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