) Finishing machine. The finishing machine shall be equipped with one or more oscillating -type transverse screeds. (2) Vibrators. For side -form construction, vibrators may be either the surface pan type for pavements less than 8 inches (20 cm) thick or the internal type with either immersed tube or multiple spuds, for the full width of the concrete slab. They may be attached to the spreader or the finishing machine, or they may be mounted on a separate carriage. They shall not come in contact with the joint, load -transfer devices subgrade, or side forms. The frequency of the surface vibrators shall not be less than 3,500 vibrations per minute, and the frequency of the internal type shall not be less than 7,000 vibrations per minute for spud vibrators. When spud -type internal vibrators are used adjacent to the side forms, they shall have a frequency of not less than 3,500 vibrations per minute. Hand vibrators should be used to consolidate the concrete along forms and other isolated areas. For slip -form construction, the paver shall vibrate the concrete for the full width and depth of the strip of pavement being placed. Vibration shall be accomplished by internal vibrators with a frequency range variable between 7,000 and 12,000 vibrations per minute. The amplitude of vibration shall be between 0.025 (0.6 mm) and 0.6 (1.5 mm) inches. The number, spacing, frequency, and eccentric weights shall be provided as necessary to achieve an acceptable concrete density and finishing quality. Adequate power to operate all vibrators at the weight and frequency required for a satisfactory finish shall be available on the paver. The internal vibrators may be supplemented by vibrating screeds operating on the surface of the concrete. The frequency of surface vibrators shall not be less than 3,500 vibrations per minute. The Contractor shall furnish a tachometer or other suitable device for measuring the frequency of the vibrators. The vibrators and tamping elements shall be automatically controlled so that they shall be stopped as forward motion ceases. Any override switch shall be of the springloaded, momentary contact type. (d) Concrete Saw. When sawing of joints is specified, the Contractor shall provide sawing equipment adequate in number of units and power to complete the sawing to the required dimensions and at the required rate. The Contractor shall provide at least one standby saw in good working order. An ample supply of saw blades shall be maintained at the site of the work at all times during sawing operations. The Contractor shall provide adequate 831324 - 152 - J r e- artificial lighting facilities for night sawing.Y.; All of this equipment shall be on the job both before„arid°at all times during concrete placement. (e) Forms. Straight side forms shall be made of steel having a thickness of not less than 7/32 inch (6 mm) and shall be furnished in sections not less than 10 feet (3 m) in length. Forms shall have a -depth equal to the prescribed edge thickness of the concrete without horizontal joint, and a base width equal to the depth of the forms. Flexible or curved forms of proper radius shall be used for curves of 100 -foot (31 m) radius or less. Flexible or curved forms shall be of a design acceptable to the Engineer. Forms shall be provided with adequate devices for secure settings so that when in place they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Flange braces shall extend outward on the base not less than two-thirds the height of the form. Forms with battered top surfaces and bent, twisted, or -broken forms shall be removed from the work. Repaired forms shall not be used until inspected and approved. Built-up forms shall not be used, except as approved by the Engineer. The top face of the form shall not vary from a true plane more than 1/8 inch (3 mm) in 10 feet (3 m), and the upstanding leg shall not vary -more than 1/4 inch (6 mm). The forms shall contain provisions for locking the ends of abutting sections together tightly for secure setting. (f) Slip -form Pavers. The paver shall be fully energized, self-propelled, and designed for the specific purpose of placing, consolidating, and finishing the concrete pavement, true to grade, tolerances, and cross section. It shall be of sufficient weight and power to construct the maximum specified concrete paving lane width as shown in the plans, at adequate forward speed, without transverse, . longitudinal or vertical instability or without displacement. The paver should be equipped with electronic or hydraulic horizontal and vertical control devices. 501-3.2. FORM SETTING. Forms shall be set sufficiently in advance of the concrete placement to insure continuous paving operation. After the forms have been set to correct grade, the grade shall be thoroughly tamped, either mechanically or by hand, at both the inside and outside edges of the base of the forms. Forms shall be staked into place with not less than 3 pins for each 10 foot (3 m) section. A pin shall be placed at each side of every joint. Form sections shall be tightly locked and shall be free from play or movement in any direction. The forms shall not deviate from true line by more than 1/4 inch (6 mm) at any joint. Forms shall be so set that they will withstand, without visible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms shall be. cleaned and oiled prior to the placing of concrete. The alignment and grade elevations of the forms shall be checked and corrections made by the Contractor immediately before placing the concrete. When any form has been disturbed or any grade has become unstable, the form shall be reset and rechecked. 831324 - 153 - r 501-3.3 CONDITIONING OF UNDERLYING COURSE, SLIP -FORM CONSTRUCTION. The compacted subgrade or base on which the pavement will be placed shall be widened approximately 3 feet (1 m) to extend beyond the paving machine track to support the paver without any noticeable displacement. After the subgrade or base has been placed and compacted to the required density, the areas which will support the paving machine and the area to be paved shall be trimmed to the proper elevation and profile by means of a properly designed machine. The grade of the base on which the concrete pavement is to be placed shall be controlled automatically by steel guide wires erected and maintained by the Contractor. If the density of the base is disturbed by the trimming operations, it shall be corrected by additional compaction before the concrete is placed except when stabilized subbases are being constructed. If damage occurs on a stabilized subbase, it shall be corrected full depth by the Contractor or the damaged areas filled with concrete integral with the pavement. The grading operations should be delayed as long as possible and immediately precede paving insofar as practical, particularly if the base course is subjected to haul traffic. If traffic is allowed to use the prepared grade, the grade shall be checked and corrected immediately before the placement of concrete. The prepared grade shall be well moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from concrete. In cold weather the underlying base shall be protected so that it will be entirely free of frost when concrete is placed. 501-3.4 CONDITIONING OF UNDERLYING COURSE, SIDE -FORM CONSTRUCTION. The prepared grade shall be well moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from the concrete. Ruts or depressions in the subgrade or base caused by hauling or usage of other equipment shall be filled as they develop with suitable material (not with concrete or concrete aggregates) and thoroughly compacted by rolling. If damage occurs to a stabilized subbase, it shall be corrected full depth by the Contractor, or the damaged areas filled with concrete integral with the pavement. A multiple -pin templet weighing not less than 1,000 pounds (454 kg) per 20 feet (6.1 m) or other approved templet shall be provided and operated on the forms immediately in advance of the placing of the concrete. The templet shall be propelled only by hand and not attached to a tractor or other power unit. Templets shall be adjustable so that they may be set and maintained at the correct contour of the underlying course. The adjustment and operation of the templet shall be such as will provide an accurate retest of the grade before placing the concrete thereon. All excess material shall be removed. Low areas may be filled and compacted to a condition similar to that of the surrounding grade, or filled with concrete integral with the pavement. In cold weather,the underlying base shall be protected so that it will be entirely free from frost when the concrete is placed. The use of chemicals to eliminate frost in the underlying material will not be permitted. The templet shall be maintained in accurate adjustment, at all times by the Contractor, and should be checked daily. The work described under the foregoing paragraphs does not constitute a regular subgrading operation, but rather a final accurate check of the underlying course. 831324 - 154 - J r 501-3.5 HANDLING, MEASURING, AND BATCHING MATERIAL. The batch plant site, layout, equipment, and provisions for transporting material shall assure a continuous supply of material to the work. Stockpiles shall be built up in layers of not more than 3 feet (1 m) in thickness. Each layer shall be completely in place before beginning the next layer and shall not be allowed to "cone" down over the next lower layer. Aggregates from different sources and of different grading shall not be stockpiled together. Improperly placed stockpiles will not be accepted by the Engineer. Aggregates shall be handled from stockpiles or other sources to the batching plant in such manner to secure the specified grading of the material. Aggregates that have become segregated or mixed with earth or foreign material shall not be used. All aggregates produced or handled by hydraulic methods, and washed aggregates, shall be stockpiled or binned for draining at leastJ12 hours before being batched. Rail shipments requiring more than 12 hours will be accepted as adequate binning only if the car bodies permit free drainage. The fine aggregate and coarse aggregate shall be separately weighed into hoppers in the respective amounts set by the Engineer in the job mix. Cement shall be measured by weight. Separate scales and hopper, with a device to positively indicate the complete discharge of the batch of cement into the batch box or container, shall be used for weighing the cement. - When required by the contract or when permitted, batching plants shall be equipped to proportion aggregates and bulk cement, by weight, automatically using interlocked proportioning devices of an approved type.. When bulk cement is used, the Contractor shall use a suitable method of handling the cement from weighing hopper to transporting container or into the batch itself for transportation to the mixer, such as a chute, boot, or other approved device, to prevent loss of cement. •The device shall be arranged to provide positive assurance. of the actual presence in each batch of the entire cement content specified. When cement is placed in contact with the aggregates, batches may be rejected unless mixed within 1 1/2 hours of such contact. Batching shall be conducted so that the results in the weights of each material required will be within a tolerance of 1 percent for cement and 2 percent for aggregates. Water may .be measured either by volume or by weight. The accuracy of measuring the water shall be within plus or minus 1 percent of required amounts. Unless the water is to be weighed, the water -measuring equipment shall include an auxiliary tank from which the measuring tank shall be filled. The measuring tank shall be equipped with an outside tap and valve to provide for checking the setting, unless other means are provided for readily and accurately determining the amount of water in the tank. The volume of the auxiliary tank shall be at least equal to that of the measuring tank. Methods and equipment for adding air -entraining agent or other admixtures to the batch, when required, shall be approved by the Engineer. All admixtures shall be measured into the mixer with an accuracy of plus or minus 3 percent. 831324 - 155 - J r 501-3.6 PROPORTIONS. Proportioning requirements for concrete shall be designed for a flexural strength of 650 psi. Prior to the start of paving operations and after approval of all material to be used in the concrete, the Contractor shall submit test data showing the proportions and actual flexural strength obtained from the concrete. Flexural strength shall be as specified at 28 days using test specimens prepared in accordance with ASTM C31 and tested in accordance with ASTM C78. The mix determined shall be workable concrete having a slump for sideform concrete between 1 and 2 inches (25 mm and 500 mm) as determined by ASTM C154. For vibrated slip -form concrete, the slump shall be between 1/2 inch (13 mm) and 1 1/2 inches (38 mm). The minimum cement content shall be maintained to produce concrete of suitable durability and workability. The maximum water -cement ratio specified for concrete shall not be exceeded. Entrained air shall be required to increase durability and provide workability. For slip -form construction, a high degree of uniformity in the plastic concrete is required. Caution should be exercised in establishing the air -entrainment percentage, as excessive air entrainment will aggravate edge slumping and insufficient air entrainment will result in poor concrete durability. Batches with slump in excess of 1 1/2 inches (38 mm) shall be wasted. Some edge slump of the wet concrete behind the side form on the paving machine will occur, even with low slump concrete. This may continue, though very slowly, until initial set has taken place. Provision for adequate compensating adjustment in the side form and in the final screed must be incorporated in the paver. The cement content shall not be less than 5.2 sacks per cubic yard nor shall the water -cement ratio, including free surface moisture on the aggregates but not including moisture absorbed by the aggregates, be more than 6 gallons per sack of cement. The cement content shall be determined in accordance with ASTM C138. Air -entraining admixture shall be added in such a manner that will insure uniform distribution of the agent throughout the batch. The air content of freshly mixed air -entrained concrete shall be based upon trial mixes with the materials to be used in the work adjusted to produce concrete of the required plasticity and workability. The percentage of air entrainment in the mix shall be 5 1/2 percent plus or minus 1 1/2 percentage points. Air content shall be determined by testing in accordance with ASTM C231 for gravel and stone coarse aggregate and ASTM C173 for slag and other highly porous coarse aggregate. 501-3.7 FIELD TEST SPECIMENS. Concrete samples shall be furnished by the Contractor and shall be taken in the field to determine the consistency, air content, and strength of the concrete. Flexural test beams shall be made each day that the concrete is placed. Each group of test beams shall be molded from the same batch of concrete and shall consist of a sufficient number of 831324 - 156 - L T Orr Cl I non J r specimens to provide two flexural strength tests. at each test age. One group of specimens will be made during the first half of each shift, and the other during the last portion of the shift. The specimens shall be made in accordance with ASTM C31. However, at the start of paving operations and when the aggregate source, aggregate characteristics, or mix- design is changed, additional groups of test beams may be required until the Engineer is satisfied that the concrete mixture being used complies with the strength requirements of these Specifications. Test ages will be 7 days and 28 days. The flexural strength of the concrete shall meet the following requirements: (1) the average of any 4 consecutive strength tests, tested at the end of 28 days, shall have an average flexural strength equal to or greater than the specified flexural strength; (2) not more than 20 percent of the beams tested at the end of 28 days shall have a flexural strength less than the specified strength. Specimens which are obviously defective shall not be considered in the determination of the strength. When it appears that the test specimens will fail to conform to the requirements for strength, the Engineer shall have the right to order changes in the concrete sufficient to increase the strength to meet the requirements. When a satisfactory relationship between 7 -day -and 28 -day strengths has been established and approved, the 7 -day test results may be used as an indication of the 28 -day strengths. However, the 7 -day test results will not replace the results of the 28 -day tests if the 28 -day results fall below the requirements. 501-3.8 MIXING CONCRETE. The concrete may be mixed at the work site, -in a central mix plant or in truck mixers. The mixer shall be of an approved type and capacity. Mixing time shall be measured from the time all materials, except water, are emptied into the drum. Ready -mixed concrete shall be mixed and delivered in accordance with the requirements of ASTM C94, except that the minimum required revolutions of the mixing speed for transit mixed concrete may be reduced to not less -that that recommended by the mixer manufacturer. The number of revolutions recommended by the mixer manufacturer shall be indicated on the manufacturer's serial plate attached to the mixer. When mixed at the work site or in a central mixing plant, the mixing time shall not be less than 50 seconds nor more than 90 seconds. Mixing time ends when the discharge chute opens. Transfer time in multiple drum mixers is included in mixing time. The contents of an individual mixer drum shall be removed before a succeeding batch is emptied therein. The mixer shall be operated at the drum speed as shown on the manufacturer's nameplate on the approved mixer. Any concrete mixed less than the specified time shall be discarded at the Contractor's expense. The volume of concrete mixed per batch shall not exceed the mixer's nominal capacity in cubic feet, as shown on the manufacturer's standard rating plate on the mixer. An overload up to 10 percent above the mixer's nominal capacity may be permitted provided concrete test data for segregation and uniform consistency are satisfactory, and provided no spillage of concrete takes place. The batch shall be charged into the drum so that a portion of the mixing water shall enter in advance of the cement and aggregates. The flow of water shall be 831324 - 157 - r uniform, and all water shall be in the drum by the end of the first 15 seconds of the mixing period. The throat of the drum shall be kept free of such accumulations as may restrict the free flow of materials into the drum. Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or nonagitating trucks. The time elapsing from the time water is added to the mix until the concrete is deposited in place at the work site shall not exceed 30 minutes when the concrete is hauled in truck mixers or truck agitators. Retempering concrete by adding water or by other means will not be permitted, except when concrete is delivered in transit mixers. With transit mixers additional water may be added to the batch materials and additional mixing performed to increase the slump to meet the specified requirements, if permitted by the Engineer. All these operations must be performed within 45 minutes after the initial mixing operations and the water -cement ratio must not be exceeded. Admixtures for increasing the workability or for accelerating the set will be permitted only when specified for in the contract. 501-3.9 LIMITATIONS OF MIXING. No concrete shall be mixed, placed, or finished when the natural light is insufficient, unless an adequate and approved artificial lighting system is operated. Unless authorized in writing by the Engineer, mixing and concreting operations shall be discontinued when a descending air temperature in the shade and away from artificial heat reaches 40 degrees F (4 degrees C) and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35 degrees F (2 degrees C). When concreting is authorized during cold weather, the aggregates may be heated by either steam or dry heat prior to being placed in the mixer. The apparatus used shall heat the mass uniformly and shall be arranged to preclude the possible occurrence of overheated areas which might be detrimental to the materials. Unless otherwise authorized, the temperature of the mixed concrete shall not be less than 50 degrees F (10 degrees C) at the time of placement in the forms. If the air temperature is 35 degrees F (2 degrees C) or less at the time of placing concrete, the Engineer may require the water and/or the aggregates to be heated to not less than 70 degrees F (21 degrees C) nor more than 150 degrees F (66 degrees C). Concrete shall not be placed on frozen subgrade nor shall frozen aggregates be used in the concrete. During periods of warm weather when the maximum daily air temperature exceeds 85 degrees F (30 degrees C), the following precautions should be taken. The forms and/or the underlying material shall be sprinkled with water immediately before placing the concrete. The concrete shall be placed at the coolest temperature practicable, and in no case shall the temperature of the concrete when placed exceed 90 degrees F (32 degrees C). The aggregates and/or mixing water shall be cooled as necessary to maintain the concrete temperature at or not more than the specified maximum. 831324 - 158 - L r iy 501-3.10 PLACING CONCRETE._,; (a) Side -form Method. For the side -form method, the concrete shall be deposited on the moistened grade to require as little rehandling as possible. Unless truck mixers, truck agitators, or nonagitating hauling equipment are equipped with means for discharge of concrete without segregation of the materials, the concrete shall be unloaded into an approved spreading device and mechanically spread on the grade to prevent segregation of the materials. Placing shall be continuous between transverse joints without the use of intermediate bulkheads. Necessary hand spreading shall be done with shovels -- not rakes. Workmen shall not be allowed to walk in the freshly mixed concrete with boots or shoes coated with earth or foreign substances. When concrete is to be placed adjoining a previously constructed lane of pavement and when mechanical equipment will be operated upon the existing lane of pavement, the concrete shall be at least 7 days old and at a flexural strength approved by the Engineer. If only finishing equipment is carried on the existing lane, paving in adjoining lanes may be permitted after 3 days, if approved by the Engineer. Concrete shall be thoroughly consolidated against and along the faces of all forms and along the full length and on both sides of all joint assemblies by means of vibrators inserted in the concrete. Vibrators shall not be permitted to come in contact with a joint assembly, the grade, or a side form. In no case shall the vibrator be operated longer than 15 seconds in any •one location, nor shall be vibrators be used to move the concrete. Concrete shall be deposited as near to expansion and contraction joints as possible without disturbing them but shall not be dumped from the discharge bucket or hopper onto a joint assembly unless the hopper is well centered on the joint assembly. Should any concrete materials fall on or be worked into the surface of a completed slab, they shall be removed immediately by approved methods. (b) Slip -form Method. For the slip -form method, the concrete shall be placed with an approved crawler -mounted, slip -form paver designed to spread, consolidate, and shape the freshly placed concrete in one complete pass of the machine so that a minimum of hand finishing will be necessary to provide a dense and homogenous pavement in conformance with requirements of the Plans and Specifications. The concrete should be placed directly on top of the joint assemblies to prevent them from moving when the paver moves over them. Side forms and finishing screeds shall be adjustable to the extent required to produce the specified pavement edge and surface tolerance. The side forms shall be of dimensions, shape, and strength to support the concrete laterally for a sufficient length of time so that no appreciable edge slumping will occur. Final finishing shall be accomplished while the concrete is still in the plastic state. 831324 - 159 - i r It is the intent of the Specifications to produce a high quality, dense, long lasting, and smooth pavement suitable for the high speed operations of roughness -sensitive heavy jet aircraft. This requires that all joints, and particularly all longitudinal joints, meet the specified tolerance throughout their length. The Engineer will designate the paving lanes in an apron, taxiway, or the outer runway paving lanes to be used for the initial paving operations. In the event that slumping or sloughing occurs behind the paver or if there are any other structural or surface defects which, in the opinion of the Engineer, cannot be corrected within permissible tolerances, the Engineer may halt paving operations until proper adjustment of the equipment or procedures have been made. In the event that satisfactory procedures and pavement are not achieved after not more than 2,000 lineal feet (600 m) of single lane paving, the Contractor shall complete the balance of the work with the use of standard metal forms and the formed method of placing and curing. 501-3.11 STRIKE -OFF OF CONCRETE AND PLACEMENT OF REINFORCEMENT. Following the placing of the concrete, it shall be struck off to conform to the cross section shown on the Plans and to an elevation such that when the concrete is properly consolidated and finished, the surface of the pavement shall be at the elevation shown on the Plans. When reinforced concrete pavement is placed in two layers, the bottom layer shall be struck off to such length and depth that the sheet of reinforcing steel fabric or bar mat may be laid full length on the concrete in its final position without further manipulation. The reinforcement shall then be placed directly upon the concrete, after which the top layer of the concrete shall be placed, struck off, and screeded. If any portion of the bottom layer of concrete has been placed more than 30 minutes without being covered with the top layer or if initial set has taken place, it shall be removed and replaced with freshly mixed concrete at the Contractor's expense. When reinforced concrete is placed in one layer, the reinforcement may be positioned in advance of concrete placement or it may be placed in plastic concrete by mechanical or vibratory means after spreading. Reinforcing steel, at the time concrete is placed, shall be free of mud, oil, or other organic matter that may adversely affect or reduce bond. Reinforcing steel with rust, mill scale, or a combination of both will be considered satisfactory, provided the minimum dimensions, weight, and tensile properties of a hand wire -brushed test specimen are not less than applicable ASTM specification requirements. 501-3.12 JOINTS. (a) General. (1) Longitudinal and transverse joints. Longitudinal and transverse joints shall be constructed as indicated on the Plans and in accordance with these requirements. All joints shall be constructed true to line with their faces perpendicular to the surface of the pavement. Joints shall not vary more than 1/2 inch (13 mm) from a true line or from their designated position. The vertical surface of the pavement adjacent to all expansion joints shall be finished to a true plane and edged to a radius of 831324 - 160 - J r .._,, L . ...n r 1/4 inch (6 mm) or as shown£.on .the,Plans.. The4surface across the joints shall be tested with a 10 -foot (3`in) straightedge as'the joints are finished and any irregularities, in excess of 1/4 inch (6 mm) shall be corrected before the concrete has hardened. When required, keyways shall be accurately formed with a template of metal or wood. The gauge or thickness of the material in the template shall be such that the full keyway, as specified, is formed and is in the correct location. Transverse joints shall be at right angles to the centerline of the pavement and shall extend the full width of the slab. The transverse joints in succeeding lanes shall be placed in line with similar joints in the first lane. All joints shall be so prepared, finished, or cut to provide a groove of the width and depth shown on. the Plans. (2) Tie bars. Tie bars shall consist of deformed bars installed principally in longitudinal joints as shown on the Plans. Tie bars shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals of 30 inches (76 cm), unless otherwise specified. ;They shall be held in position parallel to the pavement surface and midway between the surfaces of the slab. When tie bars extend into an unpaved lane, they may be bent at right angles against the form at longitudinal construction joints, unless threaded bolt or other assembled tie bars are specified. These bars shall not be painted, greased, or enclosed in sleeves. (3) Dowel bars. Dowel bars or other load -transfer units. of .an approved type shall be placed across transverse or other joints in the manner as specified on the Plans. They shall be of the dimensions and spacings as shown and held rigidly in the middle of the slab depth in the proper horizontal and vertical alignment by an approved assembly device to be left permanently in place. The dowel or load -transfer and joint devices shall be rigid enough to permit complete assembly as a unit ready to be lifted and placed into position. A metal, or other type, dowel expansion cap or sleeve shall be furnished for each dowel bar used with expansion joints. These caps shall be substantial enough to prevent collapse and shall be placed on the ends of the dowels as shown on the Plans. The caps or sleeves shall fit the dowel bar tightly and the closed end shall be watertight. The portion of each dowel painted with rust preventative paint, as required under Section 501-2.7, shall be thoroughly coated with asphalt MC -70, or an approved lubricant, to prevent the concrete from binding to that portion of the dowel. If free -sliding plastic -coated or epoxy -coated steel dowels are used, a lubrication bond breaker shall be used except when approved pullout tests indicate it is not necessary. In lieu of using dowel assemblies at contraction joints, dowel bars may be placed in the full thickness of pavement by a mechanical device approved by the Engineer. (4) Slip -form construction. For slip -form construction, the following shall apply: When keyed construction joints are called for, a sheet metal keyway liner shall be required. The liner may remain in place permanently and become part of the keyed joint and shall be galvanized, copper clad, or part of the keyed joint and shall be galvanized, copper clad, or of similar rust -resistant material, of sufficient stiffness to support the upper keyway flange. Two-piece hook bolts may be installed in either the male or 831324 - 161 - female side of the keyed joint providing the installation is made without distorting the keyed dimensions or causing edge slump. If a bent tie bar installation is used, the tie bars shall be inserted through the sheet metal keyway liner only on the female side of the joint. The bent tie bar installation may cause breaking of some small amount of laitance where the bar goes through the liner when the exposed portion of the bar is bent for extension into the adjacent lane. In no case shall a bent tie bar installation for male keyways be permitted which will require chipping away of concrete to perform the straightening of the tie bar. Alternate methods of bar installation maybe approved by the Engineer if the keyway can be formed to a tolerance of 1/4 inch (6 mm) in any dimension and without distortion or slumping of the top of the male flange. Transverse joints with dowels will require particular care to insure the dowels are accurately placed and not disturbed during concrete placement. Transverse dowels will require use of an apparatus to firmly hold the dowels perpendicular to the joint and parallel to the slab surface. During the concrete placement operation, it is advisable to place plastic concrete directly on the dowel assembly immediately prior to passage of the paver to help maintain dowel alignment. In lieu of using dowel assemblies at contraction joints, dowel bars may be placed in the full thickness of pavement by a mechanical device approved by the Engineer. (b) Installation. The top of an assembled joint device shall be set at the proper distance below the pavement surface and the elevation shall be checked. Such devices shall be set to the required position and line and shall be securely held in place by stakes or other means during the pouring and finishing of the concrete. The premolded joint material shall be placed and held in a vertical position; if constructed in sections, there shall be no offsets between adjacent units. Dowel bars shall be checked for exact position and alignment as soon as the joint device is staked in place, and the device shall be tested to determine whether it is firmly supported. The maximum permissible tolerance on dowel bar alignment in each plane, horizontal and vertical, shall not exceed 2 percent or 1/4 inch (6 mm) per foot of a dowel bar. The most effective way to obtain proper alignment is with well -fabricated dowel baskets and dowel assemblies. In lieu of using dowel assemblies at contraction joints, dowel bars may be placed in the full thickness of pavement by mechanical device approved by the Engineer. When joints in concrete pavements are sawed, the joints shall be cut as shown on the Plans. Equipment shall be as described in Section 501-3.1. The circular cutter shall be capable of cutting a groove in a straight line and shall produce a slot at least 1/8 inch (3 mm) wide and to the depth shown on the Plans. When shown on the Plans or required by the Specifications, the top portion of the slot or groove shall be widened by means of a second shallower cut or by suitable and approved beveling to provide adequate space for joint sealers. Sawing of the joints shall commence as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling, or tearing. Sawing shall be carried on both during the day and night as required. The joints shall be sawed at the required spacing consecutively in sequence of the concrete placement, unless otherwise approved by the Engineer. 831324 - 162 - i r 1 (c) Longitudinal Joints.r,,.• �� (1) Construction. Longitudinal construction joints necessary for lane construction shall be formed against suitable side forms (usually made of steel) with or without keyways, as indicated in the Plans. Wooden forms may be used under special conditions, when approved by the Engineer. When the concrete is placed using slip -form pavers, the keyway shallbe formed in the plastic concrete by means of preformed metal keyway liners which are inserted during the slip -form operations to form the female side of the key and which may be left in place. The dimensions of the keyway forms shall not vary more than plus or minus 1/4 inch (3 mm) from the dimensions indicated and shall not deviate more than plus or minus 1/4 inch (6 mm) from the mid -depth of the pavement. A male keyway may be used providing the keyway and edge tolerances are met. Where butt -type joints with dowels are designated, the dowels for this type shall be painted and greased. The edges of the joint shall be finished with a grooving tool or edging tool, and a space or slot shall be formed along the joint of the dimensions, as indicated, to receive the joint sealing material. Longitudinal construction joints shall be sawed to provide a groove at the top conforming to the details and dimensions indicated on the Plans. Provisions shall be made for the installation of tie bars as noted on the Plans. (2) Contraction or weakened -plane type. The longitudinal groove formed or sawed in the top of the slab shall be installed where indicated on the° drawings. The groove shall be formed in the plastic concrete with suitable tools or material to obtain the width and depth specified, or it shall be sawed with approved equipment in the hardened concrete to the dimensions required. When the groove is formed in plastic concrete, it shall be true to line with not more than 1/4 -inch (6 mm) variation in 10 feet (3 m); it shall be uniform in width and depth; and the sides of the groove shall be finished even and smooth with an edging tool. If an insert material is used, the installation and edge finish shall be according to the manufacturer's instructions. The sawed groove shall be straight and of uniform width and depth. In either case, the groove shall be clean cut so that spalling will be avoided at intersections with transverse joints. Tie bars shall be installed across these joints where indicated on the Plans. (3) Expansion. Longitudinal expansion joints shall be installed as indicated on•the Plans. The premolded filler, of the thickness as shown on the Plans, shall extend for the full depth and width of the slab at the joint, except for space for sealant at the top of the slab. The filler shall. be securely staked or fastened into position perpendicular to the proposed finished surface. .A metal cap shall be provided to protect the top edge of the filler and to permit the concrete to be placed and finished. After the concrete has been placed and struck off, the cap shall be carefully withdrawn leaving the space over the premolded filler. The edges of the joint shall be finished and tooled while the concrete is still plastic. 831324 - 163 - J r (d) Transverse Joints. (1) Expansion. Transverse expansion joints shall be installed at the locations and spacing as shown on the Plans. The joints shall be installed at right angles to the centerline and perpendicular to the surface of the pavement. The joints shall be installed and finished to insure complete separation of the slabs. Expansion joints shall be of a premolded type conforming to these specifications and with the Plans and shall be the full width of the pavement strip. All concrete shall be cleaned from the top of the joint material. Before the pavement is opened to traffic, this space shall be swept clean and filled with approval joint sealing material. All devices used for the installation of expansion joints shall be approved by the Engineer. They shall be easily removable without disturbing the concrete and held in proper transverse and vertical alignment. Immediately after forms are removed, any concrete bridging the joint space at the ends shall be removed for the full width and depth of the joint. When specified, expansion dimensions and at the spacii shall be firmly supported subgrade and the centerline will remain in the pavement during construction. joints shall be equipped ig and location indicated on in place and accurately al of the pavement by means of and will ensure that the dc with dowels of the the Plans. The dowels igned parallel to the a dowel assembly which wels are not displaced Other types of load -transfer devices may be used, when approved by the Engineer. (2) Contraction. Transverse contraction joints, weakened -plane joints, or both, shall be installed at the locations and spacing as shown on the Plans. These joints will be installed by forming a groove or cleft in the top of the slab while the concrete is still plastic or by sawing a groove into the concrete surface after the concrete has hardened in the same manner as specified in Section 501-3.12 (c)(2). Dowel bar assemblies shall be installed when required, as shown on the Plans. (3) Construction. Transverse construction joints shall be installed at the end of each day's placing operations and at any other points within a paving lane when concrete placement is interrupted for more than 30 minutes or it appears that the concrete will obtain its initial set before fresh concrete arrives. When the installation of the joint can be planned in advance, it shall be located at a contraction or expansion joint. The joint shall not be allowed within 8 feet (2.4 m) of a regular spaced transverse joint. If the pouring of the concrete has been stopped, causing a joint to fall within this limit, it shall not be installed, and the fresh placed concrete shall be removed back to the 8 foot (2.4 m) limit. 831324 - 164 - L J r 501-3.13 FINAL STRIKE-OFF,yCONSOLIDATION, AND;,F,.INISHING. (a) Sequence. The sequence of operations shall be the strike -off and consolidation, floating and removal of laitance, straightedging, and final surface finish. The addition of superficial water to the surface of the concrete to assist in finishing operations generally will not be permitted. If the application of water to the surface is permitted, it shall be applied as a fog spray by means of approved spray equipment. (b) Finishing at Joints. The concrete adjacent to joints shall be compacted or firmly placed without voids or segregation against the under and around all load -transfer devices, joint assembly units, and other features designed to extend into the pavement. Concrete adjacent to joints shall be mechanically vibrated as required in Section 501-3.10. After the concrete has been placed and vibrated adjacent to the joints, the finishing machine shall be operated in a manner to avoid damage or misalignment of joints. If uninterrupted operations of the finishing machine, to, over, and beyond the joints, cause segregation of concrete, damage to, or misalignment of the joints, the finishing machine shall be stopped when the screed 'is approximately 8 inches (20 cm) from the joint. Segregated concrete shall be removed from the front of and off the joint; the screed shall be lifted and set directly on top of the joint, and the forward motion of the finishing machine shall be resumed. Thereafter, the finishing machine may be run over the joint without lifting the screed, provided there is no segregated concrete immediately between the joint and the screed.or.on top -of the joint. (c) Machine Finishing. The concrete shall be spread as soon as it is placed, and it shall be struck off and screeded by an approved finishing machine. The machine shall -go over each area as many times and at such intervals as necessary to give the proper consolidation and to leave a surface of uniform texture. Excessive operation over a given area shall be avoided. When side forms are used, the tops of the forms shall be kept clean by an effective device attached to -the machine, and the travel of the machine on the forms shall be maintained true without lift, wobbling, or other variation tending to affect the precision finish. During the first pass .of •the finishing machine, a uniform ridge of concrete shall be maintained ahead of •the front screed for its entire length. When in operation, the screed shall be moved forward with a combined longitudinal and transverse shearing motion, always moving in the direction in which the work is progressing, and so manipulated that neither end is raised from the side forms during the striking -off process. If necessary, this shall be repeated until the surface is of uniform texture, true to grade and cross section, and free from porous areas. (d) Hand Finishing. Hand finishing methods will not be permitted, except under the following conditions: In the event of breakdown of the mechanical equipment, hand methods may be used to finish the concrete already deposited on the grade; in areas of narrow widths or.of irregular dimensions where operation of the mechanical equipment is impractical. Concrete, as soon as placed, shall be struck off and screeded. An approved portable screed 831324 - 165 - J r shall be used. A second screed shall be provided for striking off the bottom layer of concrete when reinforcement is used. The screed for the surface shall be at least 2 feet (0.6 m) longer than the maximum width of the slab to be struck off. It shall be of approved design, sufficiently rigid to retain its shape, and shall be constructed either of metal or of other suitable material covered with metal. Consolidation shall be attained by the use of a suitable vibrator. (e) Floating. After the concrete has been struck off and consolidated, it shall be further smoothed, trued, and consolidated by means of longitudinal float, using one of the following methods: (1) Hand Method. The hand -operated longitudinal float shall not be less than 12 feet (2.6 m) in length and 6 inches (15 cm) in width, properly stiffened to prevent flexibility and warping. The longitudinal float, operated from foot bridges resting on the side forms and spanning but not touching the concrete, shall be worked with a sawing motion, while held in a floating position parallel to the pavement centerline and passing gradually from one side of the pavement to the other. Forward movement along the centerline of the pavement shall be in successive advances of not more than one-half the length of the float. Any excess water or soupy material shall be wasted over the pavement edge on each pass. (2) Mechanical Method. The Contractor may use a machine composed of a cutting and smoothing float(s), suspended from and guided by a rigid frame. The frame shall be carried by four or more visible wheels riding on, and constantly in contact with, the side forms or pavement subgrade. If necessary, long -handled floats having blades not less than 5 feet (1.5 m) in length and 6 inches (1.5 cm) in width may be used to smooth and fill in open -textured areas in the pavement. Long -handled floats shall not be used to float the entire surface of the pavement in lieu of mechanical methods. When strike -off and consolidation are done by hand and the crown of the pavement will not permit the use of the longitudinal float, the surface shall be floated transversely by means of a long -handled float. Care shall be taken not to work the crown out of the pavement during the operation. After floating, any excess water and laitance shall be removed from the surface of the pavement by a straightedge 10 feet (3 m) or more in length. Successive drags shall be lapped one-half the length of the blade. (f) Straight -edge Testing and Surface Correction. After the pavement has been struck off and consolidated and while the concrete is still plastic, it shall be tested for trueness with a 16 -foot (4.8 m) straightedge. For this purpose the Contractor shall furnish and use an accurate 16 -foot (4.8 m) straightedge swung from handles 3 feet (0.4 m) longer than one-half the width of the slab. The straightedge shall be held in contact with the surface in successive positions parallel to the centerline and the whole area gone over from one side of the slab to the other, as necessary. Advancing shall be in successive stages of not more than one-half the length of the straightedge. Any excess water and laitance shall be removed from the surface of the 831324 - 166 - J :� _..... I pavement. Any depressions shall be immediately filled with freshly mixed concrete, struck off, consolidated, and refinished. High areas shall be cut down and refinished. Special attention shall be given to assure that the surface across joints meets the requirements for smoothness. Straightedge testing and surface corrections shall continue until the entire surface is found to be free from observable departures from the straightedge and until the slab conforms to the required grade and cross section. The use of long -handled wood floats shall be confined to a minimum; they may be used only in emergencies and in areas not accessible to finishing equipment 501-3.14 SURFACE TEXTURE. The surface of the pavement shall be finished with either a broom or burlap drag finish for all newly constructed concrete pavements. (a) Brush or Broom Finish. If the pavement surface texture:is to be a type of brush or broom finish, it shall be applied when the water sheen has practically disappeared. The equipment shall operate transversely across the pavement surface, providing corrugations that are uniform in appearance and approximately 1/16 of an inch (2 mm) in depth. It is important the the texturing equipment not tear or unduly roughen the pavement surface during'the operation. Any imperfections resulting from the texturing operation shall -be corrected. - (b) Burlap Drag, Finish. If a burlap drag is used to texture the pavement surface, it shall be at least 15 ounces per square yard (555 grams per square meter). To obtain a rough -textured surface, the transverse threads of the burlap should be removed approximately 1 foot (0.3 m) from the trailing edge. A heavy buildup of grout on the burlap threads produces the desired wide sweeping longitudinal striations on the pavement surface. - The corrugations shall be uniform in appearance and approximately 1/16 of an inch (2 mm) in depth. 501-3.15 SURFACE TEST. As soon as the concrete has hardened sufficiently, the pavement -surface shall be tested with a 16 -foot (5 m) straightedge or other specified device. Areas in a slab showing high spots of more than 1/4 inch (6 mm) but not exceeding 1/2 inch (13 mm) in 16 feet (5 m) shall be marked and immediately ground down with an approved grinding machine to an elevation that will fall within the tolerance of 1/4 inch (6mm) or less. Where the departure from correct cross section exceeds 1/2 inch (13 mm), the pavement shall be removed and replaced at the expense of the Contractor when so directed by the Engineer. Any area or section so removed shall not be less than 10 nor less than the full width of the lane involved. When remove and replace a section of pavement, any remaining adjacent to the joints that is less than 10 feet (3 m) in removed and replaced. feet (3 m) in length it is necessary to portion of the slab length shall also be 831324 - 167 - r 501-3.16 CURING. Immediately after the finishing operations have been completed and marring of the concrete will not occur, the entire surface of the newly placed concrete shall be cured in accordance with one of the methods below. In all cases in which curing requires the use of water, the curing shall have prior right to all water supply or supplies. Failure to provide sufficient cover material of whatever kind the Contractor may elect to use, or lack of water to adequately take care of both curing and other requirements, shall be cause for immediate suspension of concreting operations. The concrete shall not be left exposed for more than 1/2 hour during the curing period. The following are alternate approved methods for curing concrete pavements. (a) Impervious Membrane Method. The entire surface of the pavement shall be sprayed uniformly with white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete has taken place. The curing compound shall not be applied during rainfall. Curing compound shall be applied by mechanical sprayers under pressure at the rate of 1 gallon (4 liters) to not more than 150 square feet (14 square meters). The spraying equipment shall of the fully atomizing type equipped with a tank agitator. At the time of use, the compound shall be in a thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle. During application the compound shall be stirred continuously by effective mechanical means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal of forms will be permitted. Curing compound shall not be applied to the inside faces of joints to be sealed, but approved means shall be used to insure proper curing for 72 hours. The curing compound shall be of such character that the film will harden within 30 minutes after application. Should the film become damaged from any cause within the required curing period, the damaged portions shall be repaired immediately with additional compound. Upon removal of side forms, the sides of the exposed slabs shall be protected immediately to provide a curing treatment equal to that provided for the surface. (b) Polyethylene Films. The top surface and sides of the pavement shall be entirely covered with polyethylene sheeting. The units shall be lapped at least 18 inches (457 mm). The sheeting shall be placed and weighted to cause it to remain in contact with the surface covered. The sheeting shall have dimensions that will extend at least twice the thickness of the pavement beyond the edges of the pavement. Unless otherwise specified, the sheeting shall be maintained in place for 72 hours after the concrete has been placed. (c) Waterproof Paper. The top surface and sides of the pavement shall be entirely covered with waterproofed paper. The units shall be lapped at least 18 inches (457 mm). The paper shall be placed and weighted to cause it to remain in contact with the surface covered. The paper shall have dimensions that extend at least twice the thickness of the pavement beyond the edges of the slab. The surface of the pavement shall be thoroughly wetted prior to placing of the paper. Unless otherwise specified, the paper shall be maintained in place for 72 hours after the concrete has been placed. 831324 - 168 - L r (d) White Burlap -Polyethylene Sheets.. Tetsurface of the pavement shall be entirely covered with therrsheeting. The sheeting used shall be such length (or width) that it will extend at least twice the thickness of the pavement beyond the edges of the slab. The sheeting shall be placed so that the entire surface and both edges of the slab are completely covered: The sheeting shall be placed and weighted to remain in contact with the surface covered, and the covering shall be maintained fully wetted and in position for 72 hours after the concrete has been placed. - (e) Curing in Cold. Weather. When the average daily temperature is below 40 degrees F (4 degrees C), curing shall consist of covering the newly laid pavement with not less than 12 inches (30 cm) of loose, dry hay or straw, or equivalent protective curing authorized by the Engineer, which shall be retained in place for 10 days. The hay or straw shall be secured to avoid being blown away. Admixture for curing or temperaturecontrol may be used only when authorized by the Engineer. - When concrete is being placed and the air temperature may be expected to drop below 35 degrees F (2 degrees C), a sufficient supply of straw, hay, grass, or other suitable blanketing material such as burlap or polyethylene shall' be provided along the work. Any time the temperature may be expected to reach the freezing point during the day or night, the material so provided shall`be spread over the pavement to a sufficient depth to prevent freezing of the concrete. The period of time such protection shall be maintained shall not be less than 10 days. A minimum of 3 days is required when high, early strength concrete is used. The Contractor shall be responsible for the quality and strength of the concrete placed during cold weather, and any concrete injured by frost action shall be removed and replaced at the Contractor's expense. 501-3.17 REMOVING FORMS. Unless otherwise specified, forms shall not be removed from freshly placed concrete until it has set for at least 12 hours, except where auxiliary forms are used temporarily in widened areas. --Forms shall be removed carefully to avoid damage to the pavement. After the forms have been removed, the sides of the slab shall be cured as outlined in one of the methods indicated in Section 501-3.17. Major honeycombed areas shall be considered as defective work and shall be removed and replaced. Any area or section so removed shall not be less than 10 feet (3 m) in length nor less than the full width of the lane involved. When it is necessary to remove and replace a section of pavement, any remaining portion of the slab adjacent to the joints that is less than 10 feet (3 m) in length shall also be removed and replaced. 501-3.18 SEALING JOINTS. The joints in the pavement shall be sealed in accordance with Item P-605. , 501-3.19 PROTECTION OF PAVEMENT. The Contractor shall protect the pavement and its appurtenances against both public traffic and traffic caused by the Contractor's employees and agents. This shall include watchmen to direct traffic and the erection and maintenance of warning signs, lights, pavement bridges, or crossovers, etc. The plans or special provisions will indicate 831324 - 169 - i .. MCCLELLAND r the location and type of device or facility required to protect the work an provide adequately for traffic. Any damage to the pavement occurring prior to final acceptance shall be repaired or the pavement replaced at the Contractor's expense. In order that the concrete be properly protected against the effects of rain before the concrete is sufficiently hardened, the Contractor will be required to have available at all time materials for the protection of the edges and surfaces of the unhardened concrete. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils (0.1 mm) thick of sufficient length and width to cover the plastic concrete slab and any edges. The sheeting may be mounted on either the paver or a separate movable bridge from which it can be unrolled without dragging over the plastic concrete surface. When rain appears imminent, all paving operations shall stop and all available personnel shall begin covering the surface of the unhardened concrete with the protective covering. 501-3.20 OPENING TO TRAFFIC. The Engineer shall decide when the pavement shall be opened to traffic. The pavement will not be opened to traffic until test specimens molded and cured in accordance with ASTM C31 have attained a flexural strength of 550 pounds per square inch (3792 kPa) when tested in accordance with ASTM C78. If such tests are not conducted, the pavement shall not be opened to traffic until 14 days after the concrete was placed. Prior to opening to traffic, the pavement shall be cleaned. 501-3.21 SURFACE TOLERANCES. Extreme care must be exercised in all phases of the operation to assure the pavement will pass the specified tolerances. The following tolerances are applicable: (a) Lateral deviation from established alignment of the pavement edge shall not exceed plus or minus 0.10 foot (30 mm) in any lane. (b) Vertical deviation from established grade shall not exceed plus or minus 0.04 foot (12 mm) at any point. (c) Surface smoothness deviations shall not exceed 1/4 inch (6 mm) from a 16 -foot (5 m) straightedge placed in any direction including placement along and spanning any pavement joint or edge. 501-3.23 TOLERANCE IN PAVEMENT THICKNESS. Concrete will be accepted for thickness on a lot basis. A lot will consist of 100 square yards. One core shall be taken at random by the Engineer in each lot. When the measurement of the core from a lot is not deficient more than 0.2 inch (5 mm) from the plan thickness, full payment will be made. When such measurement is deficient more than 0.2 inch (5 mm) and not more than 1.0 inch (25 mm) from the plan thickness, two additional cores shall be taken at random and used in determining the average thickness for that lot. An adjusted unit price, as provided in Paragraph 501-5.2, will be paid for the lot. The thickness of the pavement shall be determined by average caliper measurement of cores tested in accordance with ASTM C174. 831324 - 170 - J In calculating the average. thickness of the pavement, measurements which are in excess of the specified' thickness by more than 0.2 inch (5 mm) shall be considered as the specified thickness plus 0.2 inch (5 mm), and measurements which are less than the specified thickness by more than 1.0 inch (25 mm) shall not be included in the average. When the measurement of any core is less than the specified thickness by more than 1.0 inch (25 mm), the actual thickness of the pavement in this area shall be determined by taking additional cores at not less than 10 -foot (3 m) intervals parallel to the centerline in each direction from the affected location, until in each direction a core is found which is not deficient by more than 1.0 inch (25 mm). Areas found deficient in thickness by more than 1.0 inch (25 mm) shall be evaluated by the Engineer and, if the deficient areas warrant removal, they shall be removed and replaced with concrete of the thickness shown on the Plans. Exploratory cores for deficient thickness will not be used in averages for adjusted unit price. Core holes shall be filled with non -shrink grout. METHOD OF MEASUREMENT 501-4.1 The quantity to be paid for shall be the number of square yards of pavement for each thickness classification as specified, in place, completed and accepted, less deductions as hereinafter required for deficient thickness. BASIS OF PAYMENT 501.5.1 The accepted quantities of concrete pavement will be paid for at the contract unit price per square yard which price and payment shall be full compensation for furnishing_ and placing all materials, including any dowels, steel reinforcement and joint material texturing, provided, however, that for any pavement found deficient in thickness by more than 0.2 inch (5 mm), but not more than 1.0 inch (25 mm) only the reduced price stipulated below shall be paid. No additional payment over the unit contract bid price shall be made for any pavement which has an average thickness in excess of that shown on the Plans. No additional payment shall be made for pavement areas designated on the Plans to receive reinforcement steel. Bid Item No. 9A Portland Cement Concrete Pavement - per square yard (5 -inch thickness) - Bid Item No. 10A Portland Cement Concrete Pavement - per square yard (8 inch thickness) 831324 - 171 - r qN 501-5.2 Price Adjustment (a) Thickness Adjustment. Where the average thickness of pavement is deficient in thickness by more than 0.2 inch (5 mm) but not more than 1.0 inch (25 mm), payment will be made at an adjusted price as specified in Table 3. TABLE 3. PAVEMENT DEFICIENCY Deficiency in Thickness Proportional Part of Contract Determined by Cores Price Allowed (Percent) (Average by 3 tests) Inches mm 0.00 to 0.20 0.00 to 5 100 0.21 to 0.30 5 to 8 80 0.31 to 0.40 8 to 10 72 0.41 to 0.50 10 to 13 68 0.51 to 0.75 13 to 19 57 0.76 to 1.00 19 to 25 50 When the thickness of pavement is deficient by more than 1 inch (25 mm) and, in the judgment of the Engineer, the area of such deficiency should not be removed and replaced, there shall be no payment for the area retained. (b) Flexural Strength Adjustment. When any pay factor for a lot of concrete is less than 1.0, payment for the material in that lot shall be made at a reduced price arrived at by multiplying the contract price per unit of measurement by the appropriate pay factor. If pay factors for pavement thickness deficiency and flexural strength deficiency are both used for any given lot, the reduced price will be determined by successively multiplying the contract unit price by both pay factors. Acceptance Limits Average Flexural Pay Factor Strength (4 Tests) 1.00 greater than M +0.120 R 0.95 M to M +0.115 R 0.85 M -0.090 R to M -0.095 R 0.75 M -0.170 R to M -0.095 R Where: M = Modulus of Rupture (specified 28 day flexural strength) R = the range of a sample of size N=4; the difference between the largest and smallest test 831324 - 172 - rI P-602 BITUMINOUS PRIME COAT 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 specified below. The type of bituminous material to be used shall be selected as specified below. 602-1.2 QUANTITIES OF bituminous material per per square yard. 602-2.1 BITUMINOUS MATE application temperature below. Type and Grade Liquid Asphalt MC-30/SC-70 BITUMINOUS MATERIAL. The approximate amount of square yard for the prime coat shall be 0.25 gallons MATERIALS RIAL. The type, grade, controlling Specification, and for the bituminous prime coat material are given 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 831324 - 173- r 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 reF 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. sorts 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. 831324 - 174 - J r7-- — u.ri r, • non r METHOD OF MEASUREMENT 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 D-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. 9 Bituminous Prime Coat, per gallon 831324 - 175 - J r-er-- kA, ri t. l ..�„ ITEM P-605 JOINT SEALING FILLER (FOR ALTERNATE PAVING MATERIAL) DESCRIPTION 605-1.1 This item shall consist of a resilient and adhesive joint sealing filler capable of effectively sealing joints in Portland cement concrete pavements and structures. MATERIALS 605-2.1 JOINT SEALING MATERIALS. The joint sealing materials shall conform to the following type: (a) Type IV shall conform to Fe Jet Fuel Resistant, Hot Applied for application shall be as recommended by when recommended by the manufacturer authorized and required, and shall manufacturer's instructions. J. Spec. SS -S -167b, Sealing Compound: Joints in Concrete. Temperature of the manufacturer. The use of primers of the proposed sealing filler is be used in accordance with the Back-up Material shall be one of the following types: a) Closed cell resilient urethane or polyvinyl -chloride foam. b) Closed cell polyethylene foam. c) Polychloroprene tubes or beads. Back-up material shall be non-absorbent, non -staining and shall be compatible with the sealant used. Tube or rod stock, when used, shall be rolled into the joint cavity. When approved, the material as delivered to the job shall be accompanied by the manufacturer's certification stating that it meets the requirements of ASTM D-2628, except that specimens for the high -temperature recovery test (70 hours/212°F.) shall be tested as received, without talc dusting. The hardness test (type Audrometer) shall be made using sufficient plys of buffed samples to achieve the minimum required sample thickness. Samples shall be of sufficient width and length to cover the testing shoe. The manufacturer shall also certify that, when tested at 70±, ± 5°F. the sealer will resist compression when properly aligned between parallel plates by exerting a pressure of at least 4 pounds per lineal inch when compressed to 80% of its nominal width, and no more than 12 pounds per lineal inch when compressed to 50% of its nominal width. 831324 - 176 - r CONSTRUCTION METHODS 605-3.1 TIME OF APPLICATION. The joints shall be sealed immediately following the curing period. or as soon thereafter as weather conditions permit, and before the pavement is opened to traffic, including construction traffic. At the time of application of the sealing compound, the atmospheric and pavement temperature shall be above 50°F. and the weather shall not be rainy or foggy. The temperature requirements may be waived only when so directed by the Engineer. 605-3.2 EQUIPMENT. All equipment necessary for the proper construction of this work shall be on the project and in first-class working condition. The equipment shall be as recommended by the manufacturer of the filler and approved by the Engineer before construction is permitted to start. The heating apparatus for Type IV sealers shall consist of a heating kettle or tank, constructed as a double boiler, with a space between the inner and outer shells filled with oil, asphalt, or other material for heat transfer. The heater shall be equipped to provide positive temperature control of the sealing material. Direct methods of heating shall not be permitted. The material shall not be heated in excess of the temperature recommended by the manufacturer. Once the material has been heated, it shall be maintained at an even temperature until placed into the joint. The joint -pouring equipment for Type IV, shall consist of a hand -pouring pot or a mechanical -pouring kettle mounted on wheels with a pouring shoe or the pouring shoe may be mounted on a swivel jointed discharge line at the rear of a truck on which the mixing or heating unit is carried. The joint sealing equipment may be a power -driven apparatus capable of extruding the material as a continuous feed. The extruding nozzle tip of the machine shall be of such design as to fill the groove uniformly from the bottom to the top. The joint -sealing machine shall- include a mechanical mixer capable of thoroughly mixing the sealing components into a uniform, homogeneous mass. The equipment for cleaning joint openings shall consist of such plows, powered and hand brooms or wire brushes, air compressors, sand blasters, and, if necessary, joint cleaning and.grooving machines as are necessary to produce a satisfactory clean and dry joint. Similar equipment shall be provided for cleaning joints previously sealed. Sandblasting equipment shall include an air compressor, hose, and long -wearing, 1/4 -inch, venturi-type nozzles of proper size, shape, and opening. The air compressor shall be portable and shall be capable of furnishing not less than 150 ft.3/min. of air and maintaining a line pressure of not less than 90 lb/in2 at the nozzle while in use. Compressor capability under job conditions must be demonstrated before approval. Compressor shall be equipped with traps that will maintain the compressed air system free of oil and water. The nozzle or nozzles shall have an adjustable guide that will hold the nozzles aligned with the joint about one inch above the pavement 831324 - 177 - L - C'M.CI WI 1 ANn r surface. The height, angle of inclination, and size of the nozzles shall be adjusted as necessary to secure satisfactory results. 605-3.3 PREPARATION OF JOINTS. Immediately before filling, the joints shall be thoroughly cleaned of all laitance, curing compound, protrusions of hardened concrete, dirt, dust, and other objectionable material. The joint shall be plugged or sealed off to prevent entrance of the sealant below the depth specified. The material used to seal off the lower portion of the joint shall be readily compressible, nonshrinkable, nonreactive with the sealing compound, nonabsorptive type such as butyl or neoprene foam rubber, and shall not be stretched during insertion in the joint. When the expansion joints have been cleaned, a nonreactive adhesive -backed tape shall be inserted. The tape shall be 1/8 -inch wider than the nominal width of the joint to prevent contact of the newly installed sealant with the existing expansion material. When it is necessary to seal random cracks, they shall be cut, grooved, and cleaned in a manner satisfactory for sealing by methods and equipment similar to that used for the joints. 605-3.4 PREQUALIFICATION OF THE BIDDER. Each bidder shall furnish to 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 will be available for the work, and a list of key personnel that would be available, along with key personnel resume's which testify to their past experiences with similar projects. Failure to provide the Owner with statements attesting to the bidder's qualifications and experience can result in disqualification of the bidder. 605-3.5 PLACING JOINT SEALER. Sufficient joint sealer shall be placed into the joints so that upon completion of the work, the surface of the sealer in the joint shall be within 1/8 inch but below the level of the adjacent pavement surface, or at the elevation as directed by the Engineer. The Contractor shall "spot -up" or refill all unsatisfactory joints before final acceptance. Any excess filler on the surface of the pavement shall be removed and the surface shall be left in a clean condition. 605-3.6 FIELD TEST. Before sealing the joints, the Contractor shall be required to demonstrate that the equipment and procedures for preparing, mixing, and placing the sealing compound will produce a satisfactory joint seal. The demonstration shall include a preparation of at least two small batches and the application of the resulting material. During the course of the work, any batches that do not have good consistency for application shall be rejected. 831324 - 178 - L 1 605-3.7 LABORATORY TEST. Joint sealants will be tested for conformance with the referenced specifications. If the use of a primer is recommended for the proposed sealing system, the laboratory tests for bond will be conducted utilizing the proposed primer in accordance with the manufacturer's instruction. The cost of the first test of samples from each lot of joint sealant will be borne by the Owner. If the sample fails to meet specification requirements, the material represented by the sample shall be replaced, and the new material will be deducted from payments due the Contractor. The laboratory conducting tests shall be a laboratory experienced in such work, and the Contractor may be required to furnish evidence of same. ResultsIof tests, certified by the laboratory, will be furnished to the Owner prior to the beginning of the work. METHOD OF MEASUREMENT When required in the construction of concrete measurement will be made for direct payment furnishing and installing shall be considered a the completion of the construction. Complete pay concrete pavement until acceptable joint sea' sealant which is not completely bonded to the cc wall, or develops cohesive failures within the entrapped air, or fails to set to a tack -free cc be rejected. Sealant may be rejected at any time the project. Sealant which is rejected shall wasted, and replaced in a manner satisfactory to BASIS OF PAYMENT pavements or structures, no of filler, as the cost of s a subsidiary obligation in ment will not be made for the s are completed. In -place ncrete surfaces of the joint sealant, or contains voids or indition within 25 hours will prior to final acceptance of be removed from the joint, the Engineer. No -separate payment will be made for joint sealing filler. 831324 - 179 - .._I`. CI. A.IA r 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 is placed 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 1z" 100 1" 90-100 }" 25-60 #4 0-10 83-1323 - 180 - 1W r 610-2.3 FINE AGGREGATE.The,fine aggregate,yfor concrete shall meet the requirements of AASHTO M 6r 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 (square openings) Percentage by weight 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 entrainingportland 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 the 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. 83-1323 - 181 - IJ CM CL5E`1LLL{AN E�CINFF PIS qN 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. 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 M 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 inspection 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. 83-1323 - 182 - J r \1 r'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 range aggregate bags) gallons) aggregate aggregate (inches) Gravel 6 35 1070-1190 3210. 2-5 Crushed stone 6 38 1220-1360 3200 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 83-1323 - 183 - J 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 T 152. 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 truck mixers. 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. 83-1323 - 184 - i MrCLELLNQ 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 of 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 as shown on the Plans, and shall be firmly held in Bars shall be fastened together at intersections. supported by approved metal chairs. Shop drawings, shall be supplied by the Contractor when required. shall be accurately placed, position during concreting. The reinforcement shall be lists, and bending details 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 83-1323 - 185 - J 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 work disclosed after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if the surface of the concrete is bulged, uneven, or shows honeycomb, which in the opinion of the Engineer cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor. 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 finish. If forms can be removed surface shall be pointed and wetted all irregularities are removed. I rubbed, a carborundum stone shal approved, the finishing can be done of exposed concrete shall be a rubbed while the concrete is still green, the and then rubbed with a wooden float until f the concrete has hardened before being be used to finish the surface. When 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 curea 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. 83-1323 - 186 - 1 M C El AN '-'PcN� r 610-3.17 DRAINS OR DUCTS. r,Drainage pipes,.,,conduits, and ducts that are to be encased in concrete shallbeetinstalled 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 40°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. Not applicable METHOD OF MEASUREMENT " 610-4.1 Not applicable. 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. 83-1323 -187- L /MCEl4ANN0 P-620 TAXIWAY AND APRON PAINTING DESCRIPTION 620-1.1 This item shall consist of the painting of markings and stripes on the surface of the taxiway and apron applied in accordance with these Specifications and at the locations shown on the Plans, or as directed by the Engineer. Generally, marking shall consist of stripes for: the taxiway centerline; and positioning marks for tie -down parking on the east side apron. MATERIALS 620-2.1 PAINT. Paint shall meet the requirements of Federal Specification TT -P-001952 for acrylic emulsion paint. CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only upon a dry surface, when the atmospheric temperature is above 45 degrees F, and when the weather is not foggy or windy. 620-3.2 EQUIPMENT. All equipment for the work shall be approved by the Engineer and shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, and such auxiliary hand painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray -type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall be designed so as to apply markings of uniform cross sections and clear-cut edges without running or spattering. 620-3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material which would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt, laitance, and loose materials. 620-3.4 LAYOUT OF MARKINGS. On those sections of pavement where no previously applied markings are available to serve as a guide, the proposed markings shall be laid out in advance of the paint application. 83-1323 - 188 - J ►,_' EAA�'I 620-3.5 APPLICATION. Markings shall be applied at the location and to the dimensions and spacing shown'on the Plans. Paint shall not be applied until the layout and condition of the surface have been approved by the Engineer. The paint shall be mixed in accordance with the manufacturer's instructions and applied to. the pavement with a marking machine at the rate of 110-140 square feet per gallon. The addition of thinner will not be permitted. A minimum period of 24 hours shall elapse between placement of a bituminous surface course or seal coat and application of the paint. Additional delays prior to painting may be required if a "test strip" of paint indicates poor adherence. The edges of the markings shall not vary from a straight line more than 1/2 inch in 50 feet and the dimensions shall be within a tolerance of plus or minus 5 percent. Glass spheres shall be distributed to the surface of the marked areas immediately after application of the paint. A dispenser shall be furnished which is properly designed for attachment to the marking machine and suitable for dispensing glass spheres. The spheres shall be applied at the rate of 10 pounds per gallon of paint. The Contractor shall furnish certified test reports for the materials shipped to the project. The reports shall not be interpreted as a basis for final acceptance. The Contractor shall notify the Engineer upon arrival of a shipment of paint to the job site. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the airport or destroyed until authorized by the Engineer. 620-3.6 PROTECTION. After application of the paint, all markings shall be protected from damage until the paint is dry. All surfaces shall be protected from disfiguration by spatter, splashes, spillage, or drippings of paint. METHOD OF MEASUREMENT 620-4.1 The quantity of taxiway and tie -down markings to be paid for shall be one complete item in place performed in accordance with the Specifications and accepted by the Engineer. BASIS OF PAYMENT 620-5.1 Payment shall •be made at the contract lump sum for taxiway and tie -down painting. 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. 12 Taxiway Painting, per lump sum. Bid Item No. 37 Tie -Down Painting, per lump sum. 83-1323 - 189 - 1 niw E GINti r D-701 PIPE FOR STORM SEWERS AND CULVERTS DESCRIPTION 701-1.1 This item shall consist of pipe of the types, classes, sizes, and dimensions required in these Specifications or 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, common and special 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. Trenching for piping shall not be performed until all compacted earthen embankments have been completed, but prior to constructing the compacted crushed aggregate base course. 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 or Class IV (as shown on the Plans), Wall B. 701.2-12 RUBBER GASKETS. Rubber gaskets for rigid pipe shall conform to the requirements of ASTM C443. 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 dandle the pipe while unloading and placing it in its final position without damage to the pipe. The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction of the pipe bed and the backfill, as specified. 83-1323 - 190 - icaVt GNCI EL'k5 8 i CONSTRUCTION M1ETHOOS 701-3.2 EXCAVATION (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 utilized to construct embankment for sideslopes or stockpiled, 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 is shown on the Plans. 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 the top of the pipe, when placed, shall be a width which will permit the proper construction of joints and compaction of backfill around the pipe. The sides of the trench shall be vertical, unless otherwise approved by the Engineer. The maximum allowable width of the trench shall not exceed 12 inches on each side of the pipe when placed, unless otherwise approved by the Engineer. 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 one operation but shall be done in successive stages as determined by the 83-1323 - 191 - J 1�-®I ®'..§�� f N r 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 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. 701-3.6 PIPE JOINTS. Pipe joints for concrete pipe shall be the bell and spigot type. The following method of jointing pipe shall be used: (a) Rubber Gaskets. The gaskets shall be installed in accordance with the manufacturer's 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 pavement sections, 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 83-1323 - 192 - i 1 71 i I the top shall be material.•.,which can be readily compacted. It shall not contain stones retained ori"`a 3 -inch sieve, 'frozen lumps, chunks of highly plastic clay, or any other material which is 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 compacted .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. 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 has been completed, the Contractor shall dispose of all surplus material, earth, and rubbish. Surplus earthen material 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.. 83-1323 - 193 - w. GIN ELL 8 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. Payment will be made under: Bid Item No. 13 12 -inch Bid Item No. 14 18 -inch Bid Item No. 15 21 -inch Reinforced Concrete Pipe, per linear foot. Reinforced Concrete Pipe, per linear foot. Reinforced Concrete Pipe, per linear foot 83-1323 - 194 - J y CEl LANQ - tbCC to t I\u r 0-705 UNDERDRAIN SYSTEM DESCRIPTION 705.1.1 This item shall consist of a combination of rock -filled trench and pipe underdrains of the type, 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. Underdrain pipe material will be utilized only outside of paved areas. Underdrains under pavements will consist of a rock -filled trench (where the rock has been wrapped in filter fabric). The item shall include in the bid price per linear foot in place, the cost of excavation, the cost of furnishing and installing all trench bracing, all fittings required to complete the underdrain as shown on the Plans, the material for the' making of all joints, including all connections to structures, filter rock, and filter fabric material. MATERIALS 705-2.1 GENERAL. The pipe shall be of the type called for on the Plans or in the Proposal. 705-2.11 PERFORATED PVC PIPE. Perforated PVC pipe shall conform to the requirements of the Plans. 705-2.12 MORTAR. Mortar for pipe connections to drainage structures shall be composed of 1 part, by volume, of portland cement and 2 parts of mortar sand. The portland cement shall conform to the requirements of AASHTO M85, Type 1. The sand shall conform to the requirements of AASHTO M 45. Hydrated lime may be added to the mixture of sand and cement in an amount equal to 15% of the weight of cement used. The hydrated lime shall meet the requirements of ASTM C-6. 705-2.13 POROUS BACKFILL (FILTER ROCK). Porous backfill shall be free of clay, humus, or other objectionable matter, and shall also conform to particle. size specified. 83-1323 - 195 - Sieve Designation (square openings) Percentage by weight passing sieves ..................................... 1 inch............5...................... 3/8 inch...... . . . . • • •5 • • • S S...... No. 4....... . . . . . . . . . . . . . . . . . . . . . . . . . . No. 8....... . . . . . . . . . . . . . . . . . . . . . . . . . No. 16 ............................S....., No. 50....... . . . . . . . . . . . . . . . . . . . . . . . . No. 100....... . . .. . . . . ........ . . . . . . . 100 90 - 100 25 - 60 5-40 0-20 705-2.14 FILTER FABRIC. Filter fabric to line the underdrain trench shall be of the type and size shown on the Plans, or an "equal", as approved by the Engineer prior to installation. 705-3.1 EQUIPMENT. All equipment necessary and required for the proper construction of underdrains 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 equipment to obtain the required compaction of the backfill, as specified. 705-3.2 EXCAVATION. The Contractor shall do all necessary excavation to the depth shown on the Plans. The excavation shall be unclassified and shall be performed regardless of the material encountered. When rock or noncushioning material is cushion at least 4 inches thick shall bottom of the pipe. The cushion shall granular material. The cost of furnish shall be included in the bid price per encountered, the bottom of the trench section as far as is practicable. encountered in trench be placed between the consist of clean sand ng and placing the cu! linear foot of pipe. shall be excavated to excavation, a rock and the or equivalent ;hion material When rock is a horizontal Excavated material not required or acceptable for backfill shall be utilized to construct sideslope embankment or stockpiled as directed by the Engineer. The excavation shall not be carried below the required depth; when this is done, 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 by the control methods stated elsewhere in these Specifications. 83-1323 - 196 - 1 Mccl ELLA6 1I ON I i The elevations shown on the Plans are at the flowline of the trench, or the invert of the pipe. 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 shall be as shown on the Plans. 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 be removed by the Contractor. The shoring shall be pulled as the granular backfill is placed and compacted to avoid any unfilled spaces between the trench wall and the backfill material. The cost of bracing, sheathing, or shoring, and the removal of same, shall be included in the unit price bid per foot for the underdrain system. 705-3.3 LAYING AND INSTALLING PIPE. (a) PVC Pipe. The Contractor shall provide the necessary lines and supports to insure installation of the pipe to line and grade, as shown on the Plans. 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. When bell and spigot pipe is used, the bells shall be laid upgrade. Holes in perforated pipe shall be placed down. The pipe shall be firmly and accurately set to line and grade so that the invert will be smooth and uniform. Pipe shall not be laid on frozen ground. - Pipe which is not true in alignment, or which shows any settlement after laying, shallbetaken up and relaid without extra compensation. (c) All types of Pipe. The upgrade end of pipelines shall be capped with filter fabric, as shown on the Plans. Pipe outlets for the underdrains shall be constructed as shown on the Plans. The pipe shall be laid with tight -fitting joints. Porous backfill is not required around or over pipe outlets for underdrains. All connections to other drainage pipes or structures shall be made as required and in a satisfactory manner. 83-1323 - 197 - J r 705-3.4 MORTAR. The mortar shall be of the desired consistency for caulking and filling the joints of the pipe and for making connections to other pipes or to structures. Mortar that is not used within 45 minutes after water has been added shall be discarded. Retempering of mortar shall not be permitted. 705-3.5 FILTER FABRIC. Filter fabric shall be sized and installed in strict accordance with the manufacturer's recommendations regarding its use in the specified type of application. 705-3.6 BACKFILLING. (a) Earth. All trenches and excavations shall be backfilled within a reasonable time after the pipes are installed, unless other protection of the pipe is directed. The backfill material shall be selected material from excavation; material which is placed within a nominal pipe diameter distance 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 is 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. Special care shall be taken in placing the backfill. Great care shall be used to obtain thorough compaction under the haunches and along the sides to the top of the pipe. The backfill shall be placed in loose layers not exceeding 6 inches in depth under and around the pipe, and not exceeding 8 inches over the pipe. Backfilling shall be done in a manner to avoid injurious top or side pressures on the pipe. In embankments and for other areas outside of pavements, 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. (b) Granular Material. Where granular backfill is required, its placement in the trench shall be as shown on the Plans. Special care shall be taken in placing the backfill. The granular backfill shall not contain a damaging amount of foreign matter, nor shall earth from the sides of the trench or from the windrow be allowed to filter into the backfill. The granular backfill shall be made to the elevation of the trench, as shown on the Plans. Where perforated pipe is specified, granular backfill material shall be placed along the full length of the pipe. The position of the granular material shall be as shown on the Plans. The depth of granular backfill shall be not less than 12 inches, measured from the flowline of the trench. During subsequent construction operations, this minimum backfill of 12 inches of depth shall not be disturbed until such time as the underdrains are to be completed. When the underdrains are to be 83-1323 - 198 - J rM C E t 8 1 I S v. 46_�N r completed, the unsuitable material shall be remc ed until the porous backfill is exposed. That part of the porous backfill which contains objectionable material shall be removed and replaced with suitable material. The cost of removing and replacing any such unsuitable material shall be borne by the Contractor. 705-3.7 CONNECTIONS. When the Plans call for connections to existing or proposed pipe or.structures, these connections shall be watertight and made so that a smooth uniform flow line will be obtained throughout the drainage system. 705-3.8 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. in sideslope embankment or stockpiled 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. 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 underdrain. METHOD OF MEASUREMENT 705-4.1 The footage of underdrain trench (including pipe, where required) to be paid for shall be the number of linear feet of underdrain in place, completed, and approved to be measured along the centerline of the trench from end or inside face of structure to the end or inside face of structure, whichever is applicable. All pipe fittings shall be included in the footage as typical of the underdrain trench being measured. BASIS OF PAYMENT 705-5.1 Payment will be made at the Contract unit price per linear foot'for the underdrain system of the type and size designated. Prices shall be full compensation for furnishing all materials including filter fabric, pipe, clean -outs, filter rock, etc., and for all preparation, hauling, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Bid Item No. 19 Underdrain System, per linear foot. 83-1323 -199- 1 D-751 MANHOLES, STORM INLETS, AND WATER VALVE BOXES DESCRIPTION 751-1.1 This item shall consist of manholes, storm inlets, and water valve boxes, 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. Structures may be either pre -cast or cast -in -place concrete. Brick construction will not be permitted. MATERIALS 751-2.2 MORTAR. Mortar shall be composed of 1 part of portland cement and 2 parts of mortar sand, by volume. The portland cement shall conform to the requirements of AASHTO M 85. The sand shall conform to the requirements of AASHTO M 45. Hydrated lime may be added to the mixture of sand and cement in an amount not to exceed 15% of the weight of cement used. The hydrated lime shall meet the requirements of ASTM C 6. The water shall be clean and free of deleterious amounts of acids, alkalies, or organic material. If the water is of questionable quality, it shall be tested in accordance with AASHTO T 26. 751-2.3 CONCRETE. Plain and reinforced concrete used in structures, connections of pipes with structures, and the support of structures or frames shall conform to the requirements of Item P-610. 751-2.4 PRECAST CONCRETE PIPE MANHOLE RINGS. Precast concrete pipe manhole rings shall conform to the requirements of ASTM C-478. The risers and offset cone sections shall conform to details shown on the Plans. 751-2.5 PRECAST CONCRETE WATER VALVE BOX. Precast concrete water valve boxes shall conform to the requirements of the Plans regarding size, strength, location, and materials. 751-2.6 FRAMES, COVERS, AND GRATES. The castings shall conform to one of the following requirements: (a) Gray iron castings shall meet the requirements of AASHTO M 105. (b) Malleable iron castings shall meet the requirements of AASHTO M 106. (c) Steel castings shall meet the requirements of AASHTO M 103. (d) Structural steel for grates and frames shall conform to the requirements of AASHTO M 94. 83-1323 - 200 - J 1�/ !�C444"C E r All castings or structurdl..steel units shall conform to the dimensions shown - on the Plans and shall be designed to.support'the loadings specified. Each frame and cover or grate unit shall be provided with fastening members to prevent it from being dislodged by traffic but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned and given two coats of approved bituminous paint. After fabrication, structural steel units shall be galvanized to meet the -requirements of AASHTO M 111. 751-2.7 STEPS. The steps or ladder bars shall be gray, or malleable cast iron, galvanized wrought iron, or galvanized steel. Wrought iron shall meet the requirements of AASHTO M 100. The steps shall be the size, length, and shape shown on the Plans and those steps that are not galvanized shall be given a coat of bituminous paint, when directed. CONSTRUCTION METHODS 751-3.1 EXCAVATION. (a) The Contractor shall do all excavation for structures and structure. footings 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 approximately 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 is to be placed. Y (c) The Contractor shall do all bracing, sheathing, or shoring necessary to implement 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 the structure. (d) Unless otherwise provided, bracing, sheathing, or shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner which will 83-1323 - 201 - L J r not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. (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. 751-3.3 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations, conforming to the dimensions and form indicated on the Plans. The construction shall conform to the requirements specified in Item P-610. Any reinforcement required shall be placed as indicated on the Plans and shall be approved by the Engineer before the concrete is poured. All invert channels shall be constructed and shaped accurately so as to be smooth, uniform, and cause minimum resistance to flowing water. The interior bottom shall be sloped downward toward the outlet. 751-3.4 PRECAST CONCRETE PIPE STRUCTURES. Precast concrete pipe structures shall be constructed on prepared or previously placed slab foundations and shall conform to the dimensions and locations shown on the Plans. All precast concrete pipe sections necessary to build a completed structure shall be furnished. The different sections shall fit together readily, and all jointing and connections shall be cemented with mortar. The top of the upper precast concrete pipe member shall be suitably formed and dimensioned to receive the metal frame and cover or grate, or other cap, as required. Provision shall be made for any connections for lateral pipe, including drops and leads that may be installed in the structure. The flow line shall be smooth, uniform, and cause minimum resistance to flow. The metal steps which are embedded or built into the side walls shall be aligned and placed at vertical intervals of 16 inches. 751-3.6 INLET AND OUTLET PIPES. Inlet and outlet pipes shall extend through the walls of the structures for a sufficient distance beyond the outside surface to allow for connections but shall be cut off flush with the wall on the inside surface. For concrete structures, the mortar shall be placed around these pipes so as to form a tight, neat connection. 751-3.7 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES, AND FITTINGS. All castings, frames, and fittings shall be placed in the positions indicated on the Plans or as directed by the Engineer, and shall be set true to line and to correct elevation. If frames or fittings are to be set in concrete, all anchors or bolts shall be in place and position before the concrete is placed. The unit shall not be disturbed until the concrete has set. When the frames or fittings are to be placed upon previously constructed masonry, the bearing surface or masonry shall be brought true to line and grade and shall present an even bearing surface in order that the entire face or back of the unit will come in contact with the masonry. The unit shall be 83-1323 - 202 - 111 €:G€@4.58 1 set in mortar beds and anchored to the masonry ..as indicated on the Plans or as, directed and approved by the`Engineer. All unit"s shall set firm and secure. After the frames or fittings have been set in final position and the concrete has been allowed to harden for 7 days, then the grates or covers shall be placed and fastened down. 751-3.8 INSTALLATION OF STEPS. The steps shall be installed as indicated on the Plans or as directed by •the Engineer. When the steps are to be set in concrete, they shall be placed and secured in position before the concrete is poured. The steps shall not be disturbed or used until the concrete or mortar has hardened for at least 7 days. After this period has elapsed,. the steps shall be cleaned and painted, unless they have been galvanized. When steps are required with precast concrete. pipe structures, they shall be cast into the sides of the pipe at the time the pipe sections are manufactured or set in place after the structure is erected by drilling holes in the concrete and cementing the steps in place. 751-3.9 BACKFILLING. (a) After a structure has been completed, the area around it shall be filled with approved material, in horizontal layers not to exceed 8. inches in loose depth, and compacted to the density required in Item P-152. Each layer. shall be deposited all around the structure to approximately the same: elevation. The top of the fill shall meet the elevation shown on the Plans or as directed by the Engineer. (b) Backfilling shall not 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 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) Backfill shall not •be measured for direct payment. Performance of this work shall be considered as a subsidiary obligation of the Contractor covered under the contract unit price for the structure involved. 751-3.10 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 in sideslope embankments, or stockpiled 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. 83-1323 - 203 - L J LTAM{clE,L1ILANQ - €n N i.[DCN r METHOD OF MEASUREMENT 29 751-4.1 Manholes, storm inlets, and water valve boxes shall be measured by the unit. BASIS OF PAYMENT 751-5.1 The accepted quantities of manholes, storm inlets, and water valve boxes will be paid for at the contract unit price per each, complete and in place. This price shall be full compensation for furnishing all materials (including tapping saddles and corporation stops) and for all preparation, excavation, backfilling and placing of the materials; furnishing and installation of such specials and connections to pipes and other structures as may be required to complete the item as shown on the Plans; and for all labor, equipment, tools and incidentals necessary to complete the structure. Payment will be made under: Bid Item No. 33 Sanitary Sewer Manholes, per each. Bid Item No. 36 Water Valve Box w/Corporation Stops, per each. Bid Item No. 16 Reinforced Concrete Grate Inlets, per each Bid Item No. 17 Reinforced Concrete Curb Inlet, per each. 83-1323 - 204 - I , i n�ir.i�iioc Wi r... `D-752 CONCRETE HEADWALLS DESCRIPTION 752-1.1 This item shall consist of constructing a reinforced concrete headwall in accordance with these Specifications, at the specified location and conforming to the line, grade, and dimensions shown on the Plans or required by the Engineer. MATERIALS 752-2.1 CONCRETE. Reinforced concrete shall meet the 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. (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) 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. (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. E:c} tftl - 205 - J r 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 Item P-152, and as determined by FAA compaction control tests T-611. (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. (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 the headwall. 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 has been 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 has been 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 headwall shall be measured by the unit completed in place in accordance with the Plans and accepted. 83-1323 - 206 - ��Gl�,lr4"z E r • BASIS OF PAYMENT' 752-5.1 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. Payment will be made under: Bid Item No. 18 Reinforced Concrete Headwall, per each. 83-1323 -207- 05 EN GIN ELERS T-901 SEEDING DESCRIPTION 901-1.1 This item shall consist of seeding and fertilizing the areas shown on the moans 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 Bermuda (Common) Hulled Weeping Love Grass Tall Fescue (K-31) Pounds Per Acre 15 5 20 May 1 - August 31 Weeping Love Grass Bermuda (Common) hulled Fall Fescue (K-31) 5 20 15 83-1323 - 208 - 4rtiSULT NLi - nG i�coc J r September 1 - October 15 Tall Fescue (K-31) Annual Rye Crimson CLover (Dixie) 15 5 20 901-2.3 FERTILIZER: Fertilizer shall be a standard 10-20-10 commercial fertilizer. It 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 cyanamide 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. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be -repaired. The soil shall be relatively •free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed,, compacting, and establishing turf, and shall be approved by the Engineer. Payment for this work shall be made under the Bid Item for "Topsoiling". 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. 83-1323 209 - J r An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recently been thoroughly loosened and worked to a depth of not less than 5 inches as a result of grading operations and, if immediately prior to seeding, the top 3 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. (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. 83-1323 - 210 - C EL AN K •.,P� `. METHOD OF MEASUREMENT 901-4.1 The quantity of seeding and fertilizing 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 (including seed and fertilizer) 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. 20 Seeding and Fertilizer, per acre. 83-1323 - 211- ¼. r T-904 SODDING DESCRIPTION 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. Generally, sodding will be performed only around grate inlets located in unpaved areas. 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 shall conform to the requirements of 901-2.3. 904-2.4 WATER. The water shall be sufficiently free from oil, acid, alkali, salt, 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 are 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 83-1323 - 212 - J ��� NnJXJ 4ACNE 10 before starting the various;,; operations.,.tha;t-,.the application of required materials will be made at the'specified rates:' 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 be cut with approved 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. satisfactory results shall not be placed of drought with the to moisten the soil laying the sod. 83-1323 Sodding shall be performed only during the seasons when can be expected. Frozen sod shall not be used and sod upon frozen soil. Sod may be transplanted during periods approval of the Engineer, provided the sod bed is watered to a depth of at least 4 inches immediately prior to -213 - ,I hJflINFFR^IS G r 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 83-1323 - 214 - nit -I t R r 1 repaired to re-establish the,;.grade and the condition of the soil, as directed by the Engineer, and shall 'then be resodded as"'`s"pecified in 904-3.5. 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. BASIS OF PAYMENT 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. 21 Solid Sod, per square yard. 83-1323 - 215 - ,e F.%NX FAG8 r T-905 TOPSOILING DESCRIPTION 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, 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 herbaceous 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. Following acceptance of the bid, the Contractor may be required to take representative soil samples from several locations within the area to be stripped and to the proposed stripping depths, for testing purposes as specified in 905-2.1. CONSTRUCTION METHODS 905-3.1 GENERAL. Areas t topsoil is available on the be stripped of topsoil and these Specifications under 83-1323 o be topsoiled shall site. The location the stripping depths EXCAVATION. - 216 - be shown on the Plans. The of the stockpiles and areas to are shown on the Plans and in r Suitable equipment ground surface, str required materials Engineer before the necessary`;for pr ipping of topsoil, shall be on hand, various operations )per% preparation and treatment of the and for the handling and placing of all in good condition, and approved by the are started. 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 the area to shown on the Plans, s grades have not been surface left at the condition to prevent, pockets where water wi be topsoiled, which have been established by' others as call be maintained in a true and even condition. Where established, the areas shall be smooth-graded.and the prescribed grades in an even and properly compacted insofar as practical, the formation of low places or 11 stand. 905-3.3 •OBTAINING TOPSOIL. Prior to the stripping of topsoil from designated areas, any vegetation, briars, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shall be removed using methods approved by the Engineer. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means shall be removed. 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 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 more in diameter), roots, litter, or any foreign matter shall be raked up and 83-1323 - 217 - L. r 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 Topsoil shall be paid for by the number of cubic yards of material actually rehandled for placement. The pay quantity shall be calculated from "before" and "after" cross-sectional information using the "average end areas" method to the nearest 0.1 foot (on the stockpile). 905-5.1 Payment shall be made at the Contract unit price per cubic yard for topsoil (obtained from the stockpile). BASIS OF PAYMENT 905-5.1 This price shall be full compensation for furnishing all materials and for all preparation, testing, placing, and spreading of the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Bid Item No. 6, Topsoiling, per cubic yard 83-1323 - 218 - J _ Mri RIeun r L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS DESCRIPTION 108-1.1 This item shall consist of replacing the existing taxiway lighting system cables where they are to cross underneath the proposed connecting taxiway and placing them together in one of the raceways provided in the new 2 -way duct. New underground cables shall be furnished and installed in accordance with this Specification at the locations and in accordance with the design, dimensions, and details shown in the Plans. This item shall include the excavation and backfill of the trench and the installation of cable and counterpoise wire in duct. It shall include splicing, cable marking, and testing of the installation and all incidentals necessary to place the cables and wire in operating condition as a completed unit to the satisfaction of the Engineer. This.item shall not include the installation of the duct. EQUIPMENT AND MATERIALS 108-2.1 GENERAL. • (a) Airport lighting equipment and materials covered by - FAA specifications shall have the prior approval of the Federal Aviation Administration, Airports Service, Washington, D.C. 20591, and shall be. listed in Advisory Circular 150/5345-1,.Approved Airport Lighting Equipment. (b) All other equipment and materials covered by other referenced specifications shall be --subject to acceptance through manufacturer's certification of compliance with the applicable specification, when requested by the Engineer. 108-2.2 CABLE. Underground cable shall conform manufactured in accordance with the requirements shall be marked with the manufacturer's name or or catalog number, conductor size, and voltage r spaced at least every two feet and should not cable surface. to the requirements of Type C of IPCEA S-66-524. The cable trademark, cable trade names -ating. The markings shall be affect the smoothness of the Each underground cable shall be No. 8, AWG. The cable shall be a first -grade commercial product, free from defects in material and workmanship that may affect either life or performance. 108-2.3 BARE COPPER WIRE (Counterpoise). Bare copper wire for counterpoise installations shall be stranded wire conforming to ASTM Specifications B3 and B8, No. 6 AWG. 83-1323 - 219 - 1 fNfIN FLFRAS u qN 108-2.4 CABLE CONNECTIONS. In -line connections of underground primary cables shall be "cast splice". A cast splice, employing a plastic mold and using epoxy resin equal to that manufactured by Minnesota Mining and Manufacturing Company, "Scotchcast" Kit No. 82--A, or as manufactured by Hysol Corporation, "Hyseal Epoxy Splice" Kit No. E1135, for potting the splice is approved. 108-2.5 CONCRETE. Concrete for cable markers shall conform to Specification Item P-610, "Structural Portland Cement Concrete". CONSTRUCTION METHODS 108-3.1 GENERAL. The Contractor shall install the specified cable at the approximate locations indicated in the Plans. The Engineer shall approve specific locations. 108-3.2 INSTALLATION IN DUCT OR CONDUIT. This item includes the installation of the cable in duct as described below. The maximum number and voltage ratings of cables installed in each single duct and the current -carrying capacity of each cable shall be in accordance with the latest National Electric Code, or the code of the local agency having jurisdiction. The Contractor shall make no connections or joints of any kind in cables installed in conduits or ducts. The duct or conduit shall be installed as a separate item in accordance with Item L-110, "Installation of Airport Underground Electrical Duct." The Contractor shall make sure that the duct is open, continuous, and clear of debris before installing cable. The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture -seal tape before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a duct under the same contract, all cables shall be pulled in the duct at the same time. The pulling of a cable through ducts or conduits may be accomplished by handwinch or power winch with the use of cable grips or pulling eyes. Pulling tensions should be governed by recommended standard practices for straight pulls or bends. A lubricant recommended for the type of cable being installed shall be used where pulling lubricant is required. Duct or conduit markers temporarily removed for excavations shall be replaced as required. 108-3.3 TRENCHING. Trenches for cables 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. Road patrols or graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Cable trenches shall be excavated to the depth required as shown on the Plans. 83-1323 - 220 - 1 The Contractor shall excavate all. cable trenches inches. The trench shall be widened where robe installed parallel in the same trench. Unless Plans, all cables in the same location and ri direction shall be installed in the same trench. to a width not less than 6 than two cables are to be otherwise specified in the inning in the same general 108-3.4 INSTALLATION IN TRENCHES. The Contractor shall not use a cable plow for installing the cable. Mechanical. cable -laying equipment maybe used in conjunction with a trenching machine if specified on project Plans and Specifications; and it should provide for physical inspection of cable prior to backfilling. Sharp bends or kinks in the cable shall not be permitted. Not less than 1 foot of cable slack shall be left on each side of splices. The slack cable shall be placed in the trench in a series of S -curves. 108-3.5 BACKFILLING CABLE TRENCHES NOT UNDER PAVEMENT. After the cable has been installed, the trench shall be backfilled with a layer 3 inches deep, loose measurement, and the backfill shall be either earth or sand containing no mineral aggregate particles that would be retained on a 1/4 -inch sieve. This layer shall not be compacted. The second layer shall be 5 inches deep, loose measurement, and shall contain no particles that would be retained on a 1 -inch sieve. The remainder of the backfill shall be excavated or imported material and shall not contain stone or aggregate larger than 4 inches maximum diameter. The third and -subsequent layers of the backfill shall not exceed 8 inches in maximum depth, loose measurement. The second, and subsequent layers shall be thoroughly tamped and compacted to at least.the density of the adjacent undisturbed soil, and to the satisfaction of the Engineer. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. Cable trenches located under area to be paved shall, be backfilled entirely with compacted SB-2 crushed stone aggregate per the Plans. 108-3.6 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, pad construction, and other work shall be restored to its original condition. The' restoration shall include any necessary topsoiling, fertilizing and seeding, or sodding. All such work shall be performed in accordance with the FAA Standard Specifications, as revised for this Project. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. 108-3.7 CABLE MARKERS. The location of runway light circuits shall be marked by a concrete slab marker, 2 feet square and 4 inches thick, extending approximately 1 inch above the surface. - Cable markers shall be installed immediately above the cable at any required splices. The Contractor shall impress the words "CABLE" and "SPLICE" on each cable marking slab. The letters shall be approximately 4 inches high and 3 83-1323 - 221 - 1 M,rl Cu I /n an i r qN inches wide, with width of stroke 1/2 inch and 1/4 inch deep stenciled in the concrete. 108-3.8 SPLICING. Connections shall be of the cast splice type. They shall be made by experienced personnel regularly engaged in this type of work. Splices shall be made by using crimp connectors for jointing conductors. Molds shall be assembled, and the compound shall be mixed and poured in accordance with manufacturer's instructions and to the satisfaction of the Engineer. No splices are to be in ducts, conduits, or in circuits between light fixtures unless housed in a concrete electrical junction box, as shown on the Plans, with a special Splice Marker for box top. 108-3.9 BARE COUNTERPOISE WIRE INSTALLATION. As shown in the Plans, a stranded bare copper wire, No. 6 AWG size, shall be installed for lightning protection of the underground cables. The bare counterpoise wire shall be installed in the same trench and duct for the entire length of the insulated cables it is designed to protect, and where practicable, shall be placed at a distance of approximately 4 inches from the insulated cable. Splices of counterpoise wire shall be made with brass type compression connectors approved by the Engineer. 108-3.10 TESTING. The Contractor shall furnish all necessary equipment and appliances for testing the underground cable circuits after installation. The Contractor shall test and demonstrate to the satisfaction of the Engineer the following: (a) That all lighting power circuits are continuous and free from short circuits. (b) That all circuits are free from unspecified grounds. (c) That the insulation resistance to ground of all nongrounded series circuits is not less than 50 megohms. (d) That the insulation resistance to ground of all nongrounded conductors of multiple circuits is not less than 50 megohms. (e) That all circuits are properly connected. (f) That all circuits are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. 83-1323 -222- METHOD OF MEASUREMENT. -,r.. 108-4.1 The quantity of trench to be paid for shall be the linear feet of trench, including the excavation, backfill, and reconditioning, completed, measured as excavated, and accepted as satisfactory. This work shall be paid for as a part of the payment for cable, and/or counterpoise wire; separate and direct payment for trenching will not be made. 108-4.2 The footage of cable or counterpoise wire installed in trench to be paid for shall be the number of linear feet of cable or counterpoise wire installed in trenches measured in place, completed, ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable or counterpoise wire installed in trench. 108-4.3 The footage of cable or counterpoise wire installed in duct or conduit to be paid for shall be the number of linear feet measured in place, completed, ready for operation, and accepted as satisfactory. Separate measurement shall be made for each underground electrical duct. BASIS OF PAYMENT 108-5.1 Payment will be made at the contract unit price for cable and bare counterpoise wire installed in trench or duct in place by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment for cable shall include trenching, backfill, and all other miscellaneous items associated with a complete installation. Payment will be made under: Bid Item No. 22 Underground Cable, installed in trench or duct, per linear foot. Bid Item No. 23 Bare Counterpoise Wire, installed in trench or duct, per linear foot. 83-1323 - 223 - r 10 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. 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 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 83-1323 - 224 - L J r '. 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, except PVC conduit installed under the east side apron area, shall be encased in a concrete envelope. 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 be 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 wherethe 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. 110-3.3 CONDUITS WITHOUT CONCRETE ENCASEMENT. Trenches for single -conduit lines shall be not less than 6 inches nor more than 12 inches wide, and the trench for 2 or more conduits installed at the same level shall be proportionately wider. Trench bottoms for ducts without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the duct along its entire length. 83-1323 - 225 - L i r The bedding material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a 1/4 -inch sieve. The bedding material shall be tamped until firm. Unless otherwise shown in the Plans, conduit for direct burial shall be installed so that the tops of all ducts are at least 24 inches below the finished grade. When two or more conduits are installed in the same trench without concrete encasement, they shall be spaced not less than 2 inches apart (measured from outside wall to outside wall) in a horizontal direction. Trenches shall be opened the complete length before conduit is installed so that if any obstructions are encountered, proper provisions can be made to avoid them. PVC conduits installed under the east side apron area, shall be embedded in 8 -inches of sand, hand tamped around the conduits. The remaining trench shall be backfilled with crushed aggregate, Item P-209. 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 located above the ends of all ducts or duct banks, except where ducts terminate in a handhole, manhole, or building. The Contractor shall impress the work "DUCT" on each marker slab. He shall also impress 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 SB-2, 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 SB-2 crushed stone aggregate, compacted to the required density. 83-1323 - 226 - ¼. 1 u s' E.L•. 110-3.6 RESTORATION. Where,isod 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 this item shall be the number of linear feet of each place, completed, and accepted. Separate measurement various types and sizes. BASIS OF PAYMENT to be paid for under installed, measured in shall be made for the 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 (except SB-2 backfill, which shall be paid for under Item P-209, crushed aggregate) 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. 24 2 -Way Underground Electrical Duct, per Linear Foot. Bid Item No. 28 2" Rigid Conduit, per Linear Foot. Bid Item No. 29 3" Rigid Conduit, per Linear Foot. Bid Item No. 30 Concrete Electrical Junction Box, per each. 83-1323 - 227 - r L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS DESCRIPTION 125-1.1 This item cancels and replaces the items listed in paragraphs 11--125-1.8. 125-1.2 Item L-114, Installation of Medium Intensity Runway and Taxiway Lights with Stake Mounting. 125-1.3 Item L-116, Installation of Medium Intensity Runway and Taxiway Lights with Stake Mounting. 125-1.4 Item L-120, Installation of Internally Lighted Taxiway Guidance Signs. 125-1.5 Item L-121, Installation of High Intensity Runway Lights. 125-1.6 Item L-122, Installation of Airport Low Intensity Lighting System. 125-1.7 Item L-123, Installation of Touchdown Zone Lights, Inset and Base Mounted. 125-1.8 Item L-124, Installation of Runway Centerline and Taxiway Turnoff Lights. 125-1.9 This item shall consist of airport lighting systems furnished and installed in accordance with this Specifications, the referenced specifications, and the applicable advisory circulars. The systems are installed at the location and in accordance with the dimensions, design, and details shown in the Plans. This item shall include the furnishing of all equipment, materials, services, and incidentals necessary to place the systems in operation as completed units to the satisfaction of the Engineer. 125-1.10 Additional details pertaining to a specific system covered in this itemare contained in the advisory circulars listed in paragraphs 125-1.11--125-1.16. 125-1.11 AC 150/5340-4, Installation Details for Runway Centerline and Touchdown Zone Lighting Systems. 125-1.12 AC 150/5340-13, High Intensity Runway Lighting System. 125-1.13 AC 150/5340-14, Economy Approach Lighting Aids. 125-1.14 AC 150/5340-15, Taxiway Edge Lighting System. 83-1323 - 228 - 125-1.15 AC 150/5340-16, 125-1.16 AC 150/5340-, 125-2.1 GENERAL. Medium Intensity Taxiway Guidance Runway,: Lighting System. Sign System. EQUIPMENT AND MATERIALS (a) Airport lighting equipment and materials covered by FAA specifications shall have the prior approval of the Federal Aviation Administration, Airports Service, Washington, D.C. 20591, and shall be listed in Advisory Circular 150/5345-1, Approved Airport Lighting Equipment. (b) All other equipment and materials covered by other referenced specifications shall be subject to acceptance through the manufacturer's certification of compliance with the applicable specifications. (c) Lists of the equipment and materials required for a particular system are contained in the applicable advisory circulars. (d) This item shall consist of providing and installing medium intensity lights, transformers and associated equipment and relocating 3 existing medium intensity taxiway lights. Lighting fixtures shall be identified as shown on the Plans with noncorrosive discs with permanent numbers at least 2 inches high. The medium intensity elevated taxiway lights shall be stake mounted and shall be equipped with breakable couplings and disconnect plugs, blue lenses and 30 watt 6.6 amp clear lamps. Light placement shall be as indicated on the Plans. These lights and required cabl-e splice location are indicated on the Plans. All cable splices shall be the cast type such as Scotchcast No. 82-A. Installation of the taxiway lights includes any excavation required between the light fixture and the offset cable trench. 125-2.2 TAPE. Rubber and plastic electrical tapes shall be Scotch Electrical Tape Numbers 23 and 88, respectively, as manufactured by the Minnesota Mining and Manufacturing Company, or an approved equal. 125-2.3 CONCRETE. 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. 125-2.4 CONDUIT. Rigid steel conduit and fittings shall conform to the requirements of Fed. Spec. WW -C-581. 83-1323 -229- L I W _ M[CLELLAND J 125-2.5 SQUEEZE CONNECTORS. Squeeze connectors, if specified, shall be equal to Crouse -Hinds Company, type CGB cable connector with neoprene rubber bushing. 125-2.6 TEES. Large radius bend tees, if specified, shall be equal to Crouse -Hinds Company No. ET -43. CONSTRUCTION METHODS 125-3.1 GENERAL. The installation and testing details for the systems shall be as specified in the applicable advisory circulars. 125-3.2 PLACING LIGHTS. The light fixtures shall be installed at the approximate location indicated in the Plans. The exact location shall be as directed by the Engineer. METHOD OF MEASUREMENT 125-4.1 The method of measurement shall be the number of lights installed or relocated. BASIS OF PAYMENT 125-4.2 Basis of payment shall be in accordance with the unit price bid. Payment will be made under: Bid Item No. 26 New Medium Intensity Taxiway Lights, per each. Bid Item No. 27 Relocate Existing Medium Intensity Taxiway Lights, per each. 83-1323 - 230 - i r EAST SIDE FLOODLIGHTS=' DESCRIPTION This item shall consist of furnishing and installing 5 steel light poles with concrete bases and 2 floodlight fixtures per pole. Included in this item are two 2 -pole, 20 -amp branch circuit breakers to be installed in an existing panelboard and direct buried branch circuit conductors installed in trench, as shown on the Plans. MATERIALS Materials shall be as specified on the Plans. Should the Contractor propose to substitute a different floodlight fixture for those specified, he shall be required to obtain approval for the proposed substitution from the Engineer prior to opening of bids. In the case sufficient information, including a detailed analysis of photometry showing spot lighting levels, average lighting level, uniformity, etc., shall be submitted to the Engineer for his review at least 14 calendar days prior to bid opening. CONSTRUCTION METHODS Construction shall conform to the details shown on the Plans and to. the National Electrical Code. METHOD OF MEASUREMENT Payment for the floodlight installation shall be made for the number of complete pole units installed. 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. Payment shall be made under: Bid Item No. 25 Light Poles, complete, per each. 83-1323 - 2 31 - SOIL STABILIZATION FABRIC DESCRIPTION This item shall consist of furnishing and installing soil on the aprons and taxiway subgrade as required. The soil shall be placed over areas which have become too wet or 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 any, fabric will be needed for this project. MATERIALS stabilization fabric stabilization fabric soft to support the as directed by the and backfill with small quantity, if The soil stabilization fabric shall be equal to Fibertex Ten -2 or Mirafi 50OX woven polyprophylene or Fibertex 200, Typar 3401 and TREVIRA S-1120 non -woven fabrics. Other fabrics must be approved by the Engineer upon 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 Contractor shall install the fabric per the manufacturer's recommendations. Should the fabric be damaged during installation, the damaged section should be exposed and a patch of fabric placed over it. The patch should be large enough to overlap onto unaffected areas by 4 feet. The borrow material is then to be replaced and compacted. Initial compaction should be made by "walking" a tracked bulldozer back and forth over the just -spread aggregate while waiting for the next load. Do not grade down ruts; simply fill with additional material and compact. 83-1323 - 232 - METHOD OF MEASUREMENT,," Payment for the soil stabilization fabric shall be made for the number of square yards 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. Payment shall be made under: Bid Item No. 7 Soil Stabilization Fabric, per square yard 83-1323 - 233 - e J U TIE DOWN ANCHORS DESCRIPTION This item shall consist of furnishing and installing all materials required for the construction of tie -down anchors in accordance with the detail shown on the Plans. MATERIALS The concrete utilized for construction of the tie -down anchors shall conform to the requirements of these Specifications listed under Item P-610, Structural Portland Cement Concrete. The steel anchors, eye -lets, cable, and connectors shall conform to the requirements shown in detail on the Plans. CONSTRUCTION METHODS The tie -down anchors shall be located as shown by detail in the Plans, following the construction methods required under Item P-610, Structural Portland Cement Concrete. METHOD OF MEASUREMENT Tie -down anchoring system shall be measured by the lump sum. BASIS OF PAYMENT The accepted tie -down anchoring system will be paid for at the Contract unit price, complete and in place. This price shall be full compensation for furnishing all materials and for all preparation, excavation, and placing of the materials; furnishing and installation of specials as may be required to finish the work as shown on the Plans; and for all labor, equipment, tools, and incidentals necessary to complete the structure. Payment will be made under: Bid Item No. 11, Tie -Down Anchoring System, Lump Sum. 83-1323 - 234 - J r POTABLE, 'WATER AND SANITARY' SEWER PIPING DESCRIPTION These items shall consist of furnishing and installing potable water and sanitary sewer piping as shown on the Plans. This work is generally confined to the vicinity of the East Side Apron area. MATERIALS PIPE. Pipe shall be.of the type called out on the Plans. 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. 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 EXCAVATION (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 utilized to construct embankment for sideslopes or stockpiled, 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 83-1323 - 235 - r 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 is shown on from that shown on the Plans, revision in the Contract unit depth of cut is changed more involved, whether increased supplemental agreement. the Plans. In case the depth of cut is changed the change shall not exceed 6 inches without a price per linear foot of pipe. However, if the than 6 inches, compensation or deduction of work or decreased, shall be provided for in a The minimum width of the trench at the top of the pipe, when placed, shall be a width which will permit the proper construction of joints and compaction of backfill around the pipe. The sides of the trench shall be vertical, unless otherwise approved by the Engineer. The maximum allowable width of the trench shall not exceed 12 inches on each side of the pipe when placed, unless otherwise approved by the Engineer. 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 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. LAYING AND INSTALLING PIPE. The Contractor shall provide the necessary 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 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 83-1323 - 236 - L J T excessively wide in relation,,, to the longitudinal,A*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. • 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 pavementtsections, 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 is 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 compacted 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. 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.. CLEANING AND RESTORATION OF SITE. After the backfill has been completed, the Contractor shall dispose of all surplus material, earth, and rubbish.- Surplus earthen material may be deposited as ordered by the Engineer. 83-1323 - 237 - L. I — .Mrrlrlleun J r T After all work has been 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. OBSERVATION. Prior to final approval of the water and sewer systems, 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 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 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. Payment will be made under: Bid Item No. 31 4" Ductile Iron Sewer, per linear foot. Bid Item No. 32 6" Ductile Iron Sewer, per linear foot. Bid Item No. 34 2" PVC Water Line, per linear foot. Bid Item No. 35 1" Copper Water Line, per linear foot. 83-1323 - 238 - J r • APPENDIX Subsurface Soil Investigation L McclEELL NO I 1 I 5261,F�FS '"' ENVIRONMENTAL SCIENCES AND CONSTRUCTION MATERIALS LABORATORIES A Division of McClelland Consulting Engineers, !nc. CHEMICAL ANALYSIS, MATERIALS TESTING, ENVIRONMENTAL MONITORING AND CONSULTATION August, 1983 SUBSURFACE SOIL INVESTIGATION EAST SIDE AND WEST SIDE APRON AND TAXIWAY IMPROVEMENTS DRAKE FIELD FAYETTEVILLE, ARKANSAS INTRODUCTION 82-418 An investigation of subsurface soil conditions was conducted at the location of the proposed Taxiway and Apron improvements at Drake Field in Fayetteville, Arkansas, to obtain data for pavement design. Additionally, a sample was analyzed from an off -site borrow pit to determine "typical., native borrow characteristics". The resulting data were developed from the following three phase program: (a) an investigation of the subsurface soil conditions and visual soil classification by the use of open test pits and borrow specimen; (b) a laboratory testing program to determine the strength parameters and engineering properties of the sampled soil materials; (c) an engineering analysis of the laboratory and field data for the pavement design recommendations. FIELD INVESTIGATION The soil conditions at the proposed site were investigated by three open test pits. The test pits were excavated to a depth of about 3 feet. The test pits locations are indicated on Plate 1. The test pits were excavated using a backhoe. Soil samples were obtained from the test pits at an elevation below the topsoil stratum. The field tests performed included visual soil classification and ground water observations: The test pits did not encounter the ground water table nor rock. A-1 LABORATORY TESTS Laboratory tests were performed on soil samples obtained from the test pits and borrow specimen. The laboratory tests were directed at determining the engineering properties of the soil strata. The tests performed included sieve analyses, Atterberg Limits determinations, proctor curves and CBR values. Liquid and plastic limits test were performed on selected samples to aid in soil classification and to help evaluate the volume change characteristics of each soil stratum. Proctor Curve and CBR Tests were performed on samples from a depth of approximately 2 feet from Test Pits 1 and 3 and from Sample No. 4 (borrow material). The results are given below: Standard Proctor Max. Optimum CBR Sample Test Pit Density Moisture 1 2 Avg. 1 1 95.5 pcf 25.1% 4.2 3.3 3.75 3 3 91.8 pcf 24.7% 3.5 5.7 4.6 4 4 88.9 pcf 23.7% 4.8 2.5 3.65 GENERAL SOIL CONDITIONS The surface stratum encountered by test pits was an organic silt (topsoil) to a depth of approximately 12 to 15 inches. The remaining depth of the test pits encountered a red and gray silty clay soil stratum. The soil material taken from the "borrow" source was a red clayey gravel, with the granular portion consisting primarily of a locally predominant light chert rock. The clay stratum had a high Plasticity Index and high Liquid Limit indicating a high volumetric shrink -swell potential as moisture changes occur from a dry to a wet condition. The strength of the clay stratum is very low under wet conditions as indicated by the California Bearing Ratio (CBR) value of approximately "4". The red clayey gravel had a negligible shrink -swell potential because of its chert content. A-2 PAVEMENT DESIGN The use of the clay or silty clay stratum as subgrade material will require thicker pavement sections than if a stronger subgrade material were. available. However, imperically speaking, this subgrade has performed reasonably. well in the past when topped with the red clayey gravel borrow material in combination with a reasonable pavement section of crushed limestone aggregate base course and bituminous surfacing. Therefore, the borrow material should be locally available red clay with broken chert, provided at least 50% of the material is retained on the No. 4 sieve or other locally available borrow material having a Plasticity Index of 20, or less, and a Liquid Limit not greater than 45. The organic silt (topsoil) should be removed from all taxiway, apron, or proposed building areas. Fill material should be compacted in maximum 6 -inch compacted lifts to a minimum density of 95% as determined by the Standard Compaction Test or the Modified Standard Compaction Test, dependent upon the design loading criteria. Positive surface drainage should be provided for the site to facilitate surface runoff and minimize water percolation into the ground. Additionally, consideration should be given to installing a subsurface drainage system where the red and grey silty clay acts as the subgrade for any pavement section. Sincerely, Division of McClelland Consulting Engineers, Inc. ran' uin , P.E. Civi/l Engine r RWJ as Enclosure: . Test Summary Subcontractor's Report A-3 EAST SIDE APRON 4 4 0 • I - o EXISTING G `" m�#3P it ' I L I T,P.=TESTPIT I J AREA RESERVED FOR T �t PROPOSED ATCT NORTH N.T.S. ' I G WEST SIDE CONNECTING TAXIWAY\ #2 0 WEST SIDE APF 1 u:_ 3 I . rt. TEST PIT LOCATIONS TAXIWAY & APRON ® McCLELLAND CONSULTING ENGINEERS. INC. IMPROVEMENTS DRAKE FIELD. little rock tayettevltla CITY OF FAYETTEVILLE AUG, '83 JOB NO. 83-418 ENVIRONMENTAL SCIENCES AND CONSTRUCTION MATERIALS LABORATORIES A Division of McClelland Consulting Engineers, Inc CHEMICAL ANALYSIS, MATERIALS TESTING, ENVIRONMENTAL MONITORING AND CONSULTATION SAMPLE NO. Description of Sample Location of Sample Maximum Dry Density Optimum Water Content Preparation Method Condition of Sample Dry Density of Sample Before Soaking Dry Density of Sample After Soaking Moisture Content: Before Compaction After Compaction Top 1 -Inch Layer After Soaking Average After Soaking Swell Soaked CBR (at 95% Compaction) Surcharge Weight RESULTS OF. CALIFORNIA BEARING RATIO TESTS 1 2 3 Red and gray Red and gray Red clayey silty clay silty clay gravel 120 feet east 200 feet north of Select fill of southeast centerline of new corner of apron -east side Tyson's hangar of runway 95.5.lbs./cu.ft. 91.8 lbs./cu.ft. 88.9 lbs./cu.ft. 25.1% 24.7% 23.7% ASTM D 698 ASTM D 698 ASTM D 698 Method B Method B Method B Soaked Soaked Soaked 90.7 lbs./cu.ft. 87.2 lbs./cu.ft. 84.5 lbs./cu.ft. 90.0 lbs./cu.ft. 86.4 lbs./cu.ft. 83.2 lbs./cu.ft. 25.1% 27.0% 31.1% 24.5% 26.8% 29.5% 31.0% 43.4% 32.2% 25.5% 28.0% 31.5% 2.40% 2.62% 0 4.2% 3.5% 4.8% 20 lbs. 45 lbs. 20 lbs. McClelland engineers, inc./ geotechnical consultants P.O. Box 5239 / 10501 Stagecoach Road, Little Rock, Arkansas 72215 Tel. 501 / 455-2536 August 8, 1983 LR83-813 McClelland Consulting Engineers P.O. Box 1229 Fayetteville, Arkansas 72702 Attention: Mr. Johnny Quinn, P.E. Subject: California Bearing Ratio (CBR) Test. Results Drake Field -Fayetteville, Arkansas Dear Mr. Quinn, Please find attached the summary sheet (Plate 1) regarding the California Bearing Ratio (CBR) test results conducted on samples 1, 3 and 4 which were brought from Fayetteville on July 12, 1983. The CBR specimens were prepared in general accordance with the Moisture Density Relationships furnished and discussions prior to compaction. If you have any questions concerning this information, please contact us. Very truly yours, MCCLELLAND ENGIN RS, IN • on C. Howell JCH/rlc Attachments Copies Submitted: McClelland Consulting Engineers (3) J o Q J w h r a Q (J) o0 zO N J o_O V W Z oQ 11 y a Hat M W o a rn Z O W — w w QN LL N Z ja o O In O - Hw N N liI ID z. 7 O 0 - 1 U F O O\ ri _ Z UZ Z w .1 v N 1- — cn en t1 ry z 6L o O p wU O 00 a' W f Q — J a3j c'4 c") N I F U 0 W_ Q O 2Oc i i wo 1 f 1 mp U 1, L1 - QZ O s W 1-Y ♦p !� T LLQ . f' C0 O (N in D\ C)m W } 2 W Iiio fl O ¢2 py w1 a n Q y LLQ hi0 O r-4 in p mN Ol N co mNvosNn o3Nvos x x x (J_) C C On a a F rn F Uifl F o °W <p < o ci R 4 n O F M .? �• M c C L E L L A N n