Loading...
HomeMy WebLinkAbout101-85 RESOLUTIONRESOLUTIQi NO. 101-85 A RESOLUTION AUTHORIZING THE MAYOR AND CITY CT.FRK TO EXECUTE Two GRANT AGREEMENTS WITH THE FEDERAL AVIATION ADMINISTRATION FOR PROJECT NO. 3-05-0020-05 TO EXTEND THE EAST PARALLEL TAXIWAY AND INSTALL TAXIWAY LIGHTS AND FOR PROJECT NO. 3-05-0020-07 FOR LAND ACQUISITION. BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE QTY OF FAYE TEVILLE, ARKANSAS: That the Mayor and City Clerk are hereby authorized and directed to execute two grant agreements with the Federal Aviation Administration for Project No. 3-05-0020-05 to extend the east parallel taxiway and install taxiway lights and for Project No. 3-05-0020-07 for land acqui- sition. Copies of the grant agreements authorized for execution hereby are attached hereto marked Exhibits "A" and "B" and made a part hereof. PASSED AND APPROVED this 17th day of September , 1985. , . , Y f k : '.-• t Y Clerk APPROVE Mayor U.S. Department of Transportation Federal Aviation Administration • SEP 1 6 1985 Honorable Paul Noland Mayor of Fayetteville P. 0. Drawer F Fayetteville, Arkansas 72702 Dear Mayor Noland: Oklahoma City Airports District Office 204 FAA Building, Wiley Post Airport. Bethany, Oklahoma 73008 Telephone 405 789-2905 We have enclosed the original and one copy of the grant offer for work to be accomplished under Project 3-05-0020-07, Drake Field Airport, Fayetteville, Arkansas. Please execute each, 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, 1985. Sincerely, ctAMgirri- Manager Enclosure cc: Arkansas Department of Aeronautics Edward Warren: First American Aloft GRANT AGREEMENT FOR DEVELOPMENT PROJECT Page 1 of 4 pages U.S Department of Transportation Part l -Offer Federal Aviation Administration Date of Offer SEP 1 6 1985 Airport: Drake Field Project No. 3-05-0020-07 Contract No. DOT FA 85 SW 8508 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 9, 1985 , 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: Acquire land for development (fee simple title or other property interest satisfactory to the Administrator to Tract B as shown on property map Exhibit all as more particularly described in the property map and plans and specifications incor- porated in the said Application for Federal Assistance. FAA Form 5100-37 (10-84) Development or Noise Program • • Page 2 of4 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/or the Aviation Safety and Noise Abatement Act of 1979, 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: Conditions 1. The maximum obligation of the United States payable under this offer shall be $ 72,000 . For the purposes of any future grant amendments which may increase the foregoing maximum obligation of the United States under the provisions of Section 512(b) of the Act, the following amounts are being specified for this purpose: $ 72,000 $ for land acquisition for airport development or noise program implementation (other than land acquisition). 2. The allowablecosts 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. Unless otherwise stated in this grant agreement, any program income earned by the sponsor during the grant period shall be deducted from the total allowable project costs prior to making the final determination of the United States share. Final determination of the United States share will be based upon the final audit of the total amount of allowable project costs and settlement will be made for any upward or downward adjustments to the Federal share of costs. 4. The sponsor shall 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 comply with the assurances which were made part of the project application. FAA Form 5100-37 (10-84) Development or Noise Program Page 3 of 4 pages 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 39.1985 or such subsequent date as may be prescribed in writing by the FAA. 7. The sponsor shall take all steps, including litigation if necessary, to recover Federal funds spent fraudulently, wastefully, or in violation of Federal antitrust statutes, or misused in any other manner in any project upon which Federal funds have been expended. For the purposes of this grant agreement, the term "Federal funds" means funds however used or disbursed by the sponsor that were originally paid pursuant to this or any other Federal grant agreement. It shall obtain the approval of the Secretary as to any determination of the amount of the Federal share of such funds. It shall return the recovered Federal share, including funds recovered by settlement, order or judgment, to the Secretary. It shall furnish to the Secretary, upon request, all documents and records per— taining to the determination of the amount of the Federal share or to any settlement, litigation, negotiation, or other efforts taken to recover such funds. All settlements or other final positions of the sponsor, in court or otherwise, involving the recovery of such Federal share shall be approved in advance by the Secretary. 8. The United States shall not be responsible or liable for damage to property or injury to persons which may arise from, or be incident to, compliance with this grant agreement, and the sponsor shall hold the United States harmless from all claims arising from, or related to, completion of the project or the sponsor's continuing compliance with the terms, conditions, and assurances in this grant agreement. - 9. The property map referred to on Page 1 of this grant agreement is the property map, Exhibit A attached herewith. FAA Form 5100-37 (10-84) Development or Noise Program S961 meaVoad aSToN 10 1uamdojanaa 08-0i) L£-OoTS mlod VVd .iaulolly s,iosuodg jo aan#u8T5 ;o .Sep sTyl sesuExly 'ajj1nallaAed le paleQ •;oalayl swaa3 ail q33m aoueploaae uT losuodg a41 3o uoT1e2Tjgo suTpuTq pue je2aj a sa3n4T1suoo luamaai2y 1u810 pies 041 Iegl uoTuTdo dm sT 11 '1agland •losuodg 944 Sq aouemlo;aad Ting luanald 1TP 1844 sluamtpadmT jeBal ou an aiayl 'losuodg agl Xq paumo lou 4(11adoad uo 1no paTaaeo 9q 01 s3aafoid 2UTAT0AUT sluel2 10; `uoTlTppe.uI •loy 941 pue a1elS PTes 941 3o snej ay1 ylim aouepa000e uT pue aadold pue anp sloadsai Tie uT sT ;oalayl uoTlnoaxa 041 1844 pue pazTloglne ,(jnp uaaq set( anTleluasaldal 183033;o s,losuodg pue losuodg nes Xq 3091341 aoueldao3e ail 1841 puT; pue `0391941 Su}lejaa losuodg pTes Xq uaxel suoTlfe alp pue luamaafly lue1O 2ulo8alo; 941 pauTmexa ane4 I '1agllnd • sestrevy ;o 9181g 841 3o snej 941 aapun luamaa.Sy 3uelo 2u3oSaao; 941 oluj aalua of paianodma sT losuodg 844 uoTuTdo Am uT 1844 :A;Tllao Xgaiay op losuods a41 10; Xau1o13y se Sulloe ` 'I XaN2IOIIV S,iIOSNOdS dO aIVDIdIIiI4O (anTleluasaldag IPTOT330Jpale e2Tsau s losuodg) (Yosu?N) sEsuepy 'aIITnallaAvd ;o • 58 61 4130 ell!' .(g ;o Aep 111910 £1TO :913TI :1sal1V ('IVaS ) 9344 pa4n0axg •uoTleoljddy loaCold ail uT pue 1a330 9344 uT suoT4TpuOo pue sm1a1 alp 3o jje 413t 1Cjdmoo 01 399158 aoueldaooe yons ,(q pue ia33o sT41 ldaooe Agalay scop pue iaj30 2ujo8aao; 841 uT 01 paiiajai sje31a38m pa3elodlo0uT pue u0Tle0Tjddy 130[o1d 044 u3 paufeluoa sluamaai2e pue 'slueuanoo 'saTluellen 'suo3leluasaldaa 'sluamale3s 'saouelnsse Ile idope pue 63T1e1 Xgalay saop losuodg aqj aouuldaooy - II 118d uohag lsanylnos 'yid '903330 1°I33s3a (9I1TI) s11od1Ty (3;a emogvjA0 '1a$eueil `iiT ws 'V fi0$1 NOIIVESSININQV NOIIVIAV 1VglU2d VOIU2NV 30 saIVIS mum NOIIVIBOdSNVHII dO INSIdITidaQ •1a33o slip ;o 33119141930e s,losuods ail uodn anjloa;;a amooaq Heys luamaaa2y 1u910 tons •u1a1a4 pap3nold se suolaTpuoo pub saouelnsse 941 41Tn a,uejjdmo0 pue laarold 943 30 1uam4e3jdmo00e 941 01 40ad801 4435 losuodg ail pue sale19 palJun 941 30 934831 pue suoT4e8;Tgo Ien40e13uo0 ail 2u31n3T4suo0 '40y ail Xq papinold se 'luamaaa2y 1uel3 e asTadmoo /jays aoueldaooy pue 1a;;o 9341 pure 'papTnold 1al3eujalay se 'losuodg a41 Aq luemnllsuT 8341 ;o uoflnoaxa 4(q paouap3na aq Heys ujaaay palelodlo3uj uoT393Tjddy 40a(old 044 ;o uoTpdope pub uoTl93T3T301 put/ ia330 8143 ;o aoueldao09 s,losuods aql sated ry 3o 17929d sir FEDERAL ASSISTANCE • ' 1. TYPE PREAPPUCInaN • r/ - ACTION ® APPLICATION (M/ark asgam- 0 NOTIFICATION OF INTENT (Opt) Z b0iai�u 0 REPORT OF FEDERAL ACTION abwk 4. LEGAL APPUCANT/RECIPIENT e, ApRlaal Name City of Fayetteville b. CranR,Nw Dai City of Fayetteville c Street/P.O. Baa : P. 0. Drawer F d. City : Fayetteville a. coot, : Washington I. Stat •: Arkansas g. ZIP Dade: 72702 h. Contact Paan (Name Don Grimes, City Manager & teoa lrphe Na.) : 501-521-7700 id 7. TITLE AND DESCRIPTION OF APPLICANTS PROJECT 2. APPLI- CANTS APPLI. CATION a. NUMBER b. DATE Year month day 1985 8 5 1 I10. AREA OF PROJECT IMPACT (Names of Sim, counties, Drake Field Airport: This project consists of the acquisition of 3 acres of land adjacent to the airport terminal area «1 1 1 1 Fayetteville, 11. ESTIMATED NUM. State, etc.) BER OF PERSONS BENEFITING Washingtom, Arkansas 200,000 3. 8T.. APPUCM PION IDENTI. FIE.R OMB Approval No. 2D41Ot1$ a. NUMBER b. DATE ASSIGNED 19 Year month dab 5. FEDERAL EMPLOYER IDENTIFICATION NO. 71-6018462 B. PRO- GRAM (From Federal Catalog) a. NUMBER b. TITLE 1210I•kb161 Airport Improvement P1.oyiam 6. TYPE OF APPLICANT/RECIPIENT A -State II -Community Action Agency B-lntaratata I- Nigher Educational Institution C-Substat )-Indian Tribe District K-OtMr (Specify)D-C EE-Cly ly F -School District G DPaial Purpose 9. ITYPE OF ASSISTANCE A-8a(e Grant 0 -Insurance 13 -Supplemental Grant E011ier Enter aggro-• C -Loan priate letter(.) 12. TYPE OF APPLICATION A -Neo C -Recision E -Augmentation B -Renewal II -Continuation Enter appropriate letter Enter appropriate letters ■pi 13. PROPOSED FUNDING 14. CONGRESSIONAL DISTRICTS OF: 15. TYPE OF CHANGE (For 1te or tete) A -Incase Dollars F -Other (Specify): a. FEDERAL S 72,000 ,00 a. APPLICAM b. PROJECT B -Decease Dollars b. APPLICANT 4,000 .00 03 03 C -Incas Duration D-Decease Duration _c. STATE 4,000 .00 16. PROJECT START 17. PROJECT ECancellation DATE Yearnings nits da DURATION d. LOCAL .D0. 19 85 10 15 4 Months sic OTHER 00 18. ESTIMATED DATE TO Year month day + BE SUBMITTED TO G T01A1 $ 80,000 .00 FEDERAL AGENCY le. 19 85 8 9. NA 20. FEDERAL AGENCY TO RECEIVE REQUEST (Name, City. Stat. 21P code) 21. REMARKS ADDED DOT, FAA, Oklahoma City Airports Dist. Office, Bethany, 0x 7100 ❑ Yee .saNa 22. a. To the best of my knoMedge and bdld, b. If raqulrod by OMB Circular P45 this application was submitted, pursuant to In- No re - data in Mia prapplication/application M Suctions thank, to appropriate clearinghouses and all responses re attached: sponse THE true and correct • the document hes ham APPLICANT duly authorized by the gusaning beta of CERTIFIES the applicant and the applicant will comply THAT p. with the attached assurances U toassist- rice Is approved. 23. a. TYPED NAME AND TITLE CCEE�FYING Marilyn Johnson RSENTATIVE Assistant Mayor 24. AGENCY NAME Enter appro- priate letter(*) 19. EXISTING FEDERAL IDENTIFICATION NUMBER 0) (3) Reponse attached Responses to be forwarded upon receipt: Ica ❑ State Clearinghouse ❑ 0 ❑ ❑ O. SIGNATURE c. DATE SIGNED Year month day 26. ORGANIZATIONAL UNIT 127. ADMINISTRATIVE OFFICE 29. ADDRESS 31. ACTION TAKEN O a. ATIARDED O b. REJECfEO O a RETURNED FOR AMENDMENT O d. DEFERRED ❑ a. WITHDRAWN 38. FEDERAL AGENCY A-95 ACTION 424-101 32. a. FEDERAL b. APPLICANT e. STATE d. LOCAL a. LINER f. TOTAL S FUNDING $ .00 33. ACTION DATE 19 .03 . 00 . 00 .00 . 00 Year month day 35. CONTACT FOR ADDITIONAL INFORMA- TION (Name and telephone number) s. In taking above action, any comment rewind from clearinghouses were con. Were!. It agency response 1, due mode provisions et Pan 1. OMB Gralar A-95, It his been or Is Ming made. 19 25. APPLICA. Year month day TION RECEIVED 19 28. FEDERAL APPLICATION IDENTIFICATION 30. FEDERAL GRANT IDENTIFICATION 34. Year month day STARTING DATE 19 35. Year month day ENDING DATE 19 37. REMARKS ADDED 0 Yes Olio b. FEDERAL AGENCY A-95 OFFICIAL (Name and telephone no.) STANDARD FORM 424 PAGE 1 (10-75) Prtaribrd by GSA. Federal Management Circe/or 74-7 DEFARTMEj1T OF TRANSPORTATION • FEDERAL AVIATION ADMINISTRATION OMB NO. BO-ROIB. PART)I PROJECT APPROVAL INFORMATION SECTION A Item 1. Does this assistonce request require State, local, regional, or other priority rating? Yes X Item 2. Does this assistance request require State, or local advisory, educational or health clearances? Yes X No Nome of Governing Body Priority Rating Name of Agency or Board No (Attach Documentation) Item 3. Does this assistance request require clearinghouse review in accordance with OMB Circular A-95? X Yes Item 4. Does this assistance request require State, local, regionol or other planning approval? Yes X Item 5. Is the proposed project covered by an approved comprehensive plan? Yes X (Attach Comments) No Comments will be forwarded upon receipt. Name of Approving Agency Date No Check one: State Local Regional No Location of plan Item 6. Will the assistance requested serve o Federal Name of Federal Installation installation? Yes X No Federal Population benefiting from Project Item•7. Will the assistance requested be on Federal land or installation? Name of Federal Installation Location of Federal Land Yes X No Percent of Project Item 8. Will the assistance requested have an impact or effect on the environment? Yes X Item 9. Will the assistance requested cause the displacement of individuals families, businesses, or farms? No Yes X No Item 10. Is there other related Federal assistance on this project previous, pending, or anticipated? Yes X No See instruction for additional information to be provided. Number of: Individual s Families Businesses Farms See instructions for additional information to be provided. FAA Form 5100.100 (6-73) SUPERSEDES FAA FORM 5100-10 PAGES 1 THRU 7 Poge 2 PART II — SECTION A INSTRUCTIONS er:: Negative answers will not require an explanation unless the Federal agency requests more information at a -later date. Provide supplementary data for all "Yes" answers in the space provided in accordance with the following instruc- tions. - Item 1 — Provide the name of the governing body establish- ing the priority -system and the priority rating assigned to this project. Item 2 — Provide the name of the agency or board which issued the clearance and attach the documentation of status or approval. Item 3 — Attach the clearinghouse comments for the appli- cation in accordance with the instructions contained in Of- fice of Management and Budget Circular No. A-95. If com- ments were submitted previously with a preapplication, do not submit them again but any additional comments re- ceived from the clearinghouse should be submitted with this application = • Item 4 — Furnish the name of the approving agency and the approval date. Item 5 — Show whether the approved comprehensive plan is State, local or regional, or if none of these, explain the • scope of the plan. Give the location where the approved plan is available for examination and state whether this project is in conformance with the plan. Item 6 — Show the Federal population residing or working on the federal installation who will benefit from this project. - Item 7 — Show the percentage of the project work that will be conducted on federally -owned or leased land. Give the name of the Federal installation and its location. Item 8 — Briefly describe the possible beneficial and/or harmful impact on the environment because of the pro- posed project. If an adverse environmental impact is antici- pated, explain what action will be taken to minimize the impact. Federal agencies will provide separate instructions if additional data is needed. Item 9 — State the number of individuals, families, busi- nesses, or farms this project will displace. Federal agencies will provide separate instructions if additional data is needed. Item 10 — Show the Federal Domestic Assistance Catalog number, the program name, the type of assistance, the sta- tus and amount of each project where there is related pre- vious, pending, or anticipated assistance. Use additional sheets, if needed. • DEPARTMENT OF TRANSPORTATION — FEDERAL AVIATION ADMINISTRATION OMB NO. 04-R0209 PART ll - SECTION C (SECTIONS 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. 2697 which regulates and restricts all land use activities in the vicinity of Drake Field. This ordinance was adopted January 20,'1980. 2. Defaults.—The Sponsor is not in default on any obligation to the United States or any agency of the United States Govern- ment relative to the development, operation, or maintenance of any airport, except as stated herewith: None. 3. Possible Disabilities.—There are no facts or circumstances (including the existence of effective or proposed leases, use agreements or other legal instruments affecting use of the Airport or the existence of pending litigation or other legal proceedings) which in reasonable probability might make it impossible for the Sponsor to cam' out and complete the Pro ect or carry out the provisions of Part V of this Application, either by limiting its legal or financial ability or otherwise, -except as fo lows: None. 4. Land.—(a) The Sponsor holds the following property interest in the following area 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, MI of which areas are identified on the cc-- —' property map designated as Exhibit "A" Sponsor owns fee simple title to the land shown as Tract "A" on Exhibit A. Title approved under previous projects for Tract "A." Status of title has not changed since approval. Fee simple title to Tract "B" as shown on Exhibit "A" to be acquired under this project. Satisfactory title will be submitted to the FAA for review and approval. *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 PART 11 - 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 interests. (b) The Sponsor will acquire within a reasonable time, but in any event prior to the start of any construction work under the Project. the following property interest in the following areas of land* on which such construction work is to be performed. all of which areas are identified on the aforementioned property map desigrsated 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 ponsor except as follows: None *State character of property interest in each area and list and identify for earl, 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 numbersshownon the property map. FAA Form 5100-100 (4-76) Page 3b DEPARTMENT OF TRANSPORTATION • FEDERAL AVIATION ADMINISTRATION 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 Cost Classification 1. Administration expense (includes appraisals & legal 2. Preliminary expense 3. Land,structures, right-of-way 4. Architectural engineering basic fees 5. Other architectural engineering tees 6. Project inspection fees 7. Land development 8. Relocation Expenses 9. Relocation payments to Individuals and Businesses 10. Demolition and removal 11. Construction and project improvement 12. Equipment 13. Miscellaneous 14. Total (Lines 1 through 13) 15. Estimated Income (if applicable) 16. Net Project Amount (Line 14 minus 15) 17. Less. Ineligible Exclusions 18. Add: Contingencies 19. Total Project Amt. (Excluding Rehabilitation Grants) 20. Federal Share requested of Line 19 21. Add Rehabilitation Grants Requested (100 Percent) 22 Total Federal grant requested (Lines 20 & 21) 23. Grantee share 24. Other shares 25. Total project (Lines 22, 23 & 24) FAA Form 5100.100 (6 77) SUPERSEDES FAA FORM • OMB NO. e0 -Role• Total Amount Latest Approved Adjustment Required Amount ♦ or (-) $ $ 2,500 6100.10 PAGES 1 TMRU 7 77,500 80,000 80,000 80,000 72,000 - 0 72,000 4,000 4,000 $ 80,000 Page 4 • • 'DEPARTMENT OF TRANSPORTATION. FEDERAL AVIATION ADMINISTRATION 26 Classification SECTION C — EXCLUSIONS • • OMe NO. eGR01e• Ineligible for E.c luded frorn Portic ipation Contingency Provision (1) (2) S $ 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) h. TOTAL - Grantee share 2R. Other Shares a. State b. Other c. Total Other Shares 29. TOTAL $ 4,000 4,000 4,000 $ 8,000 SECTION E — REMARKS *Contingent upon approval of grant application to Arkansas Division of Aeronautics. If state grant is not approved, the City's contribution will be $8,000. The following is attached and incorporated herein: 1. Property map Exhibit "A" 2. URARPAPA Assurances PART IV PROGRAM NARRATIVE (Attach — See Instructions) FAA Form 5100-100 (6-73) -SUPERSEDES FAA FORM 5100-10 PAGES 1 THRU 7 IAA AC 75-0232 Poge 5 INSTRUCTIONS PROGRAM NARRATIVE «p J i on C L.m o d a o£ 14 g 22pc wd Q mCC ' c C m m i o c = m cd .. d E�nA`c 02 `$Scd' srl dmO CC u ENdno oE .> E cvcSp0 ei 0 NL„ v am C N at t.Xc d< uW Yi!i A Eom n-� c a 0 c a d u o Lg ? . _..4 Ew 3 cV==°EdEcdZd .0. $ I; u s u mn n O o `« a:LL. ° v a c`« a ` • md C O 9a an dcudVua y E m3F ai ryry n L u O v- C m 2 c J a CB C CI v E .' ,a_ u 0 a n 0 O¢Un c N o fi d ' To d«do...c9i a/. u c�n rm-°'r`L d mob o�d°p 'mm 1:5 5 lo c vnDOLL> A n .G _ . C° M .E d CT NCLO o m E CO 2 ,eia CGq o y .c.cyL' y 9C°m 4. "a`m>m�m `Twmmm'8offiro`+co>a W. ua -ruoLdVLc?yLL5 i « C 0 all a. m «yd. m tla i o..c pncoQQOZ$L9o�, a i I Od�Do.n�E8oE`a2�'m an e d LLE c UomrQ aOxDw d.'aya -0'3 kYi5r L> 3 cY u J o m w m m r O oyw m in '0 m° ° -00Nyo.�. 6135.6 -° i aC7 LL d 5« -¢ a o El ¢ • - > „ O UD m uiLL m .• o r ° D « .n • • U N o n V m m = C° •� c E u y m W C� �' D' O d d C r «« a m 2:: Z c c c u« c E> 03 4 m 63 E °u Pi g 3 L `L' E o " m 0 42 E -J c a o x to d_ v b o u j - y° m o t' E °tr d« u m M D Si O C tT m r0 X'- t� N d tO x m m � I a D LL d n ii.p .D. Wo m o p :• a > t E O c m a W d n c- QQ g C N 3 U T a D a d 3 Y n C - L c d " c O O N N C C y> m O ° 03 0 n d m L 6!^ O N a J a a • O. u- o Q J O> Y n c c m E E nL RI 2 Q a u W �- n c o V 3 0 0 . o o E u- °u g Q o °c'm� ~ odmcc c oE.E V vaLL� .E 3ELmmoco �2 E.�a�E Qoda "' a n O$ c° o -.0 i n �_ v 3 1• w a« E, d c° Z. m t m u to ra a 'Y go m L, - n O d W N m r L d D 7 W o 3 L n o. to u O <to - 01 W m .> m= 0 g d w d W 4 O n «� .E p N N O d C c O d n d q 12? d O L V p m V D W g 0 0 r F r L D'd n C d q~ V O c m • a m �i .� a s t i n 641 E E LL .r - n m • d a m 'o �° m o" - Ld. c E a c La t O "Cho a. D' a u? Z g o 3 a c t o o v " „- v 0" 0 m z N c c E '" Q m o a a d n N m a O- moat d Eco V O u...Q n� 51 Y c N N a N d d° L n C Q. n n" n L d Y C` m« d m w d d n 15 a m at ° E gEQxU6 Jm u - n "• - n dn >>Y C Ng«N d n o y°E« -' = a y c d a CO oJ] C_ m . c o d a ._ y O - a) 21 c 3 a WAp o d E a h- cm• y c p d HJ d r d PNar E.pw OiOO2CD 00- d h ai p my>O°n L C' d C m W 0)nnm t Le c° 0 a n E 9 0 a ° o` v m n o . 'a$ E q it :- o°O a a2O'E""c m u ¢ c 3 a Q a a�d a L d V o> d m u s m I- o m E o2 �i o c r a 3. O U d -V m C> U m• L -O CO C c m COq m ddA._ iN m- m O J > 2 «wLL J co C o d id° V yV p D V2c c Ar mdaL`Ea m X W ] O O O Lc_ p LL m Nm e 0 N o s mVuy ," CO „ o s^ E C - D o a o E" a c 0 cddmO o o o V r dmoo.d O- V ' o p mC �Ed pad 2 • d ia" d N c c C J to C n V N A 4) r 0 ma 40 nydcnr cm C V V d 3 m c• tV W J U La E C d n t`N LCC 8OOO 2 DPd3ana O. w- j w O.;Qr 0 LrOFOd O- �° in J Nm Cr O n 0 d V- D N V L m c 44- C c w m tm- D CLOC N C Oa « O Co w- O N .6. c.g CI LL d cre, NmQ a'OOV E6J '_ d 0 O> a E " m° Ca Cr ahl rm m °rr>0 t O e c ` c s - o o a ro oa LJ 0 .oEro>VaE9o3 w c L °>d ° a" 5 3 ° - c c 5 mN m C m A O 0 Naam3CV> O O •` 3° L - X d1 ` .3 a' a 3 d.0J ay n O L(I 'E -9O v m" -ay -r NW Oni OLL m u 0 Jd dLVoRmLm:CaCNUCO`N mEaE 2Np nO?L _m c t` C mdr el ` yCuo- C. •_ o c _= L N J LL `c'r au m :m O�EONCrdd N J¢ n O m « Jy O 3 m H'" L n • a x w « c J o D c � C Vn d o DJ N V ` o a c c O _ V r U n m c C L C p C d J 3 E -o m m r J _ D w o C N -C J N p y a u m m ; N Y O m E E E c o d 4 K C L 0 F- • t y N c N c c '0 O q t0 r N C 0d E c W O Si' O E d - 3W O n L N ., E mEe t0 N N C c c C n 02 Line 29 — Enter the totals of Line 27h and Line 28c. D. m C ^' d 0 0 j o C N a o N m c U C d. p m m d d > d O D r I p R I w v d _ 44, O L d co a x c r - Y O < • E 'r O d E d c > c m C m '- O m a Y C 2 o a PART V ASSURANCES (Public Agency Sponsors of Development or Noise Program Projects) A. GENERAL. 1. Theee aaauranoes shall be complied with in the performance of the following grant agreements: Airport development and noise program implementation grants to airport sponsors. 2. Theee assurances are required to be submitted es part of the project application by sponsors requesting funds under the provieione of the Airport and Airway improvement Aot of 1982 or the Aviation Safety and Noise Abatement Aot of 1979. This set of aesuranoea includes only those assurances whioh are applicable to a sponsor who is a public agency with control of a publio-use airport. 3. Deleted. 4. Upon acceptance of the grant offer by the sponsor, these aeauranoee are incorporated in and become part of the grant agreement. B. DURATION AND APPLICABILITY. Airport Development or Noise Program Implementation Projects undertaken by a public agency (airport sponsor). The terms, oonditions and assurances of the grant agreement shall remain in full force and effect throughout the useful life of the facilities developed or equipment acquired for an airport development or noise program implementation project, or throughout the useful life of the project items installed within a facility under a noise program implementation project, but in any event not to exceed twenty (20) years from the date of acceptance of a grant offer of Federal funds for the project. However, there shall be no limit on the duration of the assurance against exclusive rights or the terms, conditions, and assurances with respect to real property acquired with Federal funds. Furthermore, the duration of the Civil Rights assurance shall be as epecified in the assurance. C. SPONSOR CERTIFICATION. The sponsor hereby assures and certifies, with respect to this grant that: 1. General Federal Requirements. It will oomply with all applicable Federal laws, regulations, executive orders, policies, guidelines and requirements as they relate to the application, acceptance and use of Federal funds for this project including but not limited to the following: Federal Legislation a. b. 0. d. e. f. g• h. i. j. k. 1. m. n. o. p. q. r. e. Federal Aviation Act of 1958 - 49 U.S.C. 1301, et mg. Hatoh Act - 15 U.S.C. 1501 et Agl. Federal Fair Labor Standards Act - 29 U.S.C. 201, et ewe . Davis -Bacon Aot - 40 U.S.C. 276(a), et seg. Uniform Relocation Assistance and Real Property Acquisition Policies Aot of 1970 - Titles II and III, 42 U.S.C. 4621-4655. National Historic Preservation Act of 1966 - Section 106 - 16 U.S.C. 470(f). Archeological and Historic Preservation Act of 1961 - 16 O.S.C. 461, et ssa. Flood Disaster Protection Act of 1973 - Section 102(a) - 42 U.S.C. 4001, note. Rehabilitation Act of 1973 - 29 U.S.C. 794. Civil Rights Aot of 1964 •- Title VI - 42 U.S.C. 2000d, et ewe . Aviation Safety and Noise Abatement Act of 1979, 49 U.S.C. 2101, et seg. Age Discrimination Act of 1975 - 42 U.S.C. 6101, et pew. Architectural Barriers Act of 1968 - 42 U.S.C. 4151 et seq. Airport and Airway Improvement Act of 1982 - 49 U.S.C. 2201 et sem. Powerplant and Industrial Fuel Use Act of 1978 - Section 403 42 U.S.C. 8373. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et deg. Copeland Kickback Act - 18 U.S.C. 874. National Environmental Policy Act of 1969 - 42 U.S.C. 4321, et sem. Endangered Species Act - 16 U.S.C. 668(a), et SSe . Executive Orders. Executive Order 12372, Intergovernmental Review of Federal Federal Regulations. a. 49 CFR Part 21 - Nondiscrimination in Federally -Assisted Programs of the Department of - Effectuation of Title VI of the Civil Rights Aot of 1964. Programa. Transportation b. 49 CFR Part 23 - Participation by Minority Business Enterprise in Department of Transportation Programs. FAA Form 5100-100 (10-84) Development or Noise Program - Public Sponsor Page 6 • • d. For noise program implementation projects to be carried out on privately owned property, it will enter into an agreement with the owner of that property which includes provlalone specified by the Seoretary. It will take steps to enforce this agreement against the property owner whenever there is substantial noncompliance with the terms of the agreement. e. Deleted. f. If an arrangement is made for management and operatton of the airport by any agency or person other than the sponsor or an employee of the sponsor, the sponsor will reserve sufficient rights and authority to insure that the airport will be operated and maintained in accordance with the Airport and Airway Improvement Aot of 1982, the regulations and the terms, condition and assurances in the grant agreement and shall insure that such arrangement also requires compliance therewith. 6. Consistency with Local Plans. The project is reasonably oonaietent with plane (existing at the time of submission of this application) of public agencies that are authorized by the state in which the project La located to plan for the development of the area surrounding the airport. Por noise program implementation projects, other than land acquisition, to be carried out on property not owned by the airport and over which property another public agency has land use oontrol or authority, the sponsor shall obtain from each such agency a written declaration that such agency supporta the project and the project 1e reasonably consistent with the agency's plans regarding the property. 7. Consideration of Local Interest. It has given fair consideration to the interest of communities in or near which the project may be located. 8. Consultation with Users. In making a decision to undertake any airport development project under the Airport and Airway Improvement Act of 1982, it has undertaken reasonable consultations with affected parties using the airport at which the project is proposed. 9. Public Hearings. In projects involving the location of an airport, an airport runway, or a major runway extension, St has afforded the opportunity for publio 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. It shall, when requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary. 10. 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 Proteotion Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days after the project applioation has been received by the Secretary. 11. Deleted. -. 12. Terminal Development Prerequisites. For projects which include terminal development at a public airport, 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 by passengers enplaning or deplaning from aircraft other than air carrier aircraft. 13. Accounting System, Audit, and Recordkeeping Requirements. a. It shall keep all project accounts and records which fully disclose the amount and disposition by the recipient of the proceeds of the grant, the total cost of the project in connection with which the grant is given or used, and the amount and nature of that portion of the cost of the project supplied by other sources, and such other financial records pertinent to the project. The accounts and recordsshall be kept in accordance with an accounting system that will facilitate an effective audit in accordance with the U.S. General Accounting Office publication entitled Guidelines for Financial and Compliance Audits of Federally Assisted Programs. b. 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 the grant. The Secretary may require that an appropriate audit be conducted by a recipient. In any case in which an independent audit is made of the accounts of a sponsor relating to the disposition of the proceeds of a grant or relating to the project in connection with which the grant was given or used, it shall file a certified oopy of such audit with the Comptroller General of the United States not later than 6 months following the close of the fisoal•year for which the audit was made. 14. Minimum Wage Rates. It shall include, in all contracts in excess of 52,000 for work on any projects funded under the grant agreement which involve labor, provisions establishing minimum rates of wages, to be predetermined by the Secretary of Labor, in accordance with the Davis -Bacon Act, as amended (40 U.S.C. 276a --276a-5), which contractors shall pay to skilled and unskilled labor, and such minimum rates shall be stated in the invitation for bids and shall be included in proposals or bide for the work. FAA Form 5100-100 (10-84) Development or Noise Program - Public Sponsor Page 8 • • o. 49 CFR Part 25 - Relocation Assistance and Land Acquisition for federal and Federally Assisted Programs. d. 29 CFR Part 1 - Procedures for Predetermination of Wage Rates. e. 29 CFR Part 3 - Contractors or Suboontraotors on Public Buildings or Public Works Financed in Whole or Part by Loans or Grants from U.S. f. 29 CFR Part 5 - Labor Standards Provisions Applioable to Contracts Covering Federally Financed and Assisted Construction. g• Benefiting 49CFR Part 27 - Nondiscrimination on the Basis of Handicap in Programa and Activities Receiving or from Federal Financial Assistance. h. 41 CFR Part 60 - Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor (Federal and Federally -assisted Contracting Requirements). i. 14 CFR Part 150 - Airport Noise Compatibility Planning. Office of Management and Budget Circulars. a. A-87 - Cost Principles Applicable to Grants and Contracts with State and Local Governments. - b. A-102 - Uniform Requirements for Assistance to State and Local Governments. Specific assurances required to be included in grant agreements by any of the above laws, regulations or circulars are incorporated by reference in the grant agreement. 2. Responsibility and Authority of the Sponsor. It has legal authority to apply for the grant, and to finance and carry out the proposed project; that a resolution, motion or similar action has been duly adopted or passed as an official act of the applicant's governing body authorizing the filing of the application, including all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative of the applicant to act in connection with the application and to provide such additional information as may be required. 3. Sponsor Fund Availability. It has sufficient funds available for that portion of the project oosts which are not to be paid by the United States. It has sufficient funds available to assure operation and maintenance of items funded under the grant agreement which it will own or control. 4. Good Title. It holds good title, satisfactory to the Secretary, to the landing area of the airport or site thereof, or will give assurance satisfactory to the Secretary that good title will be acquired. For noise program implementation projects to be carried out on the property of the sponsor, it holds good title satisfactory to the Secretary to that portion of the property upon which Federal Funds will be expended or will give assurance to the Secretary that good title will be obtained. . 5. Preserving Rights and Powers. a. It will not take or permit any action which would operate to deprive it of any of the rights and powers necessary to perform any or all of the terms, conditions, and assurances in the grant agreement without the written approval of the Secretary, and will act promptly 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. b. It will not sell, lease, encumber or otherwise transfer or dispose of any part of its title or other interests in the property shown on Exhibit A to this application or, for a noise program implementation project, that portion of the property upon which Federal funds have been expended, for the duration of the terms, conditions, and assurances in the grant agreement without approval by the Secretary. If the transferee is Lound by the Secretary to be eligible under the Airport and Airway Improvement Act of 1982 to assume the obligations of the grant agreement and to have the power, authority, and financial resources to carry out all such obligations, the sponsor shall insert in the contract or document transferring or disposing of the sponsor's interest, and make binding upon the transferee, all of the terms, conditions, and assurances contained in this grant agreement. c. Por all noise program implementation projects which are to be carried out by another unit of local government or are on property owned by a unit of local government other than the sponsor, it will enter into an agreement with that government. Except as otherwise specified by the Secretary, that agreement shall obligate that government to same terms, conditions, and assurances that would be applicable to it if it applied directly to the FAA for a grant to undertake the noise program implementation project. That agreement and changes thereto must be satisfactory to the Secretary It will take steps to enforce this agreement against the local government if there is substantial noncompliance with the terms of the agreement. D FAA Form 5100-100 (10-84) Development or Noise Program - Public Sponsor Page 7 • • 1 11 H r ' '1 1 111'11 I I I 11 • 15. Veterans Preterenoe. It shall include, in all contracts for work on any projects funded under the grant agreement which involve labor, auoh proviaione as are necessary to insure that, in the employment of labor (except in executive, admininetrative, and supervisory positions), preference shall be given to veterans of the Vietnam era and disabled veterans as defined in Section 515(0)(1) and (2) of the Airport and Airway Improvement Sot of 1982. However, this preference ahall apply only where the individuals are available and qua)ified to perform the work to whioh the employment relates. 16. Conformity to Plane and Specifications. It will exeoute the project subject to plana, specifications, and schedules approved by the Secretary. Such plans, specifications, end schedules shall be submitted to the Secretary prior to oommenoement of site preparation, oonstruotion, or other performanoe under this grant agreement, and, upon approval by the Secretary, shall be incorporated into this grant agreement. Any modifications to the approved plane, specifications, and schedules shall also be subject to approval by the Secretary and inoorporation into the grant agreement. 17. Construction Inspection and Approval. It will provide and maintain competent technical supervision at the construction site throughout the project to assure that the work conforms with the plans, specifications, and schedules approved by the Secretary for the project. It shall subject the construction work on any project contained in an approved project application to inspection and approval by the Secretary and such work shall be in accordance with regulations and procedures preaoribed by the Secretary. Such regulations and procedures shall require such cost and progress reporting by the sponsor or sponsors of such project as the Secretary shall deem necessary. 18. Deleted. 19. Operation and Maintenance. a. It will suitably operate and maintain the airport and all facilities thereon or connected therewith, with due regard to climatic and flood conditions. 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, shall be operated at all times in a safe and serviceable oondition and in accordance with the minimum standards as may be required or prescribed by applicable Federal, state, and local agencies for maintenance and operation. It will not cause or permit any activity or action thereon which would interfere with its use for airport purposes. In furtherance of this assurance, the sponsor will have in effect at all times arrangements tor— (1) Operating the airport's aeronautical facilities whenever required; (2) Promptly marking and lighting hazards resulting from airport conditions, including temporary conditions; and (3) Promptly notifying airmen of any condition affecting aeronautical use of the airport. - 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. Further, nothing herein shall be construed as requiring the maintenance, repair, restoration, or replacement of any structure or facility which is substantially damaged or destroyed due to an act of God or other condition or circumstance beyond the oontrol of the sponsor. b. It will suitably operate and maintain noise program implementation items that it owns or controls upon which Federal funds have been expended. 20. 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 oreation of future airport hazards. 21. Compatible Land Ilse. 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. In addition, if the project is for noise program implementation, it will not cause or permit any change in land use, within its jurisdication, that will reduce the compatibility, with respect to the airport, of the noise oompatibility program measures upon which Federal funds have been expended. 22. Economic Nondiscrimation. a. 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. b. 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 provision requiring the contractor -- FAA Form 5100-100 (10-84) Development or Noise Program - Public Sponsor Page 9 • (1) To furnish said services on a fair, equal, end not unjustly dieoriminatory beide to all users thereof, and (2) To charge Lair, reasonable, and not unjustly disoriminatory prion for each unit or service, provided, that the contractor may be allowed to make reasonable and nondiscriminatory discounts, rebates, or other similar types of prioe reductions to volume purchasers. 0. Each fixed -based operator at any airport owned by the sponsor shall be subject to the same rates, fees, rentals, and other chargee aa are uniformly applicable to all other fixed -based operators making the same or similar uses of such airport and utilizing the same or similar faoilitiea. d. Each air carrier using such airport shall have the right to service itself or to use any fixed -based operator that is authorized or permitted by the airport to serve any air carrier at such airport. e. Each air carrier tieing such airport (whether as a tenant, nontenaht, or subtenant of another air carrier tenant) shall be subject to such nondiscriminatory and substantially comparable rules, regulations, oonditions, rates, fees, rentals, and other charges 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 oombined passenger and cargo flights or all -cargo flights. 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. f. 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, repair, and fueling) that it may choose to perform. g. 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. h. 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. 1. The sponsor may prohibit or limit any given type, kind, or class of aeronautical use of the airport if such action is necessary for the safe operation of the airport or necessary to serve the civil aviation needs of the public. 23. Exclusive Rights. It will permit no exclusive right for the use of the airport by any persons providing, or intending to provide, aeronautical services to the public. For purposes of this paragraph, the providing of services at an airport by a single fixed -based operator shall not be construed as an exclusive right if both of the following apply: (1) It would be unreasonably costly, burdensome, or impractical for more than one fixed -based operator to provide such aervices, and (2) If allowing more than one fixed -based operator to provide such services would require the reduction of apace leased pursuant to an existing agreement between such single fixed -based operator and such airport. It further agrees 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 oontrolled 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 of 1982. 24. Fee and Rental Structure. It will maintain a fee and rental structure consistent with Assurances 22 and 23, for the facilities and aervices 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. No part of the Federal share of an airport development, airport planning or noise oompatibility project for which a grant is made under the Airport and Airway Improvement Act of 1982, the Federal Airport Act or the Airport and Airway Development Act of 1970 shall De included in the rate base in establishing fees, rates, and charges for users of that airport. 25. Airport Revenue. If the airport is under the control of a public agency, all revenues generated by the airport will be expended by it 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 convenanta 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 revenues generated by the airport shall not apply. FAA Form 5100-100 (10-84) Development or Noise Program - Public Sponsor Page 10 !IT Itl 9f1'IE'I I I 1111111 f f I IL • 26. Reports and Inspections. It will submit to the Secretary auoh annual or special finanoial and operations reports as the Secretary may reasonably request. Por airport development and airport planning projects, it will also make the airport and all airport records and documents affecting the airport, including deeds, leasee, operation and use agreements, regulations and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request. For noise program implementation projects, it will also make records and documents relating to the project and continued oompltanee with the terms, conditions, and assurances of the grant agreement including deeds, leases, agreements, regulations, and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request. 27. Use of Government Aircraft. It will make available all of the taoilities 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, oharge 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 oalendar 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 aocumulative weight of government aircraft using the airport (the total movements of government aircraft multiplied by gross weights of auoh aircraft) is in excess of five million pounds. 28. Land for Federal Facilities. It will furnish without coat to the Federal Government for use 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, operation, and maintenance at Federal expense of space or facilities for such purposes. Such areas or any portionthereof will be made available as provided herein within four months after receipt of a written request from the Secretary. 29. 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 purposed 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 ohanges or alteration might adversely affect the safety, utility, or efficiency of the airport. 30. 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. 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. FAA Form 5100-100 (10-84) Development or Noise Program - Public Sponsor Page 11 •• ra 1 D •• • it "�]: • • • •1 •� iN ill?' I f •'• -CM •w L V. M I. The City of Fayetteville (hereinafter referred to as "Spansor) hereby assures and certifies that it will carply with the following when acquiring or taking possession of any interest in lard included in or used for the ADAP Project covered or to be covered by the Preapplication (or Application) for Federal Assistance to which this certification is affixed. 1(A) Pursuant to Sections 210 and 305 of the Uniform Relocation Assistance and Real Property Acquisitions Policy Act of 1970 (PL 91-646); Part 25, Regulations of the Secretary of Transportation, "Relocation Assistance and Land acquisition under Federal and Federally Assisted Programs" (49 CFR Part 25, 40 Fed. Reg.41040); the Regulations: and other applicable provisions of law --the terms used in this paragraph to have the meanings assigned to them under such Act and regulations: 1. Sponsor will provide fair and reasonable relocation pay - ants to displacpd persons as required by Subparts E, F, and G of said Part 25; 2. Sponsor will provide relocation assistance programs for displaced persons offering the services described in Subpart D of said Part 25; 3. Sponsor will adequately inform the public of the relocation payments and services which will be available under Subparts D, E, F, and G of said Part 25; 4. Comparable replacement dwellings will be available, or provided if necessary, within a reasonable period of time before any person is displaced; 5. Sponsor will fully comply with Subpart I of said Part 25; 6. Sponsor will adequately inform the public of the acquisi- tion policies, requirements, and payments which will apply to the project with respect to any acquisition of real property to which said Part 25 and this agreement apply; 7. When approval of the FAA is required before Sponsor may proceed with any phase of the Project and that phase will cause the dimnlarpnont „f e....nerccr Sponsor will prior to proceeding with tnat phase provide the FAA with written assurances satisfactory to the FAA that: Pace 1 of 2 (ASWiO--Oct/77) 2 (a) Based on a current survey and analysis of available replacement housing and in consideration of competing demands for that housing, comparable replacement dwellings will be available within a reasonable period of time prior to displacement, equal in number to the displaced persons who require them; and (b) The•Sponsorls relocation program is realistic and is adequate to provide orderly, timely, and efficient relocation of displaced individuals and families to decent, safe., and sanitary hous- ing available to persons without regard to race, color, religion, or national origin with minimum hardship to those affected. (B) With respect to every person who was displaced or from whom real property was acquired after 1 January 1971 and who would have been entitled to any payments or relocation assistance pursuant to the assurances in this agreement had this agreement been in effect at the Lime of such displacement or acquisition, Sponsor represents and under- takes as the case may be: (1) that such person has received or will receive all the payments and has timely been or will be timely afforded all the assistance and advantages that would have accrued to him under the provisions of this paragraph had he been displaced Or the real property acquired or his. entitlements as such tenant accrued subsequent to the date of this agreement; and (2) that Sponsor has timely performed or will timely perform all acts that would have been or would still be required of the sponsor had the assurances of this paragraph been appli- cable at the times identified in this paragraph. (C) Until and including 1, July 1972, the provisions of this paragraph, other than subparagraph l(A)(4), shall be applicable only to the extent that Sponsor is able to comply with them under applicable State law; after 1 July 1972, such provisions shall be applicable in their entirety regardless of the extent to which Sponsor is able to comply with them under applicable State law. Subparagraph l(A)(4' shall be applicable to all times under this agreement. (D) The obligation of the United States under this agreement to share in the allowable costs incurred by Sponsor under this paragraph shall be subject to all the pertinent and applicable provisions, limi- tations, and conditions contained in the laws and regulations referred to in this paragraph. Formal submission of the Preapplication (or Application) for Federal Assistance to which this is affixed shall constitute Spaisor's.agreenent to the terms hereof. Page 2 of 2 (ASWRD--oct/77) r r al r s • \\ .co -0 _ 9 2 N r a • J r ?Z i u r z C O C _ n C . I r - >0 r r..l S w 5 > c 0' P C 1303.5' ,a 1320' 4 N C a C V r1 C w Ni C I -a A m -- I 1;20' Y - v w N f 4 0 N N O •D - \\ 611.3' 1 G • rnt r m• ga t =r•• —Wz . C- 7: 180'.17' 1 - I f Page 1 of 4 pages GRANT AGREEMENT FOR DEVELOPMENT PROJECT Part 1 -Offer Date of Offer: SEP 16 1985 Airport: Drake Field Project No. 3-05-0020-07 Contract No. DOT FA 85 SW 8508 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 9, 1985 , 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: Acquire land for development (fee simple title or other property interest satisfactory to the Administrator to Tract B as shown on property map Exhibit "A".) all as more particularly described in the property map and plans and specifications incor- porated in the said Application for Federal Assistance. FAA Form 5100-37 (10-84) Development or Noise Program 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/or the Aviation Safety and Noise Abatement Act of 1979, 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 thisCOffer 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: Conditions 1. The maximum obligation of the United States payable under this offer shall be $ 72,000 . For the purposes of any future grant amendments which may increase the foregoing maximum obligation of the United States under the provisions of Section 512(b) of the Act, the following amounts are being specified for this purpose: $ 72,000 for land acquisition $ for airport development or noise program implementation (other than 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. Unless otherwise stated in this grant agreement, any program income earned by the sponsor during the grant period shall be deducted from the total allowable project costs prior to making the final determination of the United States share. Final determination of the United States share will be based upon the final audit of the total amount of allowable project costs and settlement will be made for any upward or downward adjustments to the Federal share of costs. 4. The sponsor shall 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 comply with the assurances which were made part of the project application. FAA Form 5100-37 (10-84) Development7or Noise Program Page 3 of 4 pages . 5. The FAA reserves the right to amend or withdraw this prior to its acceptance by the sponsor. 6. This offer shall expire and the United States shall pay any part of the costs of the project unless this accepted by the sponsor on or before September such subsequent date as may be prescribed in writing offer at any time mot be obligated to offer has been 30.1985 or by the FAA. 7. The sponsor shall take all steps, including litigation if necessary, to recover Federal funds spent fraudulently, wastefully, or in violation of Federal antitrust statutes, or misused in any other manner in any project upon which Federal funds have been expended. For the purposes of this grant agreement, the term "Federal funds" means funds however used or disbursed by the sponsor that were originally paid pursuant to this or any other Federal grant agreement. It shall obtain the approval of the Secretary as to any determination of the amount of the Federal share of such funds. It shall return the recovered Federal share, including funds recovered by settlement, order or judgment, to the Secretary. It shall furnish to the Secretary, upon request, all documents and records per- taining to the determination of the amount of the Federal share or to any settlement, litigation, negotiation, or other efforts taken to recover such funds. All settlements or other final positions of the sponsor, in court or otherwise, involving the recovery of such Federal share shall be approved in advance by the Secretary. 8. The United States shall not be responsible or liable for damage to property or injury to persons which may arise from, or be incident to, compliance with this grant agreement, and the sponsor shall hold the United States harmless from all claims arising from, or related to, completion of the project or the sponsor's continuing compliance with the terms, conditions, and assurances in this grant agreement. 9. The property map referred to on Page 1 of this grant agreement is the property map, Exhibit A attached herewith. FAA Form 5100-37 (10-84) Development or Noise Program Page4 ;of, 4 Pages • N Vii' • I • .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 this Offer and Acceptance shall comprise a Grant Agreement, as provided by the Act, constituting the contractual 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 a. BOB A. SMITH, Manager, Oklahoma City Airports (Title) District Office, FAA, Southwest Region Part II - Acceptance The Sponsor does hereby ratify and adopt all assurances, statements, representations, warranties, covenants, and agreements contained in the Project Application and incorporated materials referred to in the foregoing Offer and does' hereby accept this Offer and by such acceptance agrees to comply with all of the terms.and conditions in this Offer and in the Project Application. Executed this /7day of a a(+.. , 19 85 . City of Fayetteville, Arkansas Na ed ons r) By y (SEAL) (Sponsor's DesficialRepresentative) l Title Mayor Attest: �%14...4 l 11�'� Title: City Clerk CERTIFICATE OF SPONSOR'S ATTORNEY I, , acting as Attorney for the Sponsor do hereby certify: That in my opinion the Sponsor is empowered to enter into the foregoing Grant Agreement under the laws of the State of Arkansas Further, I have examined the foregoing Grant Agreement and the actions taken by said Sponsor relating thereto, and find that the acceptance thereof by said Sponsor and Sponsor's official representative has been duly authorized and that the execution thereof is in all respects due and proper and in accordance with the -laws of the said State and the Act. In addition, for grants involving projects to be carried out on property not owned by the Sponsor, there are no legal impediments that will prevent full performance by the Sponsor. Further, it is my opinion that the said Grant Agreement constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof. Dated at Fayetteville, Arkansas this /today of 19 85 Signatur f Sponsor's Attorney FAA Form 5100-37 (10-84) Development or Noise Program FEDERAL .ASSISTANCE t AVPLI• . R,n�a 3. STAB I.wnu e APPTJIQJews A. L TYK o PRWPUTmp APPU- I r. MRYav aatN der ! DATE ® gym CATION toss 8 5 o'ER ASSIDRm (Mart dig NOTlfdT10N OF INTUIT (Opt) Laaaa ❑ WORT OF FEDERAL ACflON Mae• 4. LEGAL A►PLICANT/RECIPIENT a. Apoiaat hism : City of Fayetteville Is. OIIpalaeas GAn : City of Fayetteville a, WNuP.O. Dot : P. 0. Drawer F d. ere : Fayetteville a. Dwab t Washington N. sae, : Arkansas s. zip coot 72702 e. -4.a Pm (Naga Don Grimes, City Manager & akpMttw NO.) : 501-521-7700 7. TITLE AND DESCRIPTION OF APPLICANTS PROJECT Drake Field Airport: This project consists of the acquisition of 3 acres of'land adjacent to the airport terminal area. oue Avvtwel N& D river Month day 19 0. FEDERAL EMPLOYER IDENTIFICATION NO. 71-6019462 P`RO. aMtmBta bbI•hb161 GRAM I. TITLE Federal Airport Ingrovement III & TYPE OF APPLICANT/RECIPIENT A•Sats N-Ceamunly Action Agency D -Intimate F HIj{bar Educational Institution C-Subaater J- Indian Tribe o-Disbt N Gene (Specify) I F-S.L i Discos al Purpnq Natant appropriate letter 9. TYPE OF ASSISTANCE A -Bak Grant D-lmumoa Bdopplemanhl Grant E -Other Enter oppro- 04aaa priote letter(s) 10. AREA OF PROJECT IMPACT (Names of cilia, roantin, I 1L ESTIMATED NUM- 12. TYPE OF APPLICATION Stake. etc.) I BER OF PERSONS A-Ilee C-Rerulon E-Augmerttatien BENEFITING S -Renewal D-Coalnwtim Fayetteville, Washingtom, Arkansas I 200.000 Enter apyrmp ate lane 13. PROPOSED FUNDING 14. CONGRESSIONAL DISTRICTS OF: 15. TYPE OF CHANGE (For lie or Jet) A -Incense Dollars F -Om at (Specify): a. FEDERAL $ 72,000 .00 a. APPLICANT I b. PROJECT B-Oweua Dollars b. APPLICANT 4,000 .00 03 03 Deane Dantwo 1& PROJECT START 17. PROJECT E�ancellaBao e. STATE 4,000 •� DATE raw sontA doI DURATION Enter @ppro- 4. LOCAL .00 19 85 10 bl 4 Mmdha p*iat• 7uterW e9TER '00 1L BE ESTIMATEDSUBMITDATEra TO w smith day 19. EXISTING FEDERAL IDENTIFICATION NUMBER TO /. TOTAL $ 80,000 .00 FEDERAL AGENCY ► 19 85 B 9 NA 20. FEDERAL AGENCY TO RECEIVE REQUEST (Nara, City, Stall, ZIP rode) I 21, REMARKS ADDED DOT, FAA, Oklahana City Airpprts Dist. Office. Bethany, OK 7lnn ❑ Yas A No 22. a. To the bet of my knowledge and Slit, b. N ryol and by ONB Circular A-95 this application bass wbmi:ted• purwant In In- No re- Response data In this prMppikatlrofepplialWa an tUudtom tbeeio, or appropriate daringhouses and all responses an attached: spouse attached THE Uue and coned. IM docamaat was Wes APPLICANT day authorized by the 4omealRg K4Y d Responses to be forwarded upon receipt: ❑ CERTIFIES. the applicant ad the applaat will coepy (1) State Clearinghouse 0. whir ell attacked ammor u am aisle- Cl O aa is apprwad. m ❑ ❑ 23. a. TYPED NAME AND TITLE f I. SIGNATURE r,�� a DATE SIGNED CSEENTTIAT1VE MarilynsJohnson I y-y,GZ2 A ��l J Year mw,eA day 0 i / 19 BENTATIVE Ass Mayor 24. AGENCY NAME 25. PPLICA- Yew Month day TIRECEIVED 19 2& ORGANIZATIONAL UNIT 27. ADMINISTRATIVE OFFICE 2& FEDERAL APPLICATION IDENTIFICATION 29. ADDRESS 30. FEDERAL GRANT IDENTIFICATION Si. ACTION TAKEN 0 • AWARDED 0 b. REJECTED 0 a RETURNED FDR AMENDMENT 0 d. DEFERRED 0 e. WITHDRAWN S& FEDERAL AGENCY A-95 ACTION 424-101 32. FUNDING Year south day 34. Year month day STARTING a. FEDERAL $ .00 33. ACTION DATE ► 19 DATE 19 b. APPLICANT .00 35 CONTACT FOR ADDITIONAL INFORMA. 35. Year month day TION (Name and telephone number) ENDING e. STATE .00 DATE 19 d. LOCAL .00 37. REMARKS ADDED e. OTHER .00 1 TOTAL $ .00 Yea ONO a. In MMOR abon adion, es statements rewind From dadnghanw were ton. I b. FEDERAL AGENCY A-95 OFFICIAL ddered. It agency responu Is die Dow prao Hdu of Part 1, ONO Cbtuiar A-9,(Name and tetephons no.) N has been a Is being mutde. STANDARD FORM 424 PACE 1 (10-75) .. Pnaeribad be GSA. Federal Management Circular It? • DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION " - ore NO. SOwole• PART II PROJECT APPROVAL INFORMATION SECTION A Item 1. Does this assistance request require State, local, Nome of Governing Body regional, or other priority rating? Priority Rating Yes X No Item 2. Does this assistance request require State, or local Name of Agency or advisory, educational or health clearances? Board Yes X No (Attach Documentation) Item 3. Does this assistance request require clearinghouse review (Attach Comments) in accordance with OMB Circular A•95? X Yes No Comments will be forwarded upon receipt. Item 4.. Does this assistance request require State, local, Name of Approving Agency regional or other planning approval? Date Yeses_ No Item 5 Is the proposed project covered by on approved Check one: State F] comprehensive plan? Local f] Regional C7 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. Number of: Will the assistance requested cause the displacement of Individuals individuals families, businesses, or farms? Families .Businesses Yes X No Forms Item 10. Is there other related Federal assistance on this See instructions for additional information to be project previous, pending, or anticipated? provided. Yes X No FAA Form 5100.100 16-731 SUPERSEDES FAA FORM 5100.10 PAGES I THRU 7 Page 2 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. 2697 which regulates and restricts all land use activities in the vicinity of Drake Field. This ordinance was adopted January 20, 1980. 2. Defaults. —The Sponsor is not in default on any obligation to the United States or any agency of the United States Govern- ment relative to the development, operation, or maintenance of any airport, except as stated herewith: None. 3. Possible Disabilities. —There are no facts or circumstances (including the existence of effective or proposed leases, use agreements or other legal instruments affecting use of the Airport or the existence of pending litigation or other legal proceedings) which in reasonable probability might make it impossible for the Sponsor to carry out and complete the Project or carry out the provisions of Part V of this Application, either by limiting its legal or financial ability or otherwise, except as follows: None. 4. Land. -(a) The Sponsor holds the following property interest in the following areas of land* which 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 .L.... - ' property map designated as Exhibit "A" Sponsor owns fee simple title to the land shown as Tract "A" on Exhibit A. Title approved under previous projects for Tract "A." Status of title has not changed since approval. Fee simple title to Tract "B" as shown on Exhibit "A" to be acquired under this project. Satisfactory title will be submitted to the FAA for review and approval. *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 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 interests. (b) The Sponsor will acquire within a reasonable time, but in any event prior to the start of any construction work under the Project. the following property interest in the following areas of land* on which such construction work is to be performed. all of which areas are identified on the 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 S. Exclusive Rights. —There is no rant 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 he identified here by the area numbersshownon the property map. FAA Form 5100-100 (4-76) Page 3b •DEPARTMENT OF TRANSPORTATION. FEDERAL AVIATION ADMINISTRATION -' oM6 no. ea Rolee PART III — BUDGET INFORMATION — CONSTRUCTION SECTION A —GENERAL 1. Federal Domestic Assistance Catalog No. 20.106 2. Functional or Other Breakout . . . . . . . . s . . . . . . . . . . . SECTION 8 — CALCULATION OF FEDERAL GRANT Use only In revisions Total Cost Classification Amount Latest Approved Adjustment Required Amount + or (-) 1. Administration expense (includes appraisals & legal; $ $ 2,500 2. Preliminary expense 3. Land,structures, right-of-way 77,500 4. Architectural engineering basic fees 5. Other architectural engineering fees - 6. Project inspection fees 7. Land development 8. Relocation Expenses 9. Relocation payments to Individuals and Businesses 10. Demolition and removal 11. Construction and project improvement 12. Equipment 13. Miscellaneous 14. Total (Lines 1 through 13) 80,000 15. Estimated Income (it applicable) 16. Net Project Amount (Line 14 minus 15) 1 80,000 17. Less: Ineligible Exclusions 18. Add: Contingencies 19. Total Project AmL (Excluding Rehabilitation Grants) --80,000 20. Federal Share requested of Line 19 72.000 21. Add Rehabilitation Grants Requested (100 Percent) — O r. ... 22. Total Federal grant requested (Lines 20 & 21) 72,000 23. Grantee share 4,000 . 24. Other shares 4,000 25. Total project(Lines22, 23824) S S $ 80,000 FAA Farm 5100-100 16 711 SUPERSEDES FAA FORM 6100 -10 PAGES I THRU 7 .. . _ = Page 4 R� 4 '<rt$ �a ^C'�'g. �yv +eh y��i�\ ay .i.=..�4f i` DEPARTMENT OF TRANSPORTATION. FEDERAL AVIATION ADMINISTRATION oMe No. bo.Ro16• SECTION C - EXCLUSIONS Classification Ineligible for Participation (1) Torols $ $ Exclvded from Contingency Provision (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 f. Non Cash g. Other (Explain) h. TOTAL — Grantee share 28. Other Shares a. State b. Other c. Total Other Shares 29. TOTAL SECTION E - REMARKS E 4,000 4,000 4,000 $ 8,000 *Contingent upon approval of grant application to Arkansas Division of Aeronautics. If state grant is not approved, the City's contribution will be $8,000. The following is attached and incorporated herein: 1. Property map Exhibit "A" - 2. URARPAPA Assurances PART IV PROGRAM NARRATIVE (Attach — See Instructions) FAA Form 5100-100 (6-73) SUPERSEDES FAA FORM 5100-10 PAGES 1 THRU 7 Page 5 IAA AC 75-0232 y-_ PARTY ASSURANCES (Public Agency Sponsors of Development or Noise Program Projects) 1. These assurances shall be complied with in the performance of the following grant agreements: Airport development and noise program implementation grants to airport sponsors. 2. These assurances are required to be submitted as part of the project application by sponsors requesting funds under the 'provisions of the Airport and Airway Improvement Act of 1982 or the Aviation Safety and Noise Abatement Act of 1979. This get of assurances includes only those assurances which are applicable to a sponsor who is a public agency with control of a public -use airport. 3. Deleted. 4. Upon acceptance of the grant offer by the sponsor, these assurances are incorporated in and become part of the grant agreement. B. DURATION AND APPLICABILITY. Airport Development or Noise Program Implementation Projects undertaken by a public agency (airport sponsor). The terms, conditions and assurances of the grant agreement shall remain in full force and effect throughout the useful life of the facilities developed or equipment acquired for an airport development or noise program implementation project, or throughout the useful life of the project items installed within a facility under a noise program implementation project, but in any event not to exceed twenty (20) years from the date of acceptance of a grant offer of Federal funds for the project. However, there shall be no limit on the duration of the assurance against exclusive rights or the terms, conditions, and assurances with respect to real property acquired with Federal funds. Furthermore, the duration of the Civil Rights assurance shall be as specified in the assurance. C. SPONSOR CERTIFICATION. The sponsor hereby assures and certifies, with respect to this grant that: 1. General Federal Requirements. It will comply with all applicable Federal laws, regulations, executive orders, policies, guidelines and requirements as they relate to the application, acceptance and use of Federal funds for this project including but not limited to the following: Federal Legislation a. Federal Aviation Act of 1958 - 49 V.S.C. 1301, et b. Hatch Act - 15 U.S.C. 1501, et seq. o. Federal Fair Labor Standards Act - 29 U.S.C. 201, et seq. d. Davie -Bacon Act - 40 U.S.C. 276(a), et seq. e. Uniform Relocation Assistance and Real Property Acquisition Policies Act. of 1970 - Titles II and III, 42 U.S.C. 4621-4655. V. National Historic Preservation Act of 1966 - Section 106 - 16 U.S.C. 470(f). g. Archeological and Historic Preservation Act of 1961 - 16 U.S.C. 461, et gam. h. Flood Disaster Protection Act of 1973 - Section 102(a) - 42 U.S.C. 4001, note. i. Rehabilitation Act of 1973 - 29 U.S.C. 794. j. Civil Rights Act of 1964 - Title VI - 42 U.S.C. 2000d, et seq. k. Aviation Safety and Noise Abatement Act of 1979, 49 U.S.C. 2101, et seq. 1. Age Discrimination Act of 1975 - 42 U.S.C. 6101, et seq. m. Architectural Barriers Act of 1968 - 42 U.S.C. 4151, et seQ. n. Airport and Airway Improvement Act of 1982 - 49 U.S.C. 2201, et seq. o. Powerplant and Industrial Fuel Use Act of 1978 - Section 403 42 U.S.C. 8373. p. Contract Work Hours and Safety Standards Act - 40 O.S.C. 327, et seq. q. Copeland Kickback Act - 18 U.S.C. 874. r. National Environmental Policy Act of 1969 - 42 U.S.C. 4321, et seq. a. Endangered Species Act - 16 U.S.C. 668(a), et seq. Executive Orders. Executive Order 12372, Intergovernmental Review of Federal Programs. Federal Regulations. 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. FAA Form 5100-100 (10-84) Development or Noise Program - Public Sponsor Page 6 • a. 49 CFR Part 25 - Relocation Assistance and Land Acquisition for Federal and Federally Assisted Programs. - d. 29 CFR Part 1 - Procedures for Predetermination of Wage Rates. e. 29 CPR Part 3 - Contractors or Subcontractors on Public Buildings or Public Works Financed in Whole or Part by Loans or Grants from US. f. 29 CPR Part 5 - Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction. g. 49CFR Part 27 - Nondiscrimination on the Basis of Handicap in Programs and Activities. Receiving or Benefiting from Federal Financial Assistance. h. 41 CFR Part 60 - Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor (Federal and Federally -assisted Contracting Requirements). i. 14 CFR Part 150 - Airport Noise Compatibility Planning, Office of Management and Budget Circulars. a. A-87 - Cost Principles Applicable to Grants and Contracts with State and Local Governments. b. A-102 - Uniform Requirements for Assistance to State and Local Governments. Specific assurances required to be included in grant agreements by any of the above laws, regulations or circulars are incorporated by reference in the grant agreement. 2. Responsibility and Authority of the Sponsor. It has legal authority to apply for the grant, and to finance and carry out the proposed project; that a resolution, motion or similar action has been duly adopted or passed as an official act of the applicant's governing body authorizing the filing of the application, including all understandings and assurances contained therein, and directing and authorizing the person identified as the official representative of the applicant to act in connection with the application and to provide such additional information as may be required. 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. It has sufficient funds available to assure operation and maintenance of items funded under the grant agreement which it will own or control. ' 4. Good Title. It holds good title, satisfactory to the Secretary, to the landing area of the airport or site thereof, or will give assurance satisfactory to the Secretary that good title will be acquired. For noise program implementation projects to be carried out on the property of the sponsor, it holds good title satisfactory to the Secretary to that portion of the property upon which Federal Funds will be expended or will give assurance to the Secretary that good title will be obtained. 5. Preserving Rights and Powers. a. It will not take or permit any action which would operate to deprive it of any of the rights and powers necessary to perform any or all of the terms, conditions, and assurances in' the grant agreement without the written approval of the Secretary, and will act promptly 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. b. It will not sell, lease, encumber or otherwise transfer or dispose of any part of its title or other interests in the property shown on Exhibit A to this application or, for a noise program implementation project, that portion of the property upon which Federal funds have been expended, for the duration of the terms, conditions, and assurances in the grant agreement without approval by the Secretary. If the transferee is found by the Secretary to be eligible under the Airport and Airway Improvement Act of 1982 to assume the obligations of the grant agreement and to have the power, authority, and financial resources to carry out all such obligations, the sponsor shall insert in the contract or document transferring or disposing of the sponsor's interest, and make binding upon the transferee, all of the terms, conditions, and assurances contained in this grant agreement. c. For all noise program implementation projects which are to be carried out by another unit of local government or are on property owned by a unit of local government other than the sponsor, it will enter into an agreement with that government. Except as otherwise specified by the Secretary, that agreement shall obligate that government to same terms, conditions, and assurances that would be applicable to it if it applied directly to the FAA for a grant to undertake the noise program implementation project. That agreement and changes thereto must be satisfactory to the Secretary. It will take steps to enforce this agreement against the local government if there is substantial noncompliance with the terms of the agreement. ' FAA Form 5100-100 (10-84) Development or Noise Program - Public Sponsor Page 7 V d. For noise program implementation projects to be carried out on privately owned property, it will enter into an agreement with the owner of that property which includes provisions specified by the Secretary. It will take steps to enforce this agreement against the property owner whenever there is substantial noncompliance with the terms of the agreement. e. Deleted. f. If an arrangement is made for management and operation of the airport by any agency or person other than the sponsor or an employee of the sponsor, the sponsor will reserve sufficient rights and authority to insure that the airport will be operated and maintained in accordance with the Airport and Airway Improvement Act of 1982, the regulations and the terms, condition and assurances in the grant agreement and shall insure that such arrangement also requires compliance therewith. 6. Consistency with Local Plans. The project is reasonably consistent with plans (existing at the time of submission of this application) of public agencies that are authorized by the state in which the project is located to plan for the development of the area surrounding the airport. For noise program implementation projects, other than land acquisition, to be carried out on property not owned by the airport and over which property another public agency has land use control or authority, the sponsor shall obtain from each such agency a written declaration that such agency supports the project and the project is reasonably consistent with the agency's plans regarding the property. 7. Consideration of Local Interest. It has given fair consideration to the interest of communities in or near which the project may be located. 8. Consultation with Users. In making a decision to undertake any airport development project under the Airport and Airway Improvement Act of 1982, it has undertaken reasonable consultations with affected parties using the airport at which the project is proposed. 9. 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. It shall, when requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary. 10. Air and Water Quality Standards. In projects involving airport location, a major runway extension, or runway location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located, designed, constructed, and operated so as to comply with applicable air and water quality standards. In any case where such standards have not been approved and where applicable air and water quality standards have been promulgated by the Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days after the project application has been received by the Secretary. 11. Deleted. 12. Terminal Development Prerequisites. For projects which include terminal development at a public airport, 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 by passengers enplaning or deplaning from aircraft other than air carrier aircraft. 13. Accounting System, Audit, and Becordkeeping Requirements. a. It shall keep all project accounts and records which fully disclose the amount and disposition by the recipient of the proceeds of the grant, the total cost of the project in connection with which the grant is given or used, and the amount and nature of that portion of the cost of the project supplied by other sources, and such other financial records pertinent to the project. The accounts and records shall be kept in accordance with an accounting system that will facilitate an effective audit in accordance with the U.S. General Accounting office publication entitled Guidelines for Financial and Compliance Audits of Federally Assisted Programs. no 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 the grant. The Secretary may require that an appropriate audit be conducted by a recipient. In any case in which an independent audit is made of the accounts of a sponsor relating to the disposition of the proceeds of a grant or relating to the project in connection with which the grant was given or used, it shall file a certified copy of such audit with the Comptroller General of the United States not later than 6 months following the close of the fiscal year for which the audit was made. 14. Minimum Wage Rates. It shall include, in all contracts in excess of $2,000 for work on any projects funded under the grant agreement which involve labor, provisions establishing minimum,rates of wages, to be predetermined by the Secretary of Labor, in accordance with the Davis -Bacon Act, as amended (40 U.S.C. 276a --276a-5), which contractors shall pay to skilled and unskilled labor, and such minimum rates shall be stated in the invitation for bids and shall be included in proposals or bids for the work. FAA Form 5100-100 (10-84) Development or Noise Program - Public Sponsor Page 8 15. Veterans Preference. It shall include, in all contracts for work on any projects funded under the grant agreement which involve labor, such provisions as are necessary to insure that, in the employment of labor (except in executive, admininstrative, and supervisory positions), preference shall be given to veterans of the Vietnam era and disabled veterans as defined in Section 515(c)(1).and (2) of the Airport and Airway Improvement Act of 1982. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. 16. Conformity to Plane and Specifications. It will execute the project subject to plans, specifications, and schedules approved by the Secretary. Such plans, specifications, and schedules shall be submitted to the Secretary prior to commencement of site preparation, construction, or other performance under this grant agreement, and, upon approval by the Secretary, shall be incorporated into this grant agreement. Any modifications to the approved plans, specifications, and schedules shall also be subject to approval by the Secretary and incorporation into the grant agreement. 1T. Construction Inspection and Approval. It will provide and maintain competent technical supervision at the construction site throughout the project to assure that the work conforms with the plans, specifications, and schedules approved by the Secretary for the project. It shall subject the construction work on any project contained in an approved project application to inspection and approval by the Secretary and such work shall be in accordance with regulations and procedures prescribed by the Secretary. Such regulations and procedures shall require such cost and progress reporting by the sponsor or sponsors of such project as the Secretary shall deem necessary. 18. Deleted. 19. Operation and Maintenance. a. It will suitably operate and maintain the airport and all facilities thereon or connected therewith, with due regard to climatic and flood conditions. 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, shall be operated at all times in a safe and serviceable condition and in accordance with the minimum standards as may be required or prescribed by applicable Federal, state, and local agencies for maintenance and operation. It will not cause or permit any activity or action thereon which would interfere with its use for airport purposes. In furtherance of this assurance, the sponsor will have in effect at all times arrangements for — (1) Operating the airport's aeronautical facilities whenever required; (2) Promptly marking and lighting hazards resulting from airport conditions, including temporary conditions; and (3) Promptly notifying airmen of any condition affecting aeronautical use of the airport. 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. Further, nothing herein shall be construed as requiring the maintenance, repair, restoration, or replacement of any structure or facility which is substantially damaged or destroyed due to an act of God or other condition or circumstance beyond the control of the sponsor. b. It will suitably operate and maintain noise program implementation items that it owns or controls upon which Federal funds have been expended. 20. 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. 21. 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. In addition, rif the project is for noise program implementation, it will not cause or permit any change in land use, within its jurisdication, that will reduce the compatibility, with respect to the airport, of the noise compatibility program measures upon which Federal funds have been expended. 22. Economic Nondiscrimation. a. 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. b. 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 provision requiring the contractor -- FAA Form 5100-100 (10-84) Development or Noise Program - Public Sponsor Page 9 ra�q L V: i✓ y (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 pride reductions to volume purchasers. e. Each fixed -based operator at any airport owned by the sponsor shall be subject to the same rates, fees, rentals, and other charges as are uniformly applicable to all other fixed -based operators making the same or similar uses of such airport and utilizing the same or similar facilities. d. Each air carrier using such airport shall have the right to service itself or to use any fixed -based operator that is authorized or permitted by the airport to serve any air carrier at such airport. e. 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 rules, regulations, conditions, rates, fees, rentals, and other charges 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. 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. i f. 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, repair, and fueling) that it may choose to perform. g. 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. h. 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. i. The sponsor may prohibit or limit any given type, kind, or class of aeronautical use of the airport if such action is necessary for the safe operation of the airport or necessary to serve the civil aviation needs of the public. 23. Exclusive Rights. It will permit no exclusive right for the use of the airport by any persons providing, or intending to provide, aeronautical services to the public. For purposes of this paragraph, the providing of services at an airport by a single fixed -based operator shall not be construed as an exclusive right if both of the following apply: (1) It would be unreasonably costly, burdensome, or impractical for more than one fixed -based operator to provide such services, and (2) If allowing more than one fixed -based operator to provide such services would require the reduction of space leased pursuant to an 'existing agreement between such single fixed -based operator and such airport. It further agrees 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 of 1982. 24. Fee and Rental Structure. It will maintain a fee and rental structure consistent with Assurances 22 and 23, 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. No part of the Federal share of an airport development, airport planning or noise compatibility project for which a grant is made under the Airport and Airway Improvement Act of 1982, 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. , 25. Airport Revenue. If the airport is under the control of a public agency, all revenues generated by the airport will be expended by it 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 convenants 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 revenues generated by the airport shall not apply. FAA Form 5100-100 (10-84) Development or Noise Program - Public Sponsor Page 10 26. Reports and Inspections. It will submit to the Secretary such annual or special financial and operations reports as the Secretary may reasonably request. For airport development and airport planning projects, it will also 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 upnn reasonable request. For noise program implementation projects, it will also make records and documents relating to the project and continued compliance with the terms, conditions, and assurances of the grant agreement including deeds, leases, agreements, regulations, and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request. 27. Use of Governement 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 post 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. 28: Land for Federal Facilities. It will furnish without cost to the Federal Government for use 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, operation, and maintenance at Federal expense of space or facilities for such purposes. Such areas or any portion thereof will be made available as provided, herein within four months after receipt of a written request from the secretary. 29. Airport Layout Plan. It will keep up to date at all times an airport layout plan of the airport showing Cl) 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 purposed 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. 30. 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. 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. FAA Form 5100-100 (10-84) Development or Noise Program - Public Sponsor Page 11 fl •3. 1 U ' •• • r• •1} • • ' •1 •J. I IP}• I 1' • •. 'NI •Y' • `L V• • U The City of Fayetteville (hereinafter referred to as "Sponsor") hereby assures and certifies that it will ccuply with the following when acquiring or taking possession of any interest in land included in or used for the ADAP Project covered or to be covered by the Preapplicatien (or Application) for Federal Assistance to which this certification is affixed. 1(A) Pursuant to Sections 210 and 305 of the Uniform Relocation Assistance and Real Property Acquisitions Policy Act of 1970 (PL 91-646); Part 25, Regulations of the Secretary of Transportation, "Relocation Assistance and Land acquisition under federal and Federally Assisted Programs" (49 CFR Part 25, 40 Fed. Reg.41040); the Regulations and other applicable provisions of law --the terms used in this paragraph to have the meanings assigned to them under such Act and regulations: 1. Sponsor will provide fair and reasonable relocation pay - ants to displaced persons as required by Subparts E, F, and G of said Part 25; 2. Sponsor will provide relocation assistance programs for displaced persons offering the services described in Subpart D of said Part 25; 3. Sponsor will adequately inform the public of the relocation payments and services which will be available under Subparts D, E, F, and G of said Part 25; 4. Comparable replacement dwellings will be available, or provided if necessary, within a reasonable period of time before any person is displaced; 5. Sponsor will fully comply with Subpart I of said Part 25; 6. Sponsor will adequately inform the public of the acquisi- tion policies, requirements, and payments which will apply to the project with respect to any acquisition of real property to which said Part 25 and this agreement apply; 7. When approval of the FAA is required before Sponsor may proceed with any phase of the Project and that phase will cause the dimnlaremPnt nP env ..Pre..- S- " � � �:.��y.• Sponsor bull prior to proceeding with tnat phase provide the FAA with written assurances satisfactory to the FAA that; Pace 1 of 2 (ASKTO--0et/77) 2 (a) Based on a current survey and analysis of available replacement housing and in consideration of competing demands for that housing, comparable replacement dwellings will be available within a reasonable period of time prior Co displacement, equal in number to the displaced persons who require them; and (b) The•Sponsorts relocation program is realistic and is adequate to provide orderly, timely, and efficient relocation of displaced individuals and families to decent, safe, and sanitary hous- ing available to persons without regard to race, color, religion, or national origin with minimum hardship to those affected. (B) With respect to every person who was displaced or from whom real property was acquired after I January 1971 and who would have been entitled to any payments or relocation assistbnce pursuant to the assurances in this agreement had this agreement been in effect at the Lime of sutra dispiacement or acquisition, Sponsor represents and under- takes as the case may be: (1) that such person has received or will receive all the payments and has timely been or will be timely afforded all the assistance and advantages that would have accrued to him under the provisions of this paragraph had he been displaced or the real property acquired or his entitlements as such tenant accrued subsequent to the date of this agreement; and (2) that Sponsor has timely performed or will timely perform all acts that. would. have been or would still be required of the sponsor had the assurances of this paragraph been appli- cable at the times identified in this paragraph. (C) Until and including 1 July 1972, the provisions of this paragraph, other than subparagraph l(A)(4), shall be applicable only to the extent that Sponsor is able to comply with them under applicable State law; after 1 July 1972, such provisions shall be applicable in their entirety regardless of the extent to which Sponsor is able to comply with them under applicable State law. Subparagraph 1(A)(4! shall be applicable to all times under this agreement. (D) The obligation of the United States under this agreement to share in the allowable costs incurred by Sponsor under this paragraph shall be subject to all the pertinent and applicable provisions, limi- tations, and conditions contained in the laws and regulations referred to in this paragraph. Formal submission of the Preapplication (or Application) for Federal Assistance to which this is affixed shall constitute Spmsor's.agreement to the terms - hereof . Page 2 of 2 (ASWtd0--Oct/77) 4 __•1 c < Put'n • \ 1660' • \ •c O ) NTi1 1 IE \ I zp -T P 77tb1 '�11 P • O flza, 1343.5' t A P f iii It PI U' 110 o CI,G N xz n N C S. it 0 l` z m •r r 1320' • Z A o•- r A o o X z 'a r 0 P N a � - o 9 yc u N 1C tD w A v N o om_! ^. 4 I. L .r < { P 1520, - v rte. ` _ V W IJ ! fJ w 'C 77 X N ,� N ; 1 1*0 r - - 1 "3 rn aS n a ar�1 ;'! C. -4z t nSn en — 180'_ 1'' 1 •r. 11 Page J of 4 pages GRANT AGREEMENT FOR DEVELOPMENT PROJECT US Department ofTransportaton Part 1 -Offer Federal Aviation Administration Date of Offer: Airport: Drake Field Project No Contract No. TO: The City of Fayetteville, Arkansas (herein referred to as the "Sponsor") 3-05-0020-05 DOT FA 85 SW -8507 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 19, 1985 , for a grant of Federal funds fora 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: Extend east parallel taxiway (approximately 40' x 830') including medium intensity taxiway lights,'and install medium intensity taxiway lights to the existing east parking apron taxiway. I all as more particularly described in the property map and plans and specifications incor- • porated in the said Application for Federal Assistance. • FAA Form 5100-37 (10-84) Development or Noise Program A a) I S f r y Page20f4 of4 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/or the Aviation Safety and Noise Abatement Act of 1979, 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`/o. of all allowable project costs. This Offer is made on and subject to the following terms and conditions: Conditions 1. The maximum obligation of the United States payable under this offer shall be $ 290,894.00 . For the purposes of any future grant amendments which may increase the foregoing maximum obligation of the United States under the provisions of Section 512(b) of the Act, the following amounts are being specified for this purpose: $ for land acquisition $ 290,894.00 for airport development or noise program implementation (other than land acquisition). 2. The allowable costs of the project shall not include any costs determined by the FAA to be ineligible for consideration' Ns 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. Unless otherwise stated in this grant agreement, any program income earned by the sponsor during the grant period shall be deducted from the total allowable project costs prior to making the final determination of the United States share. Final determination of the United States share will be based upon the final audit of the total amount of allowable project costs and settlement will be made for any upward or downward adjustments to the Federal share of costs. 4. The sponsor shall 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 comply with the assurances which were made part of the project application. FAA Form 5100-37 (10-84) Development or Noise Program - . - Page 3 of 4 pages 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; 1985 . or such subsequent date as may be prescribed in writing by the FAA. 7. The sponsor shall take all steps, including litigation if necessary, to recover Federal funds spent fraudulently, wastefully, or in violation of Federal antitrust statutes, or misused in any other manner in any project upon which Federal funds have been expended. For the purposes of this grant agreement, the term "Federal funds" means funds however used or disbursed by the sponsor that were originally paid pursuant to this or any other Federal grant.. agreement. It shall obtain the approval of the • Secretary as to any determination of the amount of the Federal share of such funds. It shall return the recovered Federal share, including funds recovered by settlement, order or judgment, to the Secretary. It shall furnish to the Secretary, upon request, all documents and records per- taining to the determination of the amount of the Federal share or to any settlement, litigation, negotiation, or other efforts taken to recover such funds. All settlements or other final positions of the sponsor, in court or otherwise, involving the recovery of such Federal share shall be approved in advance by the Secretary. 8. The United States shall not be responsible or liable for damage to property or injury to persons which may arise from, or be incident to, compliance with this grant agreement, and the sponsor shall hold the United States harmless from all claims arising from, or related to, completion of the project or the sponsor's continuing compliance with the terms, conditions, and assurances in this grant agreement. 9. The property map referred to on Page 1 of this grant agreement Is the property map, Exhibit A dated February 1983 attached herewith. 10. The plans and specifications referred to on Page 1 of this grant agreement are the plans and specifications approved by the FAA on July 12, 1985. FAA Form 5100-37 (10-84) Development or Noise -Program I. 'Page 4 of, 4 Pages The'Sponsor's acceptance of this Offer and ratification and adoption of the Project Application incorporated herein shall be evidenced by execution of this instrument by the Sponsor, as hereinafter provided, and this Offer and Acceptance shall comprise a Grant Agreement, as provided by the Act, constituting the contractual 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 ci3 a. Bob A. Smith,Manager, Oklahoma City Airports District (Title) Office, FAA, Southwest Region Part II - Acceptance The Sponsor does hereby ratify and adopt all assurances, statements, representations, warranties, covenants, and agreements contained in the Project Application and incorporated materials referred to in the foregoing Offer and does hereby accept this Offer and by such acceptance agrees -to comply with all of the terms and conditions in this Offer and in the Project Application.. Executed this % day of , 19 85 City of Fayettey' le, Arkansas 'i, ( ame f ponsor), (SEAL) (Sponsor's Designate Official Representative) Title Mayor Attest: Title:. City Clerk V CERTIFICATE OF SPONSOR'S ATTORNEY I, , acting as Attorney for the Sponsor do hereby certify: That in my opinion the Sponsor is empowered to enter into the foregoing Grant Agreement under the laws of the State of Arkansas Further, I have examined the foregoing Grant Agreement and the actions taken by said Sponsor relating thereto, and find that the acceptance thereof by said Sponsor and Sponsor's official representative has been duly authorized and that the execution thereof is in all respects due and proper;,;. and in accordance with the laws of the said State and the Act. In addition, for grants involving projects to be carried out on property not owned by the Sponsor, there are.no legal impediments that will prevent full performance by.the Sponsor. Further, :it is _ _- my opinion that the said Grant Agreement constitutes a legal and binding obligation of the Sponsor in accordance with the terms thereof. Dated at Fayetteville, Arkansas this //f day of Sct 1985__-L Signature of Sponsor's Attorney V FAA Form 5100-37 (10-84) Development or Noise Program .M8 Approval No. 29--RO213 FEDERAL ASSISTANCE 2. APPLI. a. NUMBER 3. STATE II. RUS13ER CANT'S I 84-186 APPLICA• TION •' - 1. TYPE PREAPPL'CATION APPLI• b. DATE IDENTI• b. DATE Year month day I OF p❑ -D CATION Year month day ACTION 06 APPLICATION 19 85 8 19 IFIER ASSIGNED 19 �r vraats (Mark ❑ NOTIFICATION OF INTERT (Opt) Lease ap. box) ❑ REPORT OF FEDERAL ACTION Blank 4. LEGAL APPLICANT/RECIPIENT - 5. FEDERAL EMPLOYER IDENTIFICATION NO. a. Applicantrsma : City of Fayetteville 71-6018462 b. Organization Unit : Same 6. C. Street/P.O. Bas : P. 0. Drawer F - PRO. I. NUMBER 12 ID I0 I1 1016 I d. City : Fayetteville a' CouM1 :Washington GRAM b. TITLE ctrom a State : Arkansas S. zIF coos: 72702 Federal Airport Improvement II. Contact Fang (Hama Catalog) Program a4• a telephone No.) : Don r, r i mat (col) c21-7700 7. TITLE AND DESCRIPTION OF APPLICANTS PROJECT 8. TYPE OFvAPPLICANT/RECIPIENT A -State H -Community Action Drake Field- Improvements to include extension of as�crsat I- Higher Educational l�utlon I -Indian Tribe the East parallel taxiway including medium u ric K -Other (Specify): intensity taxiway lighting; the construction E-Cirt Y 9 9 i F—Smodl District of a strengthening overlay for a distance of 500 orthctPurp". Entnappropriataletter© feet of the taxiway to the eastside de aircraft 9. TYPE OF ASSISTANCE apron; and addition of medium intensity taxiway A-0ulc Gmnt D-Imaranca lights to the existing east parking apron taxiway B-SuppiementiI Grant E-Otha Es[x appro- G C1aan priats leiter(s) eWi 30. AREA OF PROJECT IMPACT (Nance of cities, countine, 11. ESTIMATED MUM. 12. TYPE OF APPLICATION States, eta) I BER OF PERSONS A -New C-Rarislon E-Augmmntial BENEFITING B -Renewal D-Cantinuaticn Washin•gton and Benton Counties 200,000 Enter''propriatelefter 13. PROPOSED FUNDING 14. CONGRESSIONAL DISTRICTS OF: 15. TYPE OF CHANGE (For 19e ar 1:a) �Inemasa Dalian 1 -0th,, (Specify) a. APPLICANT b. PROJECT : a. FEDERAL I f 290.,_8a?L80.�D--Dacreese DolWn b. APPLICANT ' S - .:,--- Flncrease Duntiaa 16 ,16L0n.8 C 3rd 3rd D—Dacrs se Duration a STATE 1 (i .1 6a 8 16. PROJECT START 17. PROJECT E-Canwllation • DATE Year month day DURATION Enter appro• d. LOCAL - .00 1 19 85 9 15 4. Months prate kttsr(,) L II a. OTHER .00 10. ESTIMATED DATE TO Year month day I 19. EXISTING FEDERAL IDENTIFICATION NUMBER BE SUBMITTED I. roTAl. s 4.23, 216.5 0 FEDERAL AGENCY TO 1985 8 20 NA Z. FEDERAL AGENCY TO RECEIVE REQUEST (Nams, City. State. ZIP code) I 21. REMARKS ADDED DOT/FAA Oklahoma City Airports District Office, Bethany, OK I ❑ Yea 1 No 22. - a. To tho best of my Liostedge and belief, h. if rtgcind by 0.13 Circular A-95 th!S appliclian was mhmitted. pursuant to in- Response adata In this prwpplicatlon/aDPRption are s'Uuctions tharsin, to appropriate clearinghouses and sit rrwnses are attar ad: attached 5 THE true and merest, the document has been Responses previously received APPLICANT duly authorized by the governing body of CERTIFIES the applicant and the applicant will comply (1}iorthwest Arkansas Regional Planning Corn. O I w .. THATwith t..a attachad a ,rancas If the ttaiat— Y anceIsappraaad. (�rkansas Dept. of Local Services ❑ ❑ 23. a. TYPED NAME AND TITLE SIG NRE a DATE SIGNED 2 CERTIFYING Year month day G REPRE• Paul Noland, Mayor 19 SENTATIVE 85 8 19 20. AGENCY NAME 25. PPLICA• Year month day TRECEIVED 19 26. ORGANIZATIONAL UNIT 127. ADMINISTRATIVE OFFICE 23. FEDERAL APPLICATION IDENTIFICATION o_ ry 29. ADDRESS 30. FEDERAL GRANT s- IDENTIFICATION ra • 31. ACTION TAKEN 32. FUNDING Year month day 3d. Ysar month day a STARTING .5 Q a. AWARDED a. FEDERAL f .00 33. ACTION GATE' 19 I DATE 19 o Q b. REJECTED b. AFPLICDNT .00 35. CONTACT ; OR ADDITIONAL ;NFORMA- CS. Year month day TION Warne and telephone ,umber) ENDING Q c. RETURNED FOR e. STATE .OD DATE 19 N E11MME.YT d. LO AL .00 37. REMARKS ADDED c Q d. 0£FE:LRED e. omz I .00 Li Q a. WITHCranAWN }, TO $ .00 Q Yos C)No 33. s. In :.ties above action. any e.^nments resslved hen desringhomes were can. I b. FEDERAL AGENCY A-95 OFFICIAL I siderv:. II a5oncy rawme is dus under Fir visions of Pan 1, QM 9 Cireu!u 4-95, (Nano and teephone no.) FEDERAL AGENCY I It has base or is being bung. ' A-35 ACTION STANDARD FORM 424 PAGE 1 (10-75) • .. .. - Prescribed by GZA. Falerat Lasugemsnt Circular 74-7 DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION PART II PROJECT APPROVAL INFORMATION SECTION A Item 1. Does this assistance request require State, local, Name of Governing Body regional, or other priority rating? Priority Rating Yes X No Item 2. Does this assistance request require State, or local Name of Agency or advisory, educational or health clearances? Board Yes X No (Attach Documentation) Item 3. . Does this assistance request require clearinghouse review (Attach Comments) in accordance with OMB Circular A-95? Yes No 4. OMB NO. SO'ROIBd Comments will be forwarded upon receipt. Item 4. Does this assistance request require State, local, Name of Approving Agency regional or other planning approval? Date Yes No Item 5 Is the proposed project covered by an approved Check one: State Ti comprehensive plan? Local Regional [l Yes — 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. Number of: Will the assistance requested cause the displacement of Individuals individuals families, businesses, or farms? Families Businesses Yes X No Forms Item 10. Is there other related Federal assistance on this See instructions for additional information to be project previous, pending, or anticipated? provided. Yes X No FAA Form 5100-100 16-731 SUPE45_DE3 FAA FORM 5105-10 PAGES I THRU 7 - Page 2 /ART�ENT OF TRANSPORTATION — FEDERAL AVIATION ADMINISTRATION OMB no. 0a-Ro209 PART 11 - SECTION C (SECTION B OMITTED) The Sponsor hereby represents and certifies as follow-: 1. Compatible Land Use. —The Sponsor has taken the following action- to assure compatihlr usage of land adjacent to or in the vicinity of the airport: The sponsor has adopted a Drake Field Zoning Ordinance No, 2697 which regulates and restricts all land use activities in the vicinity of Drake Field. This ordinanbe was adopted January 20, 1980. 2. Defaults. —The Sponsor is not in default on any obligation to the l nited state, or an' agency of the I nited States Govern. ment relative tdthe development, operation, or maintenance of any airport. except a- stated herewith: r 3. Possil,lr Disabilities. —There are no farts or vircum,tancr- (including the exi-Irnce of effretiv.or proposed leases. u -e agreements or other legal instrumrnts affecting use of the Airport or the exi-tcnce of pending litigation or other ti -gal proceedings) which in reasonable probability might make it impossible for the Tpon-or to tarn out and comhletr the Prnject or yarn out the provisions of Part C of this Application. rithrr by limiting its legal or financial ability or otlrrrui,c. exurpl a- follows: a rs� 4. land. I(a) The Shmevrr hold- the following property intrre-t in the foll,M ink ar.'a, of land%birh are tip Le Ilrvein ped or used as part of or in connection will, the Airport.-uLjert to the following exception rncum braore-. and ads rr,e lot err-ts. all of which arias are identified on the -t-- --- ' property map de-ignated a- Exhibit mA" Sponsor awns fee simple title to the land shown as Tract "A" on Exhibit A. Title approved under previous projects for Tract A. Status of title has not changedisince approval. *State character of property interest in each area and list and identify for each all exreptions. encumbrances. and udi ersr interiltm of every kind and nature• including liens. easements, leases. rte. The separate areas of land need only be identified her, by the area numbers shou-n on the property map. ( I FAA Form 5100-100 (4-76) Page 3a i DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION OMB NO. 04-80209 PART II - SECTION C (Continued) 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 interests. (b) The Sponsor will acquire within a reasonable time, but in any event prior to the start of any construction work under the Project, the following property interest in the following areas of land* on which such construction work is to be performed, all of which areas are identified on the aforementioned property map designated as Exhibit "A": 1 , 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 properly map designated as Exhibit "A": None 5. Exclusive Riuhts.—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 I 1 *State character of properly 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 rnap. I FAA Form 51 00-1 00 I4.76I Page 3b FM AC 8106913 4 PART III - BUDGET INFORMATION - CONSTRUCTION SECTION A - GENERAL 1. Federal Domestic Assistance Catalog No.. . . . . . . . . . - 20,106 2. Functional or Other Breakout . . .. . . . . . . .......... - AI P SECTION B - CALCULATION OF FEDERAL GRANT Use only for revisions Cost Classification Latest Approved Adjustment Amount + or (-) s 1. Administration expense $ $ 2. Preliminary expense 3. Land structures, right-of-way 4. Architectural engineering basic fees 18,800.00 • 5. Other architectural engineering fees TESTING 2,500.00 6. Project inspection fees 16,845.00 7. LandIdevelopment 8. Relocation Expenses I 9. Relocation payments to Individuals and -Businesses I 10. Demolition and removal 11. Construction and project improvement 279, 173.10 12. Equipment 13. Miscellaneous 14. Total (Lines 1 through 13) 317, 918.10 15. Estimated Income (if applicable) O 16. Net Project Amount (Line 14 minus 15) 317,918.10 17. Less: Ineligible Exclusions (Non EliEligible Items) 1, O51 .6O 18. Add:Contingencies 6,350.00 19. Total Project Amt. (Excluding Rehabilitation Grants) 323,216.50 20. Federal Share requested of Line 19 290,894.80 21. Add Rehabilitation Grants Requested (100 Percent) O I 22. Total Federal grant requested (Lines 20 & 21) 290,894.80 23. Grantee share 16 ,160.85 24. Other shares I 16,160.85 25. Total project (Lines 22. 23 & 24) I $ 323, 216.50 S FAA Form 5100-100 16 131 SUPERSEDES FAA FORM 5100-10 PAGES 1 THRU 7 S Total Amount Required 18,900.00 2,500.00 16,845.00 279,673.10 317,918.10 n -417,918.10 1,051.60. 6,350.00 323,216.50 290.894.80 O 290.894.80 16,160.85 16,160.85 Is 323,216.50 Page • DEPARTMENT OF TRANSPORTATION - FEDERAL AVIATION ADMINISTRATION 0.10 ''o- :)-j,5 4' SECTION C — EXCLUSIONS Classification Ineligible for Excluded from P art is ipar ion Contingency Provision 26 (1) (2) a, 1 $ $ b. c. i d. I iC. g... I. — Totals $ $ SECTION D — PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE 1 27. .Grantee Share a. Securities b. Mortgages I c. Appropriations (By Applicant) d. Bonds e. Tax Levies r f. Non Cash I g. Other(Explain) h. TOTAL — Grantee share 28. Other Shares I a. State (50% of local share) b. Other r c. Total Other Shares 29. TOTAL SECTION E — REMARKS. E 16,160.85 16,160.85 S 16,160.85. 16,160.85 S 32,321.70 * Contingent upon approval of grant application to Arkansas Division of Aeronautics. IfilState grant is not approved, the City's contribution will be $32,321.70. The following is attached and incorporated herein: Exhibit "A" dated. Feb. 1983 The following is incorporated herein by reference: Plans and Specifications approved by FAA July 12, 1985. T PART IV PROGRAM NARRATIVE (Attach — See Instructions) FAA Form 5100.100 (5-731 SUPERSEDES FAA FORM 5100-10 PAGES 1 THRU 7 PG9e S FAA AC 73.0232 I.__ X ' ILL LOST I A< z¢ M c O c w z • L; -I O Y M Y M N C 00 fr4 __••1 < CJCl) ua = 1 c F co _ 1 u < N C o a H 1 1 S o C C a z. ` < \ o • O II In - N < M = ,-� \ y .N x C J e� .-I CO n ._. - c 10Z£T r to -- a < > a• co �' F %J U) N- - 1 N r .--i G' C N M O N N D O N d1 Al j •• .. 1df ♦ n A PART V ASSURANCES (Public Agency Sponsors of Development or Noise Program Projects) A. GENERAL. 1. These assurances shall be complied with in the performance of the following grant agreements: IAirport development and noise program implementation grants to airport sponsors. 2. These assurances are required to be submitted as part of the project application by sponsors requesting funds under the provisions of the Airport and Airway Improvement Act of 1982 or the Aviation Safety and Noise Abatement Act of 1979. This set of assurances includes only those assurances which are applicable to a sponsor who is a npublic agency with control of a public -use airport. 1 3. Deleted. 1 4. Upon acceptance of the grant offer by the sponsor, these assurances are incorporated in and become part of the grant agreement. I B. DURATION AND APPLICABILITY. Airport Development or Noise Program Implementation Projects undertaken by a public agency (airport sponsor). The terms, conditions and assurances of the grant agreement shall remain in full force and effect throughout the useful life of the facilities developed or equipment acquired for an airport development or noise program implementation project, or throughout the useful life of the project items installed within a facility under a noise program implementation project, but in any event not to exceed twenty (20) years from the date of acceptance of a grant offer of Federal funds for the project. However, there shall be no limit on the duration of the assurance against exclusive rights or the terms, conditions, and assurances with respect to real property acquired with Federal funds. Furthermore, the duration of the Civil Rights assurance shall be as specified in the assurance. I C. SPONSOR CERTIFICATION. The sponsor hereby assures and certifies, with respect to this grant that: 1. General Federal Requirements. It will comply with all applicable Federal laws, regulations, executive orders, policies, guidelines and requirements as they relate to the application, acceptance and use of Federal funds for this project including but not limited to the following: Federal Legislation aFederal Aviation Act of 1958 - 49 U.S.C. 1301, et seq. b. Hatch Act - 15 U.S.C. 1501, et seq. o. Federal Fair Labor Standards Act - 29 U.S.C. 201, et seq. d. Davis -Bacon Act - 40 U.S.C. 276(a), et seq. e. Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 - Titles II and 1 III, 42 U.S.C. 4621-4655. r f. National Historic Preservation Act of 1966 - Section 106 - 16 U.S.C. 470(f). g. Archeological and Historic Preservation Act of 1961 - 16 U.S.C. 461, et seq. h. Flood Disaster Protection Act of 1973 - Section 102(a) - 42 U.S.C. 4001, note. 1: Rehabilitation Act of 1973 - 29 U.S.C. 794. j. Civil Rights Act of 1964 - Title VI - 42 U.S.C. 2000d, et seq. k. Aviation Safety and Noise Abatement Act of 1979, 49 U.S.C. 2101, at seg. 1: Age Discrimination Act of 1975 - 42 U.S.C. 6101, et seq. m. Architectural Barriers Act of 1968 — 42 U.S.C. 4151, et seq. n. Airport and Airway Improvement Act of 1982 - 49 U.S.C. 2201, et seq. o. Powerplant and Industrial Fuel Use Act of 1978 - Section 403 42 U.S.C. 8373. p. Contract Work Hours and Safety Standards Act - 40 U.S.C. 327, et seq. q. Copeland Kickback Act - 18 U.S.C. 874. r. National Environmental Policy Act of 1969 - 42 U.S.C. 4321, et seq. a. Endangered Species Act - 16 U.S.C. 668(a), et seq. I Executive Orders. I Executive Order 12372, Intergovernmental Review of Federal Programs. Federal Regulations. 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 CFA Programs. FAA Form 5100-100 Part 23 - Participation by Minority Business Enterprise in Department of Transportation (10-84) Development or Noise Program - Public Sponsor Page 6 c. 49 CFR Part 25 - Relocation Assistance and Land Acquisition for Federal and Federally Assisted Programs. d. 29 CFR Part 1 - Procedures for Predetermination of Wage Rates. ,e. 29 CFR Part 3 - Contractors or Subcontractors on Public Buildings or Public Works Financed in Whole or Part by Loans or Grants from U,S, if. 29 CFR Part 5 - Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction. 1g. 49 CFR Part 27 - Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance. 1 h. 41 CFR Part 60 - Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor (Federal and Federally -assisted Contracting Requirements). ` i. 14 CFR Part 150 - Airport Noise Compatibility Planning. Office of Management and Budget Circulars. 1 a. A-87 - Cost Principles Applicable to Grants and Contracts with State and Local Governments, b, A-102 - Uniform Requirements for Assistance to State and Local Governments. ,Specific assurances required to be included in grant agreements by any of the above laws, regulations or circulars are incorporated by reference in the grant agreement. 2. 1 Responsibility and Authority of the Sponsor. lIt has legal authority to apply for the grant, and to finance and carry out the proposed project; that a resolution, motion or similar action has been duly adopted or passed as an official act of the applicant's governing body authorizing the filing of the application, including all understandings and assurances contained therein; and directing and authorizing the person identified as the -official representative of the applicant to act in connection with the application and to provide such additional information as may be required. I 3. )Sponsor Fund Availability. It has sufficient funds available for that portion of the project costs which are notto be paid by the United States. It has sufficient funds available to assure operation and maintenance of items funded under the grant agreement which it will own or control. 1 4. jGood Title. It holds good title, satisfactory to the Secretary, to the landing area of the airport or site thereof,, or will give assurance satisfactory to the Secretary that good title will be acquired. lFor noise program implementation projects to be carried out on the property of the sponsor, it holds good title satisfactory to the Secretary to that portion of the property upon which Feder,�l Funds will be expended or will give assurance to the Secretary that good title will be obtained. 5. Preserving Rights and Powers. a. It will not take or permit any action which would operate to deprive it of any of the rights and powers necessary to perform any or all of the terms, conditions, and assurances in the grant agreement without the written approval of the Secretary, and will act promptly 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 inja manner acceptable to the Secretary. - }b. It will not sell, lease, encumber or otherwise transfer or dispose of any part of its title or other interests in the property shown on Exhibit A to this application or, for a noise program implementation project, that portion of the property upon which Federal funds have been expended, for the duration of the terms, conditions, and assurances in the grant agreement without approval by the Secretary. If the transferee is found by the Secretary to be eligible under the Airport and Airway Improvement Act of 1982 to assume the obligations of the grant agreement and to have the power, authority, and financial resources to carry out all such obligations, the sponsor shall insert in the contract or document transferring or disposing of the sponsor's interest, and make binding upon the transferee, all of the terms, conditions, and assurances contained in this grant agreement. Ic. For all noise program implementation projects which are to be carried dut by another unit of local government or are on property owned by a unit of local government other than the sponsor, it will enter into an agreement with that government. Except as otherwise specified by the Secretary, that agreement shall obligate that government to same terms, conditions, and assurances that would be applicable to it if it applied directly to the FAA for a grant to undertake the noise program implementation project. That agreement and changes theretolmust be satisfactory to the Secretary. It will take steps to enforce this agreement against the local government if there is substantial noncompliance with the terms of the agreement. FAA Form 5100-100 (10-84) Development or Noise Program - Public Sponsor Page 7 6 d. For noise program implementation projects to be carried out on privately owned property, it will enter into an agreement with the owner of that property which includes provisions specified by the Secretary. It will take steps to enforce this agreement against the property owner whenever there is substantial noncompliance with the terms of the agreement. e. Deleted. ) V. If an arrangement is made for management and operation of the airport by any agency or person other than the sponsor or an employee of the sponsor, the sponsor will reserve sufficient rights and authority to insure that the airport will be operated and maintained in accordance with the Airport and Airway Improvement Act of 1982, the regulations and the terms, conditions and assurances in the grant agreement and shall insure that such arrangement also requires compliance therewith. E 6. Consistency with Local Plans. The project is reasonably consistent with plans (existing at the time of submission of this application) of public agencies that are authorized by the state,}n which the project is located to plan for the development of the area surrounding the airport. For noise program implementation projects, other than land acquisition, to be carried out on property not owned by the airport and over which property, another public agency has land use control or authority, the sponsor shall obtain from each such agency a written declaration that such agency supports the project and the project is reasonably consistent with the agency's'plans regarding the property. 7. Consideration of Local Interest. It has given fair consideration to the interest of communities in or near which the project may be located. 1 8. Consultation with Users. In making a decision to undertake any airport development project under the Airport and Airway Improvement Act of 1982, it has undertaken reasonable consultations with affected parties using the airport at which the project is proposed. 1 9. 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. It shall, when requested by the Secretary, submit a copy of the transcript of such hearings to the Secretary. 10. Air and Water Quality Standards. In projects involving airport location, a major runway extension, or runway location it will provide for the Governor of the state in which the project is located to certify in writing to the Secretary that the project will be located, designed, constructed, and operated so as to comply with applicable air and water quality standards. In any case where such standards have not been approved and where applicable air and water quality standards have been promulgated by the Administrator of the Environmental Protection Agency, certification shall be obtained from such Administrator. Notice of certification or refusal to certify shall be provided within sixty days after the project application has been received by the Secretary. I. 11. Deleted. I 12. Terminal Development Prerequisites. For projects which include terminal development at a public airport, 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 by passengers enplaning or deplaning from aircraft other than air carrier aircraft. 1 13. Accounting System, Audit, and Recordkeeping Requirements. a. It shall keep all project accounts and records which fully disclose the amount and disposition by the recipient of the proceeds of the grant, the total cost of the project in connection with which the grant is given or used, and the amount and nature of that portion of the cost of the project supplied by other sources, and such other financial records pertinent to the project. The accounts and records shall be kept in accordance with an accounting system that will facilitate an effective audit in accordance with the U.S. General Accounting Office publication entitled Guidelines for Financial and Compliance Audits of Federally Assisted Programs. b. 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 the grant. The Secretary may require that an appropriate audit be conducted by a recipient. In any case in which an independent audit is made of the accounts of a sponsor relating to the disposition of the proceeds of a grant or relating to the project in connection with which the grant was given or used, it shall file a certified copy of such audit with the Comptroller General of the United States not later than 6 months following the close of the fiscal year for. which the audit was made. lq. Minimum Wage Rates. It shall include, in all contracts in excess of $2,000 for work on any projects funded under the grant agreement 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 (110 U.S.C. 276a --276a-5), which contractors shall pay to skilled and unskilled labor, and such minimum rates shall be stated in the invitation for bids and shall be included in proposals or bids for the work. FAA Form 5100-100 (10-8q) Development or Noise Program - Public Sponsor Page 8 u 15. Veterans Preference. It shall include, in all contracts for work on any projects funded under the grant agreement which involve labor, such provisions as are necessary to insure that, in the employment of labor (except in executive, admininstrative, and supervisory positions), preference shall, be given to veterans of the Vietnam era and disabled veterans as defined in Section 515(c)(1) and (2) of the Airport and Airway Improvement Act of 1982. However, this preference shall apply only where the individuals are available and qualified to perform:the work to which the employment relates. 16. Conformity to Plans and Specifications. It will execute the project subject to plans, specifications, and schedules approved by the Secretary. Such plans, specifications, and schedules shall be submitted to the Secretary prior to commencement of site preparation; construction, or other performance under this grant agreement, and, upon approval by the Secretary, shall be incorporated into this grant agreement. Any modifications to the approved plans, specifications, and schedules shall also be subject to approval by the Secretary and incorporation into the grant agreement. 17. Construction Inspection and Approval. It will provide and maintain competent technical supervision at the construction site throughout the project to assure that the work conforms with the plans, specifications, and schedules approved by the Secretary for the project. It shall subject the construction work on any project contained in an approved project application to inspection and approval by the Secretary and such work shall be in accordance with regulations and procedures prescribed by the Secretary. Such regulations and procedures shall require such cost and progress reporting by the sponsor or sponsors of such project as the Secretary shall deem necessary. 1 18. Deleted. 19. Operation and Maintenance. i a. It will suitably operate and maintain the airport and all facilities thereon or connected therewith, with due regard to climatic and flood conditions. The airport and all facilities which are necessary to serve the aeronautical users of the airport, other than facilities owned or controlled byl the United States, shall be operated at all times in a safe and serviceable condition and in accordance with the minimum standards as may be required or prescribed by applicable Federal, state, and local agencies for maintenance and operation. It will not cause or permit any activity or action thereon which would interfere with its use'for airport purposes. In furtherance of this assurance, the sponsor will have in effect at all times arrangements for -.- (1) Operating the airport's aeronautical facilities whenever required; (2) Promptly marking and lighting hazards resulting from airport conditions, including temporary conditions; and 4 (3) Promptly notifying airmen of any condition affecting aeronautical use of the airport. 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. Further, nothing herein shall be construed as requiring the maintenance, repair, restoration, or replacement of any structure or facility which is substantially damaged or destroyed due to an act of God or other condition or circumstance beyond the control of the sponsor. I b. It will suitably operate and maintain noise program implementation items that it owns or controls upon which Federal funds have been expended. 20. 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. i 21. 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. In addition, if the project is for noise program implementation, it will not cause or permit any change in land use, within its jurisdication, that will reduce the compatibility, with respect to the airport, of the noise compatibility program measures upon which Federal funds have been expended. I 22. Economic Nondiscrimation. 1 a. 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. f b. 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 provision requiring the contractor-- FAA Form 5100-100 (10-84) Development or Noise Program - Public Sponsor Page 9 . ' (1) To furnish said services on a fair, equal, and not unjustly discriminatory basis to all users thereof,. and (2) To charge fair, reasonable, and not unjustly discriminatory prices for each unit or service, provided, that the contractor may be allowed to make reasonable and nondiscriminatory discounts, rebates, or other similar types of price reductions to volume purchasers. c. Each fixed -based operator at any airport owned by the sponsor shall be subject to the same rates, fees, rentals, and other charges as are uniformly applicable to all other fixed -based operators making the same or similar uses of such airport and utilizing the same or similar facilities. I d. Each air carrier using such airport shall have the right to service itself or to use any fixed -based operator that is authorized or permitted by the airport to serve any air carrier at such airport. e. Each air carrier using such airport (whether as a tenant, nontenant, orb subtenant of another air carrier tenant) shall be subject to such nondiscriminatory and substantially comparable rules, regulations, conditions, rates, fees, rentals, and other charges 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. 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. I f. 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, repair, and fueling) that it may choose to perform. I g. 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. I h. 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. I i. The sponsor may prohibit or limit any given type, kind, or class of aeronautical use of the airport if such action is necessary for the safe operation of the airport or necessary to serve the civil aviation needs of the public. t 23. Exclusive Rights. It will permit no exclusive right for the use of the airport by any persons providing, or intending to provide, aeronautical services to the public. For purposes of this paragraph, the providing of services at an airport by a single fixed -based operator shall not be construed as an exclusive right ifiboth of the following apply: (1) It would be unreasonably costly, burdensome, or impractical for more than onej fixed -based operator to provide such services, and (2) If allowing more than one fixed -based operator to provide such services would require the reduction of space leased pursuant to an existing agreement between such single fixed -based operator and such airport. I u It further agrees 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 conductan aeronautical activity now existing'at such an airport before the grant of any assistance under the Airport and Airway Improvement Act of 1982. J 24. Fee and Rental Structure. It will maintain a fee and rental structure consistent with Assurances 22 and 23, 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. No part of the Federal share of an airport development, airport planning or noise compatibility project for which a grant is made under the Airport and Airway Improvement Act of 1982, 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. 25. Airport Revenue. If the airport is under the control of a public agency, all revenues generated by the airport will be expended by it 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 -convenants 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 revenues generated by the airport shall not apply. FAA Form�5100-100 (10-84) Development or Noise Program - Public Sponsor Page 10 I . - 26. Reports and Inspections. It will submit to the Secretary such annual or special financial and operations reports as the Secretary may reasonably request. For airport development and airport planning projects, it will also make the airport and all airport records and documents affecting the airport, including deeds, leases, operation and use agreements, regulations and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request. For noise program implementation projects, it will also make records and documents relating to the project and continued compliance with the terms, conditions, and assurances of the grant agreement including deeds, leases, agreements, regulations, and other instruments, available for inspection by any duly authorized agent of the Secretary upon reasonable request. 1 27. Use of Governement 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 imonth that-- a. Five (5) or more government aircraft are regularly based at the airport or on land adjacent thereto; Ior - b. The total number of movements (counting each landing as a movement) of government aircraft is 300 or more, orithe 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. 1 28. Land for Federal Facilities. It will furnish without cost to the Federal Government for use 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, operation, and maintenance at Federal expense of space or facilities for such purposes. Such areas or any portion thereof will be made available as provided herein within four months after receipt of a written request from the Secretary. 1 29. 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 purposed 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. J 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. 1 30. 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. 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. FAA Form 5100-100 (10-8q) Development or Noise Program - Public Sponsor Page 11 I 1 FAYLTTEVILLL, AIRPORT DEPARTMENT P. O. DRAWER ► I August 14, 1985 Mr! Bob A. Smith Federal Aviation Administration FAA Building -Room 204 Wiley Post.Airport Bethany, OK 73008 RE! Application for Federal Assistance I Drake Field, Fayetteville, Arkansas Dear Mr. Smith: ARKANSAS (9011 611-1700 f&70 MICROFILMED Please find enclosed the original and five copies of the following doc- uments: 1 • Standard Form 424, Page 1 FAA Form 5100-30, Page 2 Letter regarding proposed funding of the non-federal share of the project Program Narrative Staterrent ASWRO Supplement to FAA Form 5100-30 Programming Sketch Land Acquisition Estimate Certification and Assurance Concerning Land Acquisition and Relo- cation Policies Letter regarding consultation with air carriers aid fixed base operators Clearinghouse letters will be forwarded upon receipt by the City. If any additional information is needed, please let us know. l Sincerely, I Marilyn Johnson Assistant Mayor 1p . .•. - ' ...:. .-: :. ;, kr,- OAIB Approval No. $-RO21B FEDERAL ASSISTANCE L A° aNUMBER 3APM�,IACAIr �, NOMBER n,s 1. TYPE PREAPPUCATION APPLI- I b. DATE I DEENTI, b. DATE Year month day A ACTION APPLICATION CATION 19 85r th 8Sy PER ASSIGNED 19 (Markap- ❑ NOTIFICATION OF INTENT (Opteave ) L card" ❑ REPORT OF FEDERAL ACTION BldinJk d. LEGAL APPLICANT/RECIPIENT w. Applicant Nan : City of Fayetteville b. Orgaaisadon son : City of Fayetteville C. Sbaat/P.O. Dot : P. O. Drawer F d. at, : Fayetteville w. c s : Washington ,. stow : Arkansas - R. ziPcxe: 72702 b. Contest .Pawn (Name Don Grimes, City Manager e telephone Na.) : 501-521-7700 7. TITLE AND DESCRIPTION OF APPUCANDS PROJECT Drake Field Airport: This project consists of the acquisition of 3 acres of land adjacent to the airport terminal area, 6. FEDERAL EMPLOYER IDENTIFICATION NO. 71-60184625. I L I PRO- 'a. NUMBER I2 ID I' LL I0 16 1 GRAM b. TITLE Federal Airport 7nprovement Catalog) Program B. TYPE OF APPLICANT/RECIPIENT A•Stste H -Community Action Agency B-tnteratttw I- Higher Educational Institution C - Subsist }Indian Tribe D0 c K -Other (Specify): E -ply F -School District B�Syaiol Porpotw 0 ' Enter appropriate letter 9. TYPE OF ASSISTANCE A -Salt Grant D -Insurance B-Supplem"Itl 'Grant Ether Enter onto - C -Lan ptiate letter(a) 10. AREA OF PROJECT IMPACT (Names of e(tia. conntiee, I11. ESTIMATED NUM- 12. TYPE OF 'APPLICATION State, etc.) BER OF PERSONS A -New C-Rerision E-Augmentatia BENEFITING B -"oval D-tantinuition Fayetteville, Washingtom; Arkansas I 200.000 Enter appropriate letter 13. PROPOSED FUNDING 14. CONGRESSIONAL DISTRICTS OF: 15. TYPE OF CHANGE (For 12c or lie) A -mans. Dollars F -Other (Specify) : aAPPLICANT a. FEDERAL s 72,000 .00 . b. PROJECT 8 -Decrease Dollars C -Increase Duration b. APPLICANT 4,000 .00 03 03 D-Deueaa Duration e. STATE 4,000 16, PROJECT START 17. PROJECT E- nallatlon Ci .00 DATE Ymrmonth dap I DURATION Enter appro- ,rr(ata tetter(a) IIlJ d. LOCAL .00 1985l015 10 15 4 Months e-$TNER 18. ESTIMATED DATE TO Year month .day 19. EXISTING! FEDERAL IDENTIFICATION NUMBER ,GC j BE SUBMITTED TO FEDERAL AGENCY 1955 •'.. P TOTAL $ 80,000 .00 ► 8 9 NA 20. FEDERAL AGENCY TO RECEIVE REQUEST (Name, City, State, ZIP code) i 21, REMARKS ADDED DDT, FAA, Okla City Airports Dist..Office, Bethany, nx ❑ Yes 7�No 22, a. To the beet of my knowledge and belief, b. If required by ONB Circular A-95 this application was submitted, pursuant to in- No re- Response data In this praPNlatlur/appliatiw am atructiva tbando, to appropriate clearinghouses and all responses am attached: sponge attached THE true and contact, the doamant his ban APPLICANT duly authorized by the Reaming •body at Responses to be forwarded upon receipt: ❑ CERTIFIES to applicant and the applicant will amply (1) State Clearinghouse O ❑ THAT► with the ettacbd aarnsa N the robs- W . we. Is approved. (3) ❑ ❑ a TYPED NAME AND TIRE SIGNATURE c. DATE SIGNED 10. CERTIFYING Marilyn Johnson _' /� I Year month day REPRE L� SENTATE Assistant Mayor 24. AGENCY NAME 25. APPLICA- Year month day TION RECEIVED 19 26, ORGANIZATIONAL UNIT 27, ADMINISTRATIVE OFFICE FEDERAL APPLICATION .!28. IDENTIFICATION 29. ADDRESS 'b 30. FEDERAL GRANT IDENTIFICATION 31. ACTION TAKEN 32- FUNDING Year month day 34. Year month day aST AWARDED a. FEDERAL 3 .00 33. ACTION DATE ► 19 DATETING19 b. REJECTED b. APPLICANT .00 35' CONlIONTACT R ADDITIONAL 35. Year month day (Name namberORMA. ENDING e RETURNED FOR c. STATE .00 DATE 19 AMENDMENT d. LOCAL .00 37. REMARKS ADDED d. DEFERRED e. OTHER .00 o a WITHDRAWN I. TOTAL $ .00 oYes ONO 38. a. In taking above action, arty wmmenb rewired from dawn¢Aouen rate an- I b. FEDERAL AGENCY A. -9S OFFICIAL ddcred. If agency response Is den andar PsswWoa of Part 1, 0MB Clrculu A-95, (Name amd tetnhone mo.) FEDERAL AGENCY N his been m b bdng nsde. I A-95 ACTION ' STANDARD FORM 424PAGE 1 (10-75) 424-101 . „ Pyaen-btd by GSA, Federal Management Circular U-? • DEPARTMENT OF TRANSPORTATION • FEDERAL AVIATION ADMINISTRATION • . II PREAPPLICATION FOR FEDERAL ASSISTANCE OMB NO. B0 -R0157 (V. t :.PART <-- 1. Does this assistance recuest require State,'local, regional or other priority rating? . YesI. 2. Does this assistance recluire'State or local advisory, educational or health clearance? Yes y No .' ♦. , ., 3. Does this assistance request require Clearinghouse review? Yes - ,Nowi11 be ;forwarded upon receipt, 4.;Does this assistance request require State, local, regional or other planning approval? • Yes _ No, 5."ts the proposed project covered by an approved comprehensive plan? Yes LNo 6. `Will the assistance requested serve a Federal installation? - Yes _________ No 7. Will the assistance requested beds Federal land or installation' -'Yes YX 'No 8. Will the assistance requested have an effect on the environment' Yes Y— No 9. Will the assistance•requested•cause'the displacement of individuals, families,'businesses, or farms? Yes No 10.' 10.' Is there other'related assistance for' his project previous, pending, or anticipated? Yes — S- No PART III — PROJECT BUDGET - FEDERAL CATALOG s TYPE OF ASSISTANCE FIRST BUDGET PERIOD BALANCE OF PROJECT NUMBER - •LOAN, GRANT, ETC, 'TOTAL "" fat :� . .;:, „ry) . J ' - •.- . (c) .- (d) (e) 1• 20,106.-- ;:-AIP 80,000 ♦ 2 •1 3. :, .. .. 4. F 5♦ 6.Total Federal Contribution S S S 72.000 7. State Contribution 8. Applicant Contribution 9. Other Contributions 4,000 4,000 10. Totals $ $ S 80,000 PART IV - PROGRAM NARRATIVE STATEMENT (Attach per instruction) (attached) FAA Form 510030 (6-73) SUPERSEDES FAA FORM 5100-3 -1. Page 2 FAYETTEVILLE, ARKANSAS AIRPORT DEPARTMENT P. O. DRAWER ■ I!OII ,21.4720 72702 August 14, 1985 r Mr. Bob A. Smith, Manager Federal Aviation Administration FAA Building - Roan 204 Wiley Post Airport Bethany, Oklahoma 73008 RE: Application for Federal Assistance Drake Field, Fayetteville, Arkansas .. Dear Mr. Smith: I. The proposed method of funding the non-federal share of this project is contingent upon approval of a grant application to the State of Arkansas Aeronautics Commission. If the state grant is not approved, the City's contribution will be $8,000. Presently the City has funds available for ten percent (10%) of the project cost. Sincerely yours, Donald L. Grimes. City Manager 1p s i Program Narrative Statement The land to be acquired is presently, unused, vacant land. The acquisition will not cause the displacement of any in- dividual, family, business or farm. The land will be used by the airport for future expansion of terminal or related facilities. SOUTHWEST REGION, DOT FAA E ' :[ : • SUPPLEMENT TO PREAPPLICATION FOR FEDERAL ASSISTANCE DATED Augusts, 1985 SUBMITTED BY City of Fayetteville (SPONSOR) TO MPROVE Drake Field AIRPORT DESCRIPTION OF WORK TO BE ACCOMPLISHED (Lie, by principal work item) (Use neereer dollar) ITEM OP WORK TOTAL ESTIMATED SPONSOR'S FAA ESTIMATED DATE" A COST FUNDS FUNDS WORK WOULD ' REQUESTED COMMENCE MO. DESCRIPTION E C 0 -E } 1. Land Acquisition $80,000 $8,000 $72,000 10-15-85 i TOTALS —► $80,000 $8,000 $72,000 ' ESTIMATED COST OF WORK ITEMS DESCRIBED IN ITEM 5 ABOVE (Use reared dolma LIST BY ": 'ITEM OF ACQUISITION PREPARATION PAVING LIGHTING MISCELLA- BUILDINGS HEOUS TOTAL WORK NO. S+: A B C D E F "G - H 1 $80,000 $80,000 TOTALS $80,000 (ASWRO Supplement to FAA Form 5100-30) $80,000 1 • rq •- C 1 660 I. Co nz vt1 -a rr c r.. v • T 3 J t I a c m z z x a o �+ K v 5 o z D ttl N r.. N Z N n II o• z - 2 IP C 1303.5' I Ye in 1320' . --1 \ n 1 O rc N (D (D y v . - Cl, 1 r0 1 a. ^> 1 N - O f n 180'.1'' 1/ 1320' -s c �� sz j z 660 ' R'`11 ,fl zn L.. 1303.5' r 3' • . ap O N n W ? ' r cn N w 2 1r U 1+D 1320' Z G . __ _. .. C V. • p N a o p N N 1 1 N 10 to . W r J N Z?o r j n > < n -1320' • C K• F C _ ,.J- N •r i a _ co J � K "1 o 0 5 rn 1 \ 1 t. �• aF 1 =y c L,. -� _ n n 0 180,'.17' N -c M j rn 7 S - r.. � m - o S S rr __ -1 l z C- I v I �1r'N 0 \ — 660 2L N 2 tn r y r „ 1303.S' J• - 3 o• a 0 to O > n u ≥ ry Z N N Z r Z F f � m u z c -t 1320' - o P o 0 N q o ' N N 1 v o w N 10 IO V cn ^ o � > A :+ "�--1 1520' v w N. A I O \\ u N 0 a - ;i \ .0 1 611.3' 1 n \ 1 Ni L_ z n R A O -r 1807.17' - 7: z rr n ► o ► 660 CO Za �' . C gg > y_'3 n .. 1 03.5' U U. - llQ ri m W r r to J+ I e 12 ` 1320' CO 'S o X �i o - z a 3 r a 0 ?l N Fp a C N N a -10 N b t0 V N ' C - Cl) - K r• 1320' z A x v w N N _ V1 '4 611.3' l 0 1 \\ v S - S \ rte - r r� C r � z 0 -z 180'.17' = ' •. - 9. oNN1r I� I rt pa o PI O CD O O Cf. •1 g. OM I V OD � A H O OH O H C CO 0 H A H OH C H , n CO Air 0 H H H H C7 H OH i o 1.1 la � H z H O P7 H cm z ro H P] O H z H P7 I Si sir 1 • D ISS I I, •171 • , 'SI I,l. I , • '. '171 • , • Y. C • D •ly. •.�'.aR 1• • •, 1 S • , •..... The City of Fayetteville (hereinafter referred to as "Sponsor") hereby assures and certifies that it will ccnply with the following when acquiring or taking possession of any interest in land included in or used for the ADAP Project covered or to be covered by the Preapplication (or Application) for Federal Assistance to which this certification is affixed. 1(A) Pursuant to Sections 210 and 305 of the Uniform. Relocation Assistance and Real Property Acquisitions Policy Act of 1970 (PL 91-646); Part 25, Regulations of the Secretary of Transportation, "Relocation Assistance and Land acquisition under federal and Federally Assisted Programs" (49 CPR Part 25, 40 Fed. Reg.41040); the Regulations: and other applicable provisions of law --the terms used in this paragraph to have the meanings assigned to them.under such Act and regulations: 1. Sponsor will provide fair and reasonable relocation pay- aants to displaced persons as required by Subparts E, F, and G of said Part 25; 2. Sponsor will provide relocation assistance programs for displaced persons offering the services described in Subpart D of said Part 25; 3. Sponsor will adequately inform the public of the relocation payments and services which will be available under Subparts D, E, F, and G of said Part 25; 4. Comparable replacement dwellings will be available, or provided if necessary, within a reasonable period of time before any person is displaced; 5. Sponsor will fully comply with Subpart I of said Part 25; 6. Sponsor will adequately inform the public of the acquisi- tion policies, requirements, and payments which will apply to the project with respect to any acquisition of real property to which said Part 25 and this agreement apply; 7. When approval of the FAA is required before Sponsor may proceed with any phase of the Project and that phase will cause the dinnlnrement of any perncn C ,. ,._ ,... Vponsorwi,l prior to proceeding with that phase provide the FAA with written assurances satisfactory to the FAA that: Page 2 of 2 (ASt+B—ctt/77) 2 (a) Based on a current survey and analysis of available replacement housing and in consideration of competing demands, for that housing, comparable replacement dwellings will be available within a reasonable period of time prior to displacement, equal in number to the displaced persons who require them; and (b) The•Sponsor's relocation program is realistic and is adequate to provide orderly, timely, and efficient relocation of displaced individuals and families to decent, safe, and sanitary hous- ing available to persons without regard to race, color, religion, or national origin with minimum hardship to those affected. (B) With respect to every person who was displaced or•frnm whom real property was acquired after 1 January 1971 and who would have been entitled to any payments or relocation assistance purs'iane to the assurances in.this agreement had this agreement been in effect at the Lime ui.sucn uispiacement or acquisition, Sponsor represents -and under- takes as the case may be: (1) that such person has received or will receive all the payments and has timely been or will be timely' afforded all the assistance and advantages that would have accrued to him under the provisions of this paragraph had he been displaced or the real property acquired or his, entitlements as such tenant accrued subsequent to thedate of this agreement; and (2) that Sponsor has timely performed or will timely perform all acts that would have been or would still be required of the sponsor had the assurances of this paragraph been appli- cable at the times identified in this paragraph. (C) Until and including 1. July 1972, the provisions of this paragraph, other than subparagraph l(A)(4), shall be applicable only to the extent that Sponsor is able to comply with them'underapplicable State law; after 1 July 1972, such provisions shall be applicable in their entirety regardless of the extent to which Sponsor is able to comply with them under applicable State law. Subparagraph 1(A){4y shall be applicable to all times under this agreement. (D) The obligation of the United States under this agreement to share in the allowable costs incurred by Sponsor under this paragraph shall be subject to all the pertinent and applicable provisions, limi- tations, and conditions contained in the laws and regulations referred to in this paragraph. Fornal suhmission of the Preapplication (or Application) for Federal Assistance to which this is affixed shall constitute Spensor's.agreement to the terms hereof. Page 2 of 2 (ASWFO--0ct/77) FAYETTEVILLE, AIRPORT DEPARTMENT P. D. DRAWER IN (9011 Ul-4790 711702 August 7, 1985 Mr. Bob A. Smith, Manager Federal Aviation Administration FAA Building - Roan 204 Wiley Post Airport Bethany, Oklahoma 73008 RE: Application for Federal Assistance Drake Field, Fayetteville, Arkansas Dear Mr. Smith: This letter is to confine the fact that the City of Fayetteville has consulted with all of the air carriers and the fixed base operator at Drake Field Airport, Fayetteville, Arkansas, concerning the city's application for Federal Assistance for land acquisition. This has been discussed in Airport Committee meetings with representatives of the carriers and fixed base operator present. We trust this will meet with your approval. If you have any questions, please feel free to contact me. Sincerely yours, Donald L. Grimes City Manager 1p cc: Dale Frederick, Airport Manager ```i\�\PH\U\\\\\\111p^1j1j1j1j1j/ . •1 �-� ICl/ AIRPORT DEPARTMENT P. D. DRAWER P 10D11121-4750 72701 MICROFILMED August 21, 1985 Bob Smith, FAA Oklahoma City Airports District Office 204 FAA Building - Wiley Post Airport Bethany, Oklahoma 73008 Dear Mr. Smith: Enclosed please find the following, as application for federal funds for Drake Field inprovenents - AIP 3-05-0020-05: Federal Assistance - Standard Form 424, Page 1 FAA Form 5100-100, Page 3a FAA Form 5100-100, Page 4, Calculation of Federal Grant FAA Form 5100-100, Page 5, Method of Financing and Remarks Exhibit A, Airport Layout Construction Cost Estimate Bid Tabulation Minority Business Enterprise Certification If you have any questions, please oontact Dale Frederick, Airport Manager, at 501-521-4750. Sincerely yours, 1p Enclosure: FAA Application Copy: Dale Frederick t OMB ADProvel No. 29-RO21S FEDERAL ASSISTANCE 2. APPLI• A• NUMBER 0. STATE 'l' a. NUMBER CANTS 84-186 TION 1, Tii YPE ❑ PREAPPLICATION APPLI• b. DATEYmr month day DENTI• h, b. DATE Year month day ACTION ® APPLICATION CATION 19 85 8 19 I Fi R ASSIGNED 19 (Mark an, ❑ NOTIFICATION OF INTENT (Opt) -Lana •oa� ❑ REPORT OF FEDERAL ACTION Blank A LEGAL APPLICANT/RECIPIENT 5. FEDERAL EMPLOYER IDENTIFICATION NO. U. Applicant Ka'a : City of Fayetteville 71-6018462 b. Organitatlae Unit : Same 6 nc. Shut/P.O. Bas P. 0. Drawer F • PRO• I. NUMBER I2 lo I • Ii lo 16 d. city : Fayetteville LCWJ, Washington (Fron enTLE I. State ° Arkansas a. ZIPewe:72702 Fedeeral Airport Improvement b. Contort Panda (Name Casaba) Program &telephone)Va.) : Don Grimes (col) c21-7700 7. TITLE AND DESCRIPTION OF APPLICANTS PROJECT B. TYPE OF APPLICANT/RECIPIENT . A-Stete cy Drake Field Improvements to include extension of N-Communlb Action Agen B-IMerstets I- Higher Educational institution C-Substab I -Indian Tribe the East parallel taxiway including medium ebLstriet �wntr R -Omer (Specify): intensity taxiway lighting; the construction (-City 9 9. F-schaa Disma of a strengthening overlay fora distance of 500 "D=t pma Enter appropriate latter© feet of the taxiway,to the eastside aircraft 9. TYPE OF'ASSISTANCE apron; and addition of medium intensity taxiway A,aaeic Gmid D-Imunes lights to the existing east parking apron taxiways"pDlanenfalennl E-0tha E,eeraPPra Coen Priate letter(,) t 10. AREA OF PROJECT IMPACT (Names of eitisa, eo+ntim, 111. ESTIMATED MUM. 12. TYPE OF APPLICATION Stator, eta) BER OF PERSONS A -Now C-Rsrislon E-4ugmmtatlan BENEFITING B-Renowal D-ConUnmtioa Washington and Benton Counties Enter appro➢riate latter 200,000 13. PROPOSED FUNDING 14. CONGRESSIONAL DISTRICTS OF: 15. TYPE OF CHANGE (For Sgt or I e) a. a. APPLICANT b. PROJECT A-Inuema Oglkn F-0Wr (Specify); FEDERAL $ 2 9 D r 8J .. r Dalian p D-Owensl cane Duration b. APPLICANT 16,t6.Q`$5- 3rd 3rd D-Detteess Duration a STATE 16 1 8 16. PROJECT START 27. DU E-Csocollation s •-� DATE Ysor montA day DURATION Enter oPPro- d. LOCAL 00 19.859 1 5 4 MoxtA. , sate tetter(t) e. OTHER ,00I 13. ESTIMATED DATE TO Year month day 19. EXISTING FEDERAL IDENTIFICATION NUMBER SE SUBMII7ED J. TOTAL $ 323,216.50' FEDERAL AGENCY OB• is 85 8 20 NA 23, FEDERAL AGENCY TO RECEIVE REQUEST (Name, City, State, ZIP node) 21. REMARKS ADDED DOT/FAA Oklahoma City Airports District Office, Bethany, OK I {]Yes fNo 22. a. To the brsl of my Imoniedge and bdiet, b. It required by OMB Circular A-95 this applicatlon was Submitted, pursuant to in. Runon.o o date In this OrnppIicatlan/aDDlinlioo an iSucliom therein. to appropriate daadnghouses and all responses an attached: fm attached THE true and mnoct. the document ha been Responses previously received APPLICANT duly authorized by the governing body at CERTIFIES the applicant and toappucaatwillcamply 11>Northwest Arkansas Regional Planning Com. ❑ THAT 0, with the stitched inaranca If the assist- ❑ Y1 onesIswwm'aa. 4rkansas Dept. of Local Services (3) ❑ ❑ 23, I. TYPED NAME AND TITLE SIG NRE - c. DATE SIGNED CERTIFYING Year month day rn SENTATIVE Paul Noland, Mayor .��� 19 85 8 1SE9 24AGENCY NAME 25. Tern PPLICA• Yemonth day TION RECEIVED 19 26. ORGANIZATIONAL UNIT 127. ADMINISTRATIVE OFFICE 28. FEDERAL APPLICATION IDENTIFICATION C 29. ADDRESS 31. ACTION TAKEN gti ❑ e. AWARDED ❑ b. REJECTED ❑ C. RETURNED FOR AM E!!❑H [NT ❑ d. DEFERRED ❑ .WITHDRAWN CK FEDERAL AGENCY t I--ITNIGT.� 30. FEDERAL GRANT IDENTIFICATION 32. FUNDING Year month day 34. Ytar month day STARTING a. FEDERAL I $ .00 33. ACTION DATE N 19 DATE 19 b. NPLICANT 35. CONTACT TOR ADDITIONAL INFORMA• 36. Year month day .00 TION (Name and telephone number) ENDING C. STATE .00 DATE 19 d. LOCAL L .00 37. REMARKS ADDED e. OTHER 1 .00 I. TOTAL I E .00 ❑ Yes flNO a. In taking have action. any comment, received from clearinghouses were con- b. FEDERAL AGENCY A-95 OFFICIAL sidered. It agency response Is due under provisions of Part 1, OM3 Circular 4.95, (Nano and ta,phone no.) It has been or is being made. STANDARD FORM 424 PAGE 1 (10-75) Prescribed by GSA, Federal Lfa wsi man, Circular 71-7 OF TRANSPORTATION — FEDERAL AVIATION ADMINISTRATION Dome NO. D1.R0209 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 action- to assure compatible usagr of land adjacent to or in the vicinity of the airport: The sponsor has adopted a Drake Field Zoning -Ordinance No. 2697 which regulates and restricts all land use activities in the vicinity of Drake Field. This ordinance was adopted January 20, 1980. 2. Defaults. —The Sponsor is not in default on any obligation to the United State. or ans agency of the United States (;overn. ment relative to the development, operation. or maintenance of my airport. except a- slated herewith: 3. Possible f)isabilities.—There are no fart: or circumstance. (including the cxi.lrmr of effrrtivr or proposed lea -e.. u -r agreements or other legal instrumrnts affecting use of the Airport or (lit- exi.trucc of prndin., litigation or other legal profrrdings) which in reasonable probability might make it impossible for the Spem.or to earn out and rnmplrlr• fhr Project or earn out the provisions of Part V of this Application. either by limiting its legal or financial ability or nlherwisc. except a- inflows: 4. Land. 4a) The `puo=ur hold. the following property intrust in the• follouiI areaof land"` ahirh arr to br developed or used as part of or in connection with the Airports subject to the following ex'rption*. rmvml,rauee,. and ad'rrsc intvre�t,. all of which areas are identified on flit- tf-------ALiw d property map designated as Exhibit "A' Sponsor owns fee simile title to the land shown as Tract "A" on Exhibit A. Title approved under previous projects for Tract A. Status of title has not clanged since approval. *State character of property interest in each urea and list and identify for each all exceptions. enrumhranres. and adrersee inrrrr.st.s of even kind and nature, including liens. easements. leases. etc. The separate areas of land need only be identified hem In the area numbers shown on the property map. FAA Form 5100-100 (4'7 Page 3a PART III - BUDGET INFORMATION - CONSTRUCTION SECTION A - GENERAL 1. Federal Domestic Assistance Catalog No...... . . . . - . 20,106 2. Functional or Other Breakout ................... . AIP SECTION B - CALCULATION OF FEDERAL GRANT Use only for revisions Cost Class iiClassification Latest Approved Amount 1. Administration expense $ S 2. Preliminary expense 3. Land,structures, right-of-way 4. Architectural engineering basic fees 1 g, ()00.00 5. Other architectural engineering fees TESTING 2,500.00 6. Project inspection fees 16 845.00 7. Land development 8. Relocation Expenses _ 9. Relocation payments to Individuals and businesses 10. Demolition and removal 11. Construction and project improvement 279,173. 1O 12. Equipment 13. Miscellaneous 14. Total (Lines 1 through 13) 317,918. 1O 15. Estimated Income (if applicable) 0 16. Net Project Amount (Line 14 minus 15) 417,918.10 17. Less: Ineligible Exclusions (Non Eligible Items) — 1 .O51 .6O 18. Add: Contingencies 6,350.00 19. Total Project Amt. (Excluding Rehabilitation Grants) 323,216.50 20. Federal Share requested of Line 19 290,894.80 21. Add Rehabilitation Grants Requested (100 Percent) O 22. Total Federal grant requested (Lines 20 & 21) 290,894.80 23. Grantee share 16, 160.85 24. Other shares I 16, 160.85 25. Total project (Lines 22, 23 & 24) $ 323,2 6. 50 S FAA Form 5100-100 I6 73) SUPERSEDES FAA FORM 5100.10 PAGES I THRU 7 Total Amount Adjustment Required tor(-) S 18,900.00 2,500.00 16,845.00 279,673.10 317,918.10 0 II 317,918.10 - 1,051.60 6,350.00 323,216.50 290.894.80 O 290.894.80 16,160.85 16,160.85 $ 323,216.50 Page 4 DEPARTMENT OF TRANSPORTATION. FEDERAL AVIATION ADMINISTRATION O'AB NO ea.Rateo a. SECTION C — EXCLUSIONS 26 0, b. C- - d. e. f. g. CI ass if is at ion Totals Ineligible for EAcluded From Panicipotion Contingency Provision (1) l2) $ $ S $ 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) h. TOTAL — Grantee share 2R. Other Shares a. State * (50% of local share) b. Other c. Total Other Shares 29. TOTAL SECTION E — REMARKS S 16,160.85 16,160.85 16,160.85 16,160.85 $ 32.321.70 Contingent upon approval of grant application to Arkansas Division of Aeronautics. If State grant is not approved, the City's contribution will be $32,321.70. The following is attached and incorporated herein: Exhibit"A" dated Feb. 1983 The following is incorporated herein by reference: Plans and Specifications approved by FAA July 12, 1985. PART IV PROGRAM NARRATIVE (Attach — See Instructions) FAA Form 5100-100 (5-731 SUPERSEDES FAA FORM 5100-10 PAGES I THRU 7 Page 5 PAA AC 75-0232 t. - - Z \ . 1 •_.. \ - a� \ I \ 1 m l z H o m in of L •1303.5' -< TTT�w W S. • -3 cc, Ii f m J o QU O tJ N C to m (A a o m .� i m z (in r z z m r = D Z Cl ..3 1320' C �n o m n O O - -3 > ro Ni Ot 3H' £ a y o Qt Ni N J O Ni tD tO - J N a- - - J Cn •i7 r 3 D •d :Np. a mfl m p m Iii z rr m^ rm D a n - - f w > < '< c 1320' 00 •o v rr- �J. m 0 m > o S tn J w N R� 1 ni �\ 4, �--� 1 O cc OZ A t .r O - 1 ,Y \\ .O r.,a m m w - C r� F-i • I (/' m . m K y 611.3' 1 0 \� Cl v> .. I m ` I m I - mn a' —> I f m m ; —3 m ] m a ""('3 oc a a a No L, m —3 t cn 7c m o N - A zZ > 1807.17' n7° CONSTRUCTION COST ESTIMATE TAXIWAY EXTENSION AND LIGHTING DRAKE FIELD AIP-3-05-0020-05 July, 1985 Item: Quantity: Unit Cost: Extended: Project Sign * Lump Sum 500.00/LS 500 Standby Time 6 Hr. 100.00/Hr. 600 Topsoil Excavation 2,910 CY 2.20/CY 6,402 Unclassified On -Site Excavation 835 CY 1.80/CY 1,503 Compacted Embankment for Sideslopes 4,710 CY 2.20/CY 10,362 Compacted Off -Site Borrow 3,080 CY 5.50/CY 16,940 Soil Stabilization Fabric 5,500 SY 1.10/SY 6,050 Crushed Stone Base 2,388 Tons 12.50/Ton 29,850 Prime Coat 1,280 Gal 1.60/Gal 2,048 Tack Coat 260 Gal 1.60/Gal 416 Asphalt Base 950 Tons 36.00/Toni 34,200 Asphalt Surface 820 Tons 38.00/Ton• 31,160 6" Conc. Pavement * 18.8 SY 25.00/SY 470 Storm Sewer (18") 660 LF 26.00/LF 17,160 Storm Inlets 2 Ea. 1400.00/Ea. 2,800 Seeding 5.5 Ac. 1650.00/Acre 9,075 • • Sodding 30 SY 10.00/SY 300 16" Bored Casing w/4 -Way Electrical Duct 115 LF 100.00/LF 11,500 New Regulator Lump Sum 4500.00/LS 4,500 2 -Way Encased Elec. Duct 125 LF 25.00/LF 3,125 4 -Way Encased Dec. Duct 60 LF 30.00/LF 1,800 Single Underground Electrical Duct 25 LF 28.00/LF 700 Cable Trench 6,000 LF 1.05/LF 6,300 Taxiway Light Cable 13,100 LF 1.05/LF 10,480 Bare Counterpoise 10,000 LF - 0.50/LF 5,000 Taxiway Lights 48 Ea. 220.00/Ea. 10,560 Relocate Taxiway or Runway 4 Ea. 100.00/Ea. 400 Lights Taxiway Holding Signs 2 Ea. 480.00/Ea.I, 960 Relocation of Two Existing Regulators Lump Sum 4000.00/LS 4,000 Electrical Pull Box I Ea. 2000.00/Ea. 2,000 Electrical Junction Box 1 Ea. 2200.00/Ea. 2,200 Electrical Manhole 1 Ea. 1800.00/Ea. I 1,800 Electrical Service Lump Sum 7000.00/LS 7,000 Radio Control System Lump Sum 28000.00/LS 28,000 Taxiway Striping Lump Sum 600.00/LS 600 Construction Subtotal = $ 270,761 Professional Services Subtotal = $ 38,245 Contingencies Subtotal = $ 16,883 GRAND TOTAL = $ 325,889 * Non -Eligible Item BID TABULATION TAXIWAY EXTENSION DRAKE FIELD FAYETTEVILLE MUNICIPAL AIRPORT AIP PROJECT NO 3-05-0020-05 PROJECT NO FY642186 JULY 30, 1985 10:00 Am. McCLINTON-ANCHOR FAYETTEVILLE, ARK BASE BID ITEM QUANTITY UNIT ITEM UNIT PRICE EXTENDED 1 1.0 LS PROJECT SIGN (NON -ELIGIBLE) 450.00 450.00 2 6.0 HR STAND -BY -TIME 25.00 150.00 3 2910.0 CY TOP SOIL EXCAVATION I 1.75 5092.50 4 835.0 CY UNCLASSIFIED ON -SITE EXCAVATION 2.00 1670.00 5 4710.0 CY COMPACTED EMBANKMENT FOR SIDESLOPES 2.95 13894.50 6 3080.0 CY COMPACTED OFF -SITE BORROW 6.75 20790.00 7 5500.0 SY SOIL STABILIZATION FABRIC 1.35 7425.00 8 2388.0 TN CRUSHED AGGREGATE BASE COURSE (SB-2) 13.00 31044.00 9 1280.0 GA BITUMINOUS PRIME COAT 1.75 22240.00 10 260.0 GA BITUMINOUS TACK COAT 1.65 429.00 11 950.0 TN BITUMINOUS BASE COURSE 38.00 36100.00 820.0 TN BITUMINOUS SURFACE COURSE 40.75 33415.00 .12 13 18.8 SY 6" CONCRETE PAVEMENT (NON -ELIGIBLE) 32.00 601.60 14 660.0 LF 18" REINF. CONC. PIPE CLASS III, WALL B 25.00 16500.00 15 2.0 EA CONCRETE GRATE INLET NO. 1 1395.00 2790.00 16 30.0 SY SOLID SOD 15.00 450.00 17 5.5 AC SEEDING AND FERTILIZING 1775.00 9762.50 18 4.0 EA RELOCATE TAXIWAY OR RUNWAY LIGHTS 90.00 360.00 19 44.0 EA MEDIUM INTENSITY TAXIWAY LIGHTS 179.00 7876.00 20 2.0 EA TAXIWAY HOLDING SIGNS 958.00 1916.00 21 6000.0 LF CABLE TRENCH 0.88 5280.00 22 13100.0 LF UNDERGROUND CABLE, #8 AWG 0.59 7729.00 23 10000.0 LF BARE COUNTERPOISE WIRE, #6 AWG 0.38 3800.00 24 125.0 LF 2 -WAY UNDERGROUND ELECTRICAL DUCT 17.00 2125.00 25 60.0 LF 4 -WAY UNDERGROUND ELECTRICAL DUCT 32.00 1920.00 26 25.0 LF SINGLE UNDERGROUND ELECTRICAL DUCT 51.00 1275.00 27 115.0 LF 16 -INCH BORED CASING WITH CONDUITS 113.00 12995.00 28 1.0 EA ELECTRICAL JUNCTION BOX 1800.00 1800.00 29 1.0 EA ELECTRICAL MANHOLE 1580.00 1580.00 30 1.0 EA ELECTRICAL PULL BOX 2160.00 2160.00 31 1.0 -LS NEW REGULATOR 4160.00 4160.00 32 1.0 LS RELOCATION OF 2 EXISTING REGULATORS 2140.00 2140.00 33 1.0 LS RADIO CONTROL SYSTEM 32410.00 32410.00 34 1.0 LS ELECTRICAL SERVICE 6643.00 6643.00 35 1.0 LS TAXIWAY STRIPING 700.00 700.00 TOTAL BASE BID 279673.10 MINORITY BUSINESS ENTERPRISE CERTIFICATION This is to certify that the construction contract for AIP. Project No. 3-05-0020-05 at Favetteville Muni cilal Aiiivnrt (airport) has been awarded in accordance with our approved Minority Business Enterprise Program. August 20, 1985 Date Airport Manager Title I i Page 1 of 2 CHANGE ORDER SPONSOR: City of Fayetteville Change Order No. 2' 113 West Mountain Fayetteville, Arkansas 72701 Date: 5-22-86 Project No.: FY842186 PROJECT: Eastside Taxiway Extension FAA AIP No. 3-05-0020-05 and Lighting Contract Date: September 24, -1986 CONTRACTOR: McClinton -Anchor Company AIRPORT: Drake Field P. 0. Box 1367 Fayetteville Municipal Fayetteville, Arkansas 72702 Airport Changes to -be Made AIP No. 3-05-0020-05 (FAA -Eligible) 1. Add an additional 725 cubic yards of unclassified excavation and 660 cubic yards compacted off -site borrow material for the area of undercut of unsuitable material indicated by changes 2A and 2B. Adjust the final quantities for the asphalt base and surface items indicated by changes 2C and 2D. Adjust the price for Bid Item No. 33 by $552.00 to include the weatherproof electrical box, power cable, and control cable to the outside location of the transmitter for the Radio:: Control airport lighting system located in the ATCT. The FAA Maintenance chief would not allow the transmitter and antenna inside the new ATCT, and therefore the transmitter had to be located on airport property along the east side of the ATCT property. Latest Latest Bid Latest Revised Latest Revised Contract Item Estimated- Unit Estimated Estimated Estimated Changes No. Quantity Price Quantity Cost Cost 2-A 4 1,285 CV $ 2:0O 2,010_CY $ 2,570`.00 $ 4,020.00 2-B 6 3580 CV. _ ..4,240`GY - 24,165.00.. 28,620.00 2-C 11 950 Tons „-6..75 38.00 863 Tons 36,100..00 32,794.00 2-D 12 918 Tons 40.75 872 Tons 37,408.30 34,311.50 2-E 33 Lump Sum 32,410.00 Lump Sum 32,410.00 32,962.00 Total $132,653.50 $132,707.50 Revised Contract Amount $295,062.35 Increase in Contract Amount + 54.00 Latest Revised Contract Amount $295,116.35 Contract Time is increased by 0 working days. Page 2 of 2 THE AFOREMENTIONED CHANGE, AND WORK AFFECTED THEREBY, IS SUBJECT TO ALL CONTRACT STIPULATIONS AND COVENANTS. ISSUED FOR REASONS INDICATED ABOVE: ACCEPTED BY CITY OF FAYETTEVILLE ACCEPTED BY McCLINTON-ANCHOR CO APPROVED BY FEDERAL AVIATION ADMINISTRATION: CONDITIONS OF APPROVAL: McCLELL D.C SULTING ENNNEERS, INC. Engin ' (/ / Project Engineer 5 Zz g6 Signature , Mayor 'Title Date/ e f tom' Title D to Signature Tit`fe� v�j�v nEc x 90 cI71/t6 Date This change order is considered satisfactory. Federal participation in the increased cost is subject to the availability of federal funds. y.a.� Page 1 of 2 ,CHANGE ORDER SPONSOR: City of Fayetteville Change Order No.2 113 West Mountain Fayetteville, Arkansas 72701 Date: 5-22-86 Project No.: FY842186 PROJECT: Eastside Taxiway Extension and Lighting CONTRACTOR: McClinton -Anchor Company P. 0. Box 1367 Fayetteville, Arkansas 72702 FAA AIP No. 3-05-0020-05 Contract Date: September 24, 1986 AIRPORT: Drake Field Fayetteville Municipal Airport Changes to be Made AIP No. 3-05-0020-05 (FAA -Eligible) 1. Add an additional 725 cubic yards of unclassified excavation and 660 cubic yards compacted off -site borrow material for the area of undercut of unsuitable material indicated by changes 2A and 2B. Adjust the final quantities for the asphalt base and surface items indicated by changes 2C and 2D. Adjust the price for Bid Item No. 33 by $552.00 to include the weatherproof electrical box, power cable, and control cable to the outside location of the transmitter for the Radio •Control airport lighting system located in the ATCT. The FAA Maintenance chief would not allow the transmitter and antenna inside the new ATCT, and therefore the transmitter had to be located on airport, property along the east side of the ATCT property. Latest Latest Bid Latest Revised Latest. Revised Contract Item Estimated Unit Estimated Estimated Estimated Changes No. Quantity Price Quantity Cost Cost 2-A 4 1,285 CY $ 2.00 2,010 CY $ 2,570.00 $ 4,020.00 2-B 6 3,580 CY 6.75 4,240 CY 24,16500 28,620.00 2-C 11 950 Tons 38.00 863 Tons 36,100.00 32,794.00 2-D 12 918 Tons 40.75 872 Tons 37,408.30 34,311.50 2-E 33 Lump Sum 32,410.00 Lump Sum 32,410.00 32,962.00 Total $132,653,50 $132,707.50 Revised Contract Amount - $295,062.35 Increase in Contract Amount + 54.00 Latest Revised Contract Amount I $295,116.35 Contract Time. is increased by 0 working days. s c A.� B• ' Page 2 of 2 THE AFOREMENTIONED CHANGE, AND WORK AFFECTED THEREBY, IS SUBJECT TO ALL CONTRACT STIPULATIONS AND COVENANTS. ISSUED FOR REASONS INDICATED ABOVE ACCEPTED BY CITY OF FAYETTEVILLE ACCEPTED BY McCLINTON-ANCHOR CO APPROVED BY FEDERAL AVIATION ADMINISTRATION: CONDITIONS OF APPROVAL: McCLEL D%�C�ONSULTING E INEERS, INC. Engi er r Project Engineer Signature Mayor Title Date nature /i Title Date Signature Title Date This change order is considered satisfactory. Federal participation in the increased cost is subject to the availability of federal funds. f r r �4 . Yy. _ k• ti'1r ` •� •tea .4 • - C©.NSTRUCTI0NS:PECIF-CATI0:NS FO'ft i� TAXIWAY EXTENSION- F i. TO•-.- •I•r' ^ n •. '?rl�. - .fin i. 1 - D&RAK.E FIELD ;rt4I _AYE,TTEVILI-E._ 1VI NI-CIPL -'` A Y RP --�"" : , - ° O R -T "�- - C 1 .r 1 lY £ �\� i �•~ �s �, ' �.� �-'�Ca '-�sb�✓rra��� _emu a"'i �t wyC -'j1- a i n ♦ r yyy !Y t X1_•74 .i_ � YZu /fFAi�ETTYILLE .• t - f. J Y U 1 S 1- N.ten. r- - - a•� s Efn u n 7 _ O.JECT' NO. 3-05-0.020-�5 JUNE; 1985K it -t:_ '�-- PROJECT N_U.-FY842186 r E McC�ELl4TI ♦'y �~ wi �.Y �•.�: 141-0Vi SAE - ,-• a? 7ncoa rEo _ l Tiwc'fr + tites:c R . �awv� 5_ I ■ , McClelland Consulting Engineers, Inc. LFEUTEQ OF U O�QKOMI) DUTQL P.O. Box 1229 1810 No College Ave. FAYETTEVILLE, ARKANSAS 72702 DATE JOB NO. Phone (501) 443-4271 443.2377 ATTENTION L TO eI j //!'/1 nE. I V/ 11%/�% C' r� � 77 A I 41V �-'A �Pnn C Iril, 19 j /i1 i nf-I<-e l`l Lo %/ o s - Oo 2 Q - O y_ GENTLEMEN: WE ARE SENDING YOU Et—ATfached 0 Under separate cover via - the following items: ❑ Shop drawings ❑ Prints 0 Plans 0 Samples 0 Specifications ❑ Copy of letter 0. Change order t (7vly(Nn/ Ccv 4c / E7oCl/M-6 COPIES DATE NO. gg n DESCRIPTION Cr�•,�7�s 45q 1 a THESE ARE TRANSMITTED as checked below: , ❑ For approval ❑ Approved as submitted your use ❑ Approved as noted ❑ As requested ❑ Returned for corrections ❑ For review and. comment ❑ ❑ FOR BIDS DUE 19_ tin' _Su z64n e) i ❑ Resubmit copies for approval ❑ Submit opies for distribution ❑ Return corrected prints ❑ PRINTS RETURNED AFTER LOAN TO US Y1 Th /S (i Ccpy 11��� wv6 � I Oo cu ter ewf s N COPY TO SIGNED: if enclodures Sr. not as noted, kindly notify us at once- r r 1 i ADDENDUM NO. 1 • Taxiway Extension Drake Field Fayetteville Municipal Airport Fayetteville, Arkansas AIP NO. 3-05-0020-05 Project NO. FY842186 July 29, 1985 • McClelland Consulting Engineers', Inc.' Fayetteville, Arkansas The original Specifications dated June, 1985, for the this project, are amended as noted in this Addendum. Verbal receipt of this Addendum shall be acknowledged on the Proposal. This Addendum consists of two (2) pages. Item No. 1 Refer to the first paragraph on page 20 of Section P-401. Change".....ASTM STandard C136D (dry sieve)." to read...AASHT0 T30." • Item No. 2: Refer to Table 3 on page 21 of Section P-401.. Change the base course and surface course gradation to the following: • Sieve Percentage by Weight Passing Sieves Size Base Course Surface Course 1 1/4" Max. 3/4" Max. • 1-1/4 inc. 100 --- 1 in. 86-100 •--- 3/4 in. 68-93 100 1/2 in. 57-81 82-100 3/8 in. 49-69 68-90 No. 4 34-54 150-79 No. 8 22-42 39-69 • No. "16 13-35 29-59 No. 30 8-30 s20-49 No. 50 6-22 14-38 No. 100 4-16 8-25 • No. 200 3-8 3-8 • ® COA ATED urtLE ROCK ..4VrPUE P Item No. 3: •Refer to the last sentence of the fourth paragraph on page 22 of Section P-401. Delete the last sentence and replace with the following sentences: "The percent air ';voids shall not exceed ±1.7 percent of the job formula. If the air void exceeds this amount the contractor shall take !s steps to correct the air voids. The material will not be rejected entirely on the basis of air voids." 1f I II. © CDOTED iii r TABLE OF CONTENTS • 6 C r r T TflI NOTICE TO CONTRACTORS INSTRUCTIONS TO BIDDERS PROPOSAL EQUAL OPPORTUNITY CERTIFICATION CONTRACT PERFORMANCE BOND PAYMENT BOND FEDERAL WAGE DECISION STATE WAGE DECISION WAGE, LABOR, EEO & SAFETY REQUIREMENTS GENERAL PROVISIONS (FAA Standards, as Revised for This Project) Section 10: Definition of Terms Section 20: Proposal Requirements and Conditions Section 30: Award and Execution of Contract Section 40: Scope of Work Section 50: Control of Work Section 60: Control of Materials Section 70: Legal Relations and Responsibility to Public Section 80: . Prosecution and Progress Section 90: Measurement and Payment SPECIAL PROVISIONS General Description of the Project Coordination of the Work - Project Sign Safety Requirements and Construction Procedures Identification of "Engineer" Authority of the Engineer Limitation's of the Engineer's Responsibilities Engineer's Visits to the Site z Z41 EEC . .II✓Y. IMP., iy LI t PAGE NO. 1-3 1-5 1-8 1-3 1-3 1-2 1-2 1 1 1-17 1-50 1-5 6-9 10-11 12-15 16-21 22-25 26-34 35-41 42-50 1-25 1 1 1 1-2 2-8 9 . 9-10' 10 10-11 J TABLE OF CONTENTS (Continued) SECTION PAGE NO. SPECIAL PROVISIONS (Continued) Contractor's Examination 11 Arrangement of Specifications and Plans 11-12 Workmen 11-12 Horseplay, Fighting, and Roaming 12 Insurance 12-14 Subcontractors 14 • Contractor's Routine Access to Site 14 Parking for the Contractor's Work Force 14 Field Office for the Engineer 15 Owner -Furnished Materials 15 Use of Explosives 15 Partial Acceptance I 15 • Progress Schedule 15 Quality of Plans 15-16 Contractor to Perform Construction Staking 16-17 Work Done Without Lines and Grades 16 Preservation f Monuments and Stakes 16 Other Contractors 17 As -Built Drawings 17 Publicity 17 Modifications and Waivers 17-18 Standards 18 Testing 18 Payment for Stored Materials 19 • Cost of Plans and Specifications 19 Ownership of Engineering Data 19 Partial Sets of Plans and Specifications 19 for Subcontractors Damage to Existing Facilities 19 Reporting of Accidents 19 • Pre -Construction Conference 19-20 Waterways 20 Safety and Security 20 Functions of the Engineer and Relationship Between. Engineer and Contractor 20-22 Contractor's Responsiblity Regarding 22 •Special Application Materials and Products Temporary Facilities 23 Permits, Licenses, Laws, Ordinances,- 24-25 Regulations and Taxes Date to Start Construction 25 • ® I CDd RATED LIT ILI POCK [K+E.IFVLIE I I v � TABLE OF CONTENTS (Continued) SECTION FAA STANDARD SPECIFICATIONS (As Revised for This Project). P-152, Excavation and Embankment P-153, Watering P-209, Crushed Aggregate Base Course • P-401, Plant Mix Bituminous Pavements P-602, Bituminous Prime Coat P-603, Bituminous Tack Coat 4 • P-610, Structural Portland Cement Concrete P-620, Taxiway.and Apron Striping D-701, Pipe for Storm Sewers and Culverts D-751,• Storm Inlets T-901, Seeding T-904, Sodding T-908, Mulching L-108,. Installation of Underground • Cable for Airports L-110, Installation of Airport Underground Electrical Duct L-125,Installation of Airport Lighting Systems Electrical Service Radio Control System Portland Cement Concrete Pavement Soil Stabilization Fabric • - r . • PAGE NO. 1-88 1-9 10 11-16 17-33 34-36 37-39 40-47 48-49 50-54 55-58 59-62 63-66 67-69 70-74 75-79 • • 1 J • TED urn, ROC M1 F* rTEVntE r f • Notice to Contractors • rQN II -IF PO4 •It 1l I*VltiF 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 Room 326 of the City Administration Building, Fayetteville, Arkansas, until 10:00 am , on the 30th 'day of July , 1985, for the furnishing of all tools and labor, and the performance.of work to be done: in constructing taxiway extension and taxiway lighting base improvements to Drake Field, Fayetteville Municipal Airport. Work under this Contract shall include grading, drainage, earth embankment, pavement, landscaping, light cable, taxiway lights; controls, and other tasks • required for a complete job. The location of the work is set out in the Plans and Specifications to be on file in the offices/of McClelland Consulting Engineers, Inc.: P.O. Box 1229, 1810 N. College Avenue, Fayetteville, Arkansas. All bids will be opened and considered at a meeting, to be held in the Board of Directors Room, City • Administration Building, Fayetteville, Arkansas at 10:00 am local time, on the 30th day of July , 1985, and at such adjourned meetings thereafter as may be necessary. All necessary work, materials, and every item of construction shall be in accordance with the Plans and Specifications as• prepared by the Engineer. j • Copies of the documents may be obtained from the office of the Engineer upon the payment of the sum of twenty-five dollars ($25.00), said payment not being refundable. Pertinent information and the detailed specifications will be furnished to suppliers at cost of reproduction. Bidders shall make, such inspection and studies of the site of the work as p 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. • J • q l.q•. u.r.Fe'. r It is the policy of the Department of Transportation (DOT) that minority business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds. All bidders and proposers assure they will make sufficient reasonable efforts to meet the Minority Business Enterprise goals as established for this prime contract. The MBE goal for minorities is .25 `percent and the goal for women S is .25 percent of the dollar.value of this contract. Notice is hereby given that the City of Fayetteville is an Equal Opportunity employer. The Board of Directors reserve the right to reject any and all bids, and to waive any formalities deemed to be. in the best interest of the City. The proposed contracts are under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause contained in the Specifications. • The successful bidder will be required to submit a Certification of Nonsegregated Facilities prior to award of the contract'; and to notify prospective subcontractors of the requirement for such a 'Certification where the subcontract exceeds $10,000. Samples of the Certification and the Notice to Subcontractors appear in the Specifications. • The attention of all bidders is called to the fact that any contractor or subcontractor on this project having 50 or more employees and who may be awarded a contract or subcontract of $50,000 or more will be required to maintain an Affirmative Action Program within 120 days of commencement of the contract. Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or"requirements for employment of minorities. The Bidder's attention is called to the "Equal OpportunityClause" and the "Standard Federal Equal Employment Opportunity Construction Contract • Specifications" set forth herein. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate work force in each trade on all construction work in the covered area, are as follows: • Goals for female participation in each trace is 6.9% Goals for minority participation in each trace is 3.3% These goals are applicable to all the contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. The coverage area for female participation is nationwide. The coverage area Li L Notice to Contractors - 2 J • �JC OB A ATED A r for minority participation is Baxter, Benton, Boone, Carroll, Madison, Marion, Newton, Searcy and Washington counties in Arkansas and Adair and Delaware • counties in Oklahoma. The contractor's compliance with the executive order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the „Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR Part 60-4.3(a), and its efforts to meet the goals • established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the women evenly on eachdof its projects.. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the • contractor's goals, shall be a violation of the contract, the executive order, • and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 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 El C Notice to Contractors - 3 J .aLiG�� fr�C ci�a pE J • Instructions to Bidders I1LA J II • L. ^l1 ION F�4: I l v mt it A 1 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 f the information in said sealed bid to any person whomsoever, except those having a partnership or other financial interest with him in said bid, until after the sealed bids have been opened. Bids which are incomplete, unbalanced, conditional, or obscure, or which contain additions not called for, erasures, alterations or irregularities of any kind, or which do not comply with the "Instructions to Bidders" may be rejected as informal at the option of the Owner. However, the Owner reserves the right to waive technicalities as to changes, alterations or revisions and to make the award in the best interest of the Owner. All papers bound with or attached to the Proposal Schedule are necessary parts thereof, and must not be detached. A copy of the plans, profiles, specifications, and bid forms may be, obtained as provided in the "Notice to Contractors." See Section 20 of the GENERAL PROVISIONS. 3. BID PRICES AND FILLING IN BIDDING FORMS. Bidders must state a price for every item of work named in the Engineer's- estimate of quantities of work to be done, approved by the Owner and on file in the office of the official as set out in the "Notice to Contractors." Each bidder shall include in the prices named in his bid the furnishing of all -,labor, materials, tools, • L J • ®M RATTED 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,rnot 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 o,f. 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 ₹o 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 licensedaccording to. the requi-rements 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 (5%)fof the amount of the bid, made payable to the Owner as a guarantee that a contract will be Instructions to Bidders - 2 J '• ®ATED uny.IXR i.VFTMyI r f 1 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 of the accepted proposals, and the results of. the prices will'; be made public. Until the final award of the contract, the Owner reserves the right to reject• . any or all proposals, to waive technicalities and to advertise for new proposals, or to proceed to do the work otherwise when the best interests of the Owner will be promoted thereby. See Section 30 of the GENERALPROVISIONS. Instructions to Bidders - 3 • EED u "FF aDc. F AVIn inuE C7 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 "Notice to Contractors" after the time for filing, as advertised, will be considered. • However, bids mailed from a post office other than that of the Owner and arriving in the Owner's post office before the time for receiving of bids and actually delivered to the office designated to receive the bids, before the hour for opening of bids, shall be judged to have been received in time for filing and shall be considered. • Also, See.Section 30 of the GENERAL PROVISIONS. 12. FORFEITURE OF BIDDING BOND. The person or persons, partnership, company, firm or corporation to which the contract is awarded shall; within fifteen (15) days after such contract is awarded, execute and deliver the contract as required; such bonds to be executed and approved prior to the execution of the contract by the Owner. The Owner reserves the right to grant the Contractor such extension of time in executing the contract as it deems necessary in the interest of the Owner. Any application for extension of time shall be made by the Contractor in writing, and signed by proper officials. The inclusion of this provision, whereby extension of time in signing the contract and submission of bonds may be granted, in no way obligates the Owner to act upon •• any application unless it sees fit to do so. Upon failure of the bidder to execute said bonds and contract within the specified time after the contract is awarded, the bid by the! Contractor will be considered to have been abandoned and the Owner may ask for new bids. By reason of the uncertainty of the market prices of materials and of damages and . expenses which the Owner might incur by reason.of said Bidder's failure to execute said bonds and contracts within said specified time, the bid bond accompanying the bid shall be the agreed amount of damages which the Owner will suffer by reason of such failure upon the part of the bidder, and shall thereupon immediately be forfeited to the Owner. The filing 'of a bid under these instruction shall be considered as acceptance of this provision. • Also, see Section 30 of the GENERAL PROVISIONS. 13. RETURN OF BIDDER'S BOND. Bonds deposited with bids will be returned to the bidders as soon as the contract is awarded, except the bond of the successful bidder, which will be returned after the contract' is executed and the bonds approved. Unless the Owner has a good reason to hold bidding bonds, the bonds of all except the three low bidders will be returned as soon as the bids have been. considered. 14. AWARDING OF CONTRACT. The Owner reserves the right to withhold the awarding of a contract. for a reasonable period of time from the date of • Instructions to Bidders - 4 • ®COTED FIRE ax. IUE n(VII LE J • opening bids, said length of time to be stated in the Proposal. The awarding of a contract upon a successful bid shall give the bidder nor right of action • or claim against the Owner upon such contract until the samelshall have been reduced to writing and duly signed by the contracting parties,'. The lettering of a contract shall not be complete until the contract. is duly executed and the necessary bonds approved.. Also, see Section 30 of the GENERAL PROVISIONS. • 15. SUBCONTRACTORS. The Contractor shall not assign nor -sublet all or any part of the Contract without the prior written approval ofs"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 ofArkansas within two years of the date of the bid opening and listing the nature of any and all taxes paid by the Bidder which support his claim for preference. For additional.information, the Bidder is referred to Arkansas Statutes Sections • 14- 614.2 through 14 - 614.6. • • Instructions to Bidders - 5 OF • LPL A W , TED ppi_F .q. ufTFYP.( P Proposal • C CGdN�LE R�tA TED ... ,i floc, • r PROPOSAL TAXIWAY EXTENSION TO 4 DRAKE FIELD FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS AIP Project No. 3-05-0020-05 Plans No. FY842186 Dated: June, 1985 • City of Fayetteville Fayetteville, Arkansas • Gentlemen: MSe C L lN±bJl CSflL C The undersigned Div. of fapAC-f]fZKAn[s 4 t'i4e. , 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 inaccordance with the Plans and Specifications on file in the office of the City Clerk of Fayetteville, Arkansas, and have said work completed within •65 working days from the Notice to Proceed, for the following scheduled prices... • • • INCDR RATED IT LFnoca nvnl[1.ut • . PROPOSAL SCHEDULE BASE BID ITEMS ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: • 1 Lump Sum Project Sign $ 4 .W/LS (Non -eligible) dZ4n flllMf(i(DG� ��lt(� Ctg(,lLus dollars/Lump Sum $ 4X0.00 l(Wo rid s]) • 2 6 hours Stand-by Time $ Z5.co/Hr. TW,kjx&j QW,.PI do(,(oL. dollars/Hour $ (55O.OO Words • 3 2910 CY Top Soil Excavation $ I.7S_/CY GnedOc Vfif/w(StVPi k4 C ^ dollars/Cubic Yard $64M2.SO (Words) Ft4 4 • 4 835 CY Unclassified On -Site $ 7.00 /CY Excavation Tca o do C (& is dollars/Cub c Yard $ 4070.00 (Words) 5 4710 CY Compacted Embankment $ 7.1 S /CY L• for Sideslopes Two eta Uo c /?'Md y1une dollars/Cubic Yard $ (3i��f 4 ,sp (Words) PV✓� • The Bidder is advised to refer to Section 20 of the GENERAL PROVISIONS regarding PROPOSAL CONDITIONS AND REQUIREMENTS. I Proposal - 2 L / • ZNI CGDR ORP.YED "ZT0AoC• ugn!V:uE J BASE BID ITEMS ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: 6 3080 CV Compacted Off -site $ (,•9C, /CY Borrow • SryC�hL�Ct.✓sfe eVnAvt id dollars/Cubic Yard $ZO,qQp.o ,c� Words CvVej 7 5500 SY Soil Stabilization Fabric $ 1.35 /SY • (0n,e dnIlrw ?Md f1/Ui✓IA1 dollars/Square Yard $ 7,4Z5.oO (Words) . ^S 8 2388 Tons- Crushed Aggregate $ 13.co /Ton Base course (SB-2) rhL/Vreo.I�, (tp�{Gl,( S dollars/Ton (Words) 9 1280 Gal. Bituminous Prime Coat $ 1•'7S /Gal. • CntcLp((Gi,1/ o4 . M dollars/Gallon $ Z,Z4o. (Words) 4Z 10 260 Gal. Bituminous Tack Coat $ l.(,S /Gal. C3vie G(0 be" GQ c�i� dollars/Gallon $ 42q•Gtis • Words -1, 11 950, Tons Bituminous Base Coarse $ 38'QJ/fat. To dollars/Ton ars/Ton fl • Q ) 12 820 Tons Bituminous Surface $40V"lr /Ton Course T-tJ y C(4��4w'S Q,{ ,{r dollars/Gallon $ 33,4.1 S•oO (Words W6& is • my 13 18.8 SY 6" Concrete Pavement (Non -eligible) dollars/Sq. Yard $'O/! t ( (Words) No Crie-S • Proposal - 3 J • C R ATED O To -.on 9A vCTZ lu{ 9 r BASE BID ITEMS 1 ITEM APPROX. UNIT N0. QUANTITY: ITEM PRICE: EXTENDED: 14 660 LF 18" Reinf. Conc. Pipe $ ZS.Oo/LF • Class III, Wall B dollars/Linear Ft. $ SOo.00 (Words) 15 2 Ea. Conccrete Grate $_L i /EA. • Inlet No. 1 ,t.ONStt%7CCCPi1prs ,,f AfWA IIdollars/Each $ci 77t 16 30 SY Solid Sod $ Ic.oc,/SY • , _ dollars/Sq. Yard $ 4 5o.oa (Words) 17 5.5 AC. Seeding and Fertilfizingg $l11c 4'AC. • CYiG Eh1TZ4E2V4S€ zwkL4mAd/ LF.l dohlors/ cre (Words )4 0co,'azL . -t. 18 4 EA. Relocate Taxiway or $/EA. l� Runway Lights 1N; dollars/Each $ 36 cx oo I. (Words) 1'io Cfiyts 19 44 EA. Medium Intensity Taxiway Lights uu ONE 25 dollars/Each rI N Dr�.Q .5' uF.,vrY NiN • (Words) nc c- ,vrs 20 2 EA. W Taxiway Holding Signs A. NI►r> 4ktMo �a7 F7Y Fr— 1✓r9fr dollars/Each $ )ig� ,O.G (Words) No CE�Ys 21 6000 LF Cable Trench $ EigpnYY —g cj-'1 C £Nic td Uars/Each $ 5 fl .00 (Words) • Proposal - 4 c7AII 0R aTED • r BASE BID ITEMS ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE:, EXTENDED: 22 13100 LF Underground Cable, $ /LF #8 AWG • II -T'9 —NI r... CEN i'S ziol-1uis/Linear Foot $7170)9-OC (Words) 23 10000 LF Bare Counterpoise Wire, $ , 3 8 /LF #6 AWG TN IAT Y— 7=l �qqN r C,9arrs '1SilTS/Linear Foot $3, 'O0, (WdrdS) 24 125 LF 2 -Way Underground $ /LF Electrical Duct S'_UaNTN dollars/Linear Foot (Words) 4t C&,vrs 0O 25 60 LF 4 -Way Underground $ 302 /LF Electrical Duct • Tpf d/Z J y—jtifo dollars/Linear Foot $ fI %I.?0100 (Words) No C65Nrs 26 25 LF Single Underground $�L__JLF Electrical Conduit I. dollars/Linear Foot $?og7t,00 (Words) go C6►�t's 27 115 LF 16 -inch Bored Casing with $ J 3 JLF Conduits • ONE -It.LNgjaL--I r, n27rii dollars/Linear Foot $ Words) No CE+"o% oU 28 1 EA. Electrical Junction Box $ 1l'&0/EA. • uii a TNoc&cA D H r PJV4Rg@ol lays/Each $1S'OO,G° (Words)' 140 Ctr.a(S • Proposal - 5 J ® GPI N • n OR lgREo WILE .vAIMIIF II C BASE BID ITEMS • ITEM APPROX. UNIT NO. QUANTITY: ITEM: PRICE: EXTENDED: 29 1 EA. Electrical Manhole $ 15$'o /EA. •GIyF�TµattSr�aw �� �r ffu/v o dollars/Each $ IISS0 Oc Ma car _6 30 1 EA. Electrical Pull Box $�J 6 Q /EA. 7(00 f cfAiiA GN,C heo/3CDdollars/Each $a /6p ec • C/x7y , rds M, C€A/fS D 31 Lump Sum New Regulator $t/.ft6Oj 7LS µrc �l/UlAgl> ,W %a/A,V,41j2G4dol lays/Lump Sum $ Z` I`a $/ xrU PvGC o rS A10 C'/%iY7s cro 32 Lump Sum Relocation of 2 Existing Regulators 1 Oo 7GOo 7'h/puS,e+o cw "v A1&tpa€,' dollars/Lump Sum s.2,/4'c • 33 Lump Sum Radio Control System $,4`lO -/LS %ii fjyf F100 77 ffi of Nt de/u.a- dollars/Lump Sum i7wVybquz0 Stlobd z.msa!/Y• CCili%.f 5 34 Lump Sum Electrical Service $�y '7LS czx �✓lO44$4vo (≤�1c hect%ii2 dollars/Lump Sum $ CrI Go 35 Lump Sum Taxiway Striping$ /LS / oB I• _ dollars/Lump Sum $ (Words) Na ce ry Total Base Bid $ 27gl&,'13.10 • fi Proposal - 6 • J • I.AL 5,C O ORATED u,ikl 40([ f ..prLVILt • r The Bidder (Proposer) shall complete the following statement by checking the • appropriate boxes. The Bidder (Proposer) has '' has not .Q 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 FF 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. • 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 €�bRATE" L'fl POCK &P.Anvt(c Proposal - 7 I Enclosed herewith is a bid bond for 5 °/ / 1'\QuNT [31L 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: ,' VOO EN P A /Yo / 5w y Z9 /fd's" Addenda No. Dated O's, kA tite ,hu-Nc i WI. U2iL4. (M&4 NW- i ILM4 and such addenda are attached hereto and made a part hereof. Dated at Fayetteville, Arkansas, this 30 T day of •.SuLf , 1985. • (SEAL, IF CORPORATION) r L Respectfully submitted, MCCLINTON RNCkoR Cc Diu ci APAC-AftKANx/11t 2' Busin d ess £V= t 1 1 by it e VEc,P 'Ci dr Arkansas License No. 's- UJ1 Proposal - 8 J W1t 8Eo unp .0[, ,..L1.P„f THE AMERICAN INSTITUTE OF ARCHITECTS • AlA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we MCCLINTON-ANCHOR COMPANY A DIV. OF APAC-ARKANSAS, INC • as Principal, hereinafter called the Principal, -and Insurance Company of North America, 1600 Arch Street, Philadelphia, Pennsylvania a corporation duly organized under the laws of the State of Pennsylvania as Surety, hereinafter called the Surety;`are held and firmly bound unto BOARD OF DIRECTORS CITY OF FAYETTEVILLE, ARKANSAS' as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT (5%) Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for DRAKE FIELD - FAYETTEVILLE MUNICIPAL AIRPORT TAXIWAY EXTENSION AIP PROJECT NO. 3-05-0020-05 r1 U Cl NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. . ....r �...".�. Signed and sealed this 30th (Witness) q thL, an&. (Witness) AIA DOCUMENT A310 • BID BOND • FEBRUARY 1970 ED. day of JULY McClinton -Anchor C ,A Division of APAC ;(PrinciVice Presiden b p 't ? ny'•li�r' ansas , f�I D -C, rv-ry — in ,INIUR�NCE COMPANY OF NORTH; AMERICA, Sur ) (SeaU. (Title) c/ JuN1yFAiks, Attorneyin-Fact.-.~ - c .• ir' I ;¼ i 1 • BS -1557 III ' vr0' •� /.,r\w \\// 1.,. ^ P .I \\e1• '•/r /1'iI I\.//i\r//IIJ •i r/1 r. IN of'/ •/n. //!V•, //wi Ne./ ; /\. I/r 1 e 'I / /,1 \ iI • , #. V r, \•r r• 0. . 1 / / ni\ a/\ •''/'p\.//I% •x .• /i \./ \ n. \ / n \ Y/• /1I•'. , 1 i\ •e/ 1 //I 'i ;.•II•\ // 'IV/r V///r\ V \ II; /' • / \rr \JM1 • ..i/ /%• ',I • 1 \' \ /\..' /, \/ r1I IN /' v1/I ./ / 'I'\,. e .\ y \/I\ ri Ip r,/ '•;':' r/ •/r�\ //.\./I'\'l//\ 1/ :A\In .�\•\// •1• i'I • •. .,�•1� 1.\I • //; yr I r/ �r r / // I/ r �. n S0. .\ n /• n 1 15 / 1 ,, /•••I a\I\/, 1 .r .\.i%.^` `• n. PO% ER * OF / ITT( -)R1 1EYi� 1 /;; \ r . % •%.1. 1 'r\`. 1' 1 1 Ij. •'I .;;':\ 1 /\ ., 1/'i \/i 1V/ /'1•/ '/n, ../.•i/ \ 0' •%#000 1 /\\ 11 yI II: r• r / \/1•r.r"•✓r .\ n/• / \V • /1'. •i/'1 r/ \// \/II\/n u�.�//�. ri /. II .Im •\.'r/1 /'1\/r• /\•i//1 in'/h `••/ ri\// r"'1%'NI I.r 1\./I, \/r/\N'n II/\\r./i.\//\�./// .\•. /' \ ,;;;,; '<t'NSURANCE'COMPANY;.OF,=,NORTH AMERICA" %�. ` /\ r'•,'t:, /'%,/.Ir 11 . i. 1 r'r `../ I 1 /1 `/I/ • r 1 . \, I.1 I • `. rr .I.• /n •../i. N✓IN r1r\1�//\N, '' '/•\'I/1•i I•/�' 1\ r N i/• /. •/:''\ir/N \�.` r/\ /1 ; Ii \//i\'• ;r/.r'.'• , \•,,, /,\ /, ri III III %1)'1111111 •1111 1 ;!I l /I• ii I " •\ i.\/n\/y•\/I�/. yN1 0I\I ///,1• /�//\ir /r\' I\•.// ./.n\Iu .II 1 • /'`\rI/1••"/ n• .1 n \111, / \• •\' \./ •\/ / \\/r rr rr`\V Jn Ir I\\///1 , \ /,^\�!/\' •n 1•''/n 1 / /.ni •lI • I/. \• :i 1 . / /I\ \.1\r \� 1 Y. ,•'%\ /\`J.�' / I/. \%r, //.\, •r,%� , / /^ 1: i V// •/r/\//r .I \ rI \�'/1\II 11 '1 /� /. \I /\\•\, •I , 1• // . .\, n " i/ .\. II I/I •\'./ \I , /1 \•i/^ 4,'v id•• / .\ ./\\/"1,r/n\y%r. I •�^ '/./ \///n\ •I\\nr r 0 n•i ✓w11../r rr ll•\III iN �• •/. I\\ n r/. '.\ IL•.`I I\F/ � 'r Kntils all Ill nN l 1' / \' /\'.., / /. \ /; We ✓/ \•, ., / l 1 Iht.0 'I'/1wl tit I11S: r. r•1\V//ON ri' • .r ', I, \i /: r 1'r ,\. /n . •"•I • ••Ir ''�,,\ •y/•'// ,•\ / ,; a 1'/I 'i, .•\I I \ •'' \. , 1 / INNo, ` /1\i: '11 •r'\'•Vr n\ /1 /'\ //\• \I/I i\\ I r •fir \I / I\// IN • ;1.1/I I.`I/.\I/•N ',S I /1\ 0% 0 \I \Y%N n• !\//S\ r//\ \• •. . //•'\.li/N1 's'',''4,' 1 1 /I,1 /. \%r /\ /.'1'/1 •II\'I '\I: I� .I //' I I/. y /w• %,\\%//•• . 1 r. r ^,I .I ... 1•I '..I ' '/ /nr\ r /\i/M1�• 0 1. ./ rI�`\, i. \ \' . • .0 .1% ill.. \' I 1i 1• N 1 • 1 . 1 ' .. H• i.r1 IN.//\i %',/,•No I . ii • .n ' r . V '/I N yin • / /,\.%\ rr / r/ 1 \ 1/ / %00#' �\ l\I /1\\rr, I' r.ON\ I• , / IIi 1 d 1 r i 0000 1'. r #. ' %I I I / 1 ''''s' so.'. ' 1 N I .. // r 1\ /I 1 1/. •'• i1\/ ,.. I/ PIr ••1.r 0 . . ' .'r 11 ii0 'r •'r/1 .\ IN .\'./\\ ./Hr. •I Ii . 1// /\ ON \0.%•'F/ 11�/, •/,/� r1, •r i" //• 1/ . I. 1'..y r/ •\\\%'` ;^1\/ ine 1N ./•N n.\,y\•/i .1 , 1. N/IIN N/�,. w/i'i NJ/•N. /•Need r. I,\ • ii.. iN 1I. "I' 1.. . 0 .1 .i .. /.'Ir.i II 'ern 1 / IJ ' n/L\• I., NN I. I;I/\ .1 rn 1 1 •/,\ 0,.'..•. `J./1/ .II,i •i/ err/•1'/•N /" .'/N \.I„\, I. J 1 \'H ,N 'II 1. .' % • \'yl rL\r Y. IN fir'el of: 11./I is ,i /.\N'1/• IN I. .• .I\.rl Nina 1 NN 1 it. 0' 0 r ./ ./1ri%1 r1• \.rl ...................................................' /,1 \J. .I1 N' •' I / b r IA /•\.I N:..'.\ .\. •\%/�l\Yf^\.v/q• . \I',\i{/\ y,•'/N'\rI\/III iI I edi\\1/___ _•_._.- ...irr \r Nor \\Yr \Nry r'\ • ! V \ rI .1 .• Ir.• I . 1 • /,i• I. \iN;r .1A /���f / A • • .0 /,n in I IN .I •V r••. r "rr i1� 1A1/./.:%IrAI W '\\ \N /n I\/./i\ /.N /\... . .. '11 . \/u11 a\\0Il r\\.'/ ,n a/''••0s''' \'1 ''' I'\t'''%% '/ uI,•I r/\ eVV / rI I` I. \. /AL. _..I �. 1 r '• I /. ,' • A ',0'l.''/' 1 / n A J I r , Ni n \�/1 %In\ I/i J'\I/ /I1. \.. . .. :/.. \\ .I • .1 •.II \ri 2 �/. .\ 1 s.I Ir. I I I I \ N I I r..,. . INd /11 O •' ,/n. . -' rrl N r/,. ill/ // •n ..\J 0 I r' \ 0 N 00 I// 1•, 00.. • . NN1 N\ 1 ,� !\11 /wN1•//i.,. 1 . , .1. 1 . ' •r ' 0 0 N• 1I/ • •'0• ', ,I 0 aN 0 '' .r '. ./•N\ ,, /i,• r.1\.,/\ /r;.•r'iA '. ''�T 0 ./ • . /r . r . r r . / I .r1 /I1.. Nr \ n\..Ir/n\/ •\• 1 0 • r r •'. • . / /•' .'\ / \'..'.• •% • 00 Imo' n \'/.. �1 •. I / . I \ I' r l,�0 ire . • ', • rI 1 1 ' . •.Iln "r rr 0 . .. .. '1 0 r 11 u' .✓ •II .Ir\'1 • /. %,' .,�. �r'I.N/'\\/• rr ..:/0.r'/N',/, :' %I1/\%',\'' Iii\I N; J.\. r,i•., 1/.\ Ii\•// ,/\•`, 1 / 1 ./ . • i. pin r/ ' .II .. / •/ 'I . I 1 ri \ • ` Ii' ,\V/J11�•. 1 1 /N , 1 1 . . . 1 ( I)\11111\11 OI \ 10,- /0 I.,\ NonoII ORTH A/M/.IHIt 1 / 0 . e '.• ;\ �'>SN ^ ;'\' !/ V V��.^�" \ / iY \\r' • r I '\I/ /n 1/ Ir \i/,/ 1 \// 1\%' re//. /rte\\ / N I 1 /• ♦(a rq r / / / \, •'••' .I /!•%.I I n //�/ \\ /r 0 I i..\ /`�\/i"' \ rein\ I ,\ /1.\o Nr '\• \ If a e' \1 0o\%.'/,?,, r •1 .\1I /\�/\\'/` \g1,•Nr /J\ r/\//% /� rw1 I !"� II • 011 '\ rr: /I\ '.n •r..O. JI. N /'� //I / 1.. 100 \ 1 .� \! \// IN ./� r • e i \ \ /• /IT //N\i/ // \I ./ N �/ /O /,•\I 1 Y\. nIN•1 \ .1 /� •, '\./1.\•1 Ir \ ern•/ ♦ /I. I6.. kt // \" ''0o',' O ' \�,';, \\••, S•i /\I co.., " N \./, /i \Ir/11 •r,/ / 1r. .1 r, 1' . v. r • • 1 \/" •I• i/. `\ /iN\•/. /\I .........#' \ I' 1\\. w ,' 1I \\ n • I %� r N. �I /•\/ \u II Ir %i\II • / NqN\.Ii r/\ iN `% •\1// NI\I I :/ 1\' \\i q\ • /\\ \ V 1 ire ' Ir /• \{ \ \! /N• 1..//I. iI / Nr N ... r rI :' \ri.'1 r '•, I/\\\ . ^: 00's ,V INI/•V ,/i\�I/•. , Y I Ir01 • /'i \ • 1 11 r. \ir r/•N\. I• ruN \ 1 , IN X /1,/In l/ r' 1 • 'N /r .N1 I� \r/ . . \ 1 AI/11 'I. • 1I.` I/1 ✓/r' /u\\// \•/u . ..\ I1 . /.1\! .• q`ill\None 11 1. ,/ 1 ,,#,S'%,'/00 1 . /. 1/1 I n1\\, rl. 1 1 1 nl .•. III I. II\ r., y.'. r •1 I\%,I I1\IN%No \No I/i1N•' i f01\I i11\1 I!I \(11:II %I;•il( 1: '• 4CiI/1�V1\i/ N '/r \.'' \ I 1\.. ;.r .• a '' a N'I \• ,: i • %,'I .11\ 'I 1 0 111 'I1 \% I:i I. r •1 • 0I,% . 0''.' ' I..• .'•// II \ /J \.. 0 'r i. . \' . •0 I. %'%/ , ' 0.%. . „N1. .y.\J ., 'r • 0',%01'\ 000% 0 1'1I \I,/r'\ \'/.o, 0/0 //\N/r I'• 0N i•„I 1 I/ \ r1•,L i\I%` 0Oo • !\\// \'I I /N\yrr \%.%\'./I 1�/: //. /%\\ /II r . \ / Ir \ N I . 'I r. N./ 1 /� r. r •'.I \ '\ \\I I•. „n \% //\N N' • • ,I 1 1 i/\�. err ..r •o \ 1 '' '/ i1 /'/11 N #/ 1 • \ 'I,/.\ '/f I I ,/ '. r \• N . 5, /\• / r/ v./•\' ., nN III I /, V/ i;\II'• lined .I,•I • 1 N•r 1 iI I •i \. 1 .\ I' \%r'000 '\Ia;'n• /•\III NI iN.`.'/I\ I\Jjlr'•`0 •r • •r; •/ N\, n1 /Iyl\ 1 i\n' '\.\ \I./\' /' r 1` /I•\\/. • /n 1 / \ r • i N: / 1 1 u r • 1 •1\i • ..1 ., / /' N\ ., u.,. N.I\\• •1 Ii11 !i ` /SIN\ / HI \\I.'. 1 rr Ji n\ "VII\I //w d/"• /i\'r%' .1/•\\' • ''I .' 0 1IL11r I.•N .a• II\• ••'n I IN rrN/r//I. ,. //. •/^/,n%r/r �': :II�N.1I I�\//\�I.ry N, •/'•N\ y/ /'• II .r• n \' r •iI` /:1\h'• n'\ • II I ".1\ . • " 1 n H 11''• �!•N IF II .1 ..1 ,\I INN iN\1/(1 /%1. �'• �w N, /1N r';; .r1 11 I I IN'1I\r I I%NN,I 1\ r1. r,. ,%o//// P%, ;%' 1. .1 • \ 1 r i.l 1 N. • /. I / i \% • NI' NI/ • •/ln e/,•r/r \ !n 1 I r 1\� / N.\ /( \I P' \I/!, r`N/',. N\// N /; 1/./ 1\rr • ''I. /V r.r..\ \. \ 'r/`\ 1/•\i i\\; /11. r. /Ii\ \ /I\. \'i.// % \. / red. 1/I, .\\ / 'I . • 4 AII} I\NI ill\( i ( U\L 1\1%O1, \()1' I1 I' 1':i i M. 0 //n , /I• . r/. 'r / • . • I . • 11 \•, N1v Ir 1 //Pin r/1 NIrr "I •I, I V 1I \.r .I '..11 ui I . . .. 1 . 1 0 / 1/i • / r .. . 1 / r N' 1 "I I\ i• .r\., .. N / ,.., '{L, I'•r .1 '/ . 1 I \.'•III\\In1 !'N'.I,rM1\I \ IN •%% •_•, 1 . . 'I, . I .., . •/ / 1 • uI p' •\ /1\r / '•I / •.y.' •N ./ 1 1" \I 1• II n r 1J/ I .I r • y I I /.�\ //%. 1 / .'. I'I ,NN\/I N'iir/''\I. 1,'II\\1. '`I., ,I, r,\J/\• \/0,p,';1N/I \\'I.1NiI.\I%,:N 1%r ;11!•'N :� II,'+\�'1\�N•,%^'•/r,\%I\\\ r \. • I .N`,/i\.I/,.\ rI ./ r • II% 1I• �. i r ./ •\/ II..\\%r\\r • \ r. 'III :%/n 1• /I ; 11 /INN I/ oON No I i.r/, 1 �� �•\\ �rI'1.r i./ .q\ •./ .'%i\•li% .. 1.\' i\r r\\• . 1t/ II• i•I r' \i '\ II iN1 0/\.I .11• /• \.. i \' rI V' • �%IN '/: / iN irni ./N.\/ .1...\ •,y\ •'.1 .r.\iii rN 1•..r N"r. .\ i1/ .I r\ ..I \ r.IN 'V r • I\ i \q N . q•1 N :\ 1 /r I,rI 9,1%'/O N /.I r/P\• /N •r rIN I. • '% w I. 4A• r /I/ a\• 1• i'r I\•'I win 'Ire u` '/I\\r//\I \ %i / 11•I iI '/ '•i r\\'iri \ / % r \//1.\�•Iv\NI-'''/''.., 1r II�NI^`../i\'r Nr/\ \%I/nN/'•\r •' 1/.ii/'\•/ 1 1I. .r\ 1'I,(•\,./•\/IN/I \;�\.6 I\`, 1✓1N{ //• q/. I 1 .\• '\ ./ .11I 1\�'/\ I / `I,•N/w r \ I/ /'.1 I'.\ /1 •./I,I IH•.\N. p.IN it\.///'. N'\!/_J• ..\\ r 7 Equal Opportunity Certification cM0lL cN% LlEEllii((yy��IY8 iN OPATE0 :.""Ifa tTIt%Lti • r CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY BIDDERS NAME McC.L/NToN "ANcli ok Co Dat Oe 19PAC-ARKAAIS-AS ,T 40 ADDRESS } 0.'3oc 1367, AY6rrFvILtt- ftI4scAr 77()R INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NUMBER S F3' /y O 146 q 0 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 J • Z9 RATED unv.oc. .uR € 'LLE n LA rk 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. Equal Opportunity Certification - 2 CO RATED . m.F .pC. nrT(VrtlF U Certification - The information above is true and complete to the best of my • knowledge and belief. Plam nd Tit]/of Signer (Please type) S g ture Date -ca V 1: NOTE: The penalty for making false statements in offers is p'rescrl:b:ed.?rn8 U.S.C. 1001. • • L J Equal Opportunity Certification - 3 • LLB NCORATED ,,"If roc. FAtf fl 1w S M • • Contract • 1•I 9N LNG IILFml`4T iL f Qw. �1CdREIt giED .e.n. ..rgvut • T r • • STATE OF ARKANSAS CITY OF FAYETTEVILLE CONTRACT • THIS AGREEMENT, made and entered into this day of 24th September , 1985 by and between the City of Fayetteville, Party of the First Part, hereinafter called the OWNER and McClinton -Anchor Co., 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, at Drake Field, as set out in the Specifications and Plans No. FY842186 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 taxiway and apron 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, based upon the estimated quantities, for the Bid Items 2 through 35, the total being Two Hundred Seventy Nine Thousand, Two Hundred Twenty Three Dollars and Ten Cents ( $279,223.10 ) 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 65 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 • Contract - 1 • © TED UTTkF AOR F. SET TEVRt[ III the preceding calendar month, based upon the Engineer's estimate of work completed, said estimatebeing 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 the time stipulated herein, the CONTRACTOR agrees to pay the OWNER, as liquidated damages, the sum of two hundred and forty dollars ($240.00) 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 S. strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the CONTRACTOR's control, or by delay authorized by the Engineer pending arbitration, or by any cause which the Engineer shall decide to justify the delay, then the time of completion may be extended for such reasonable time as the Engineer may decide. • No such extension shall be made for delay occurring more than seven (7) days before a claim therefore is made in writing to the Engineer. In the case of a continuing cause of delay, only one claim is necessary. In the event the CONTRACTOR abandons the work hereunder or fails, neglects or refuses to continue the work after ten (10) days written notice,. • given the CONTRACTOR by the OWNER or by the ENGINEER, then the OWNER shall have the option of declaring this contract at an end, in which event, the OWNER shall not be liable to the CONTRACTOR for any work theretofore performed hereunder; or requiring the surety hereto, upon ten (10) daysnotice, to complete and carry out the contract of the CONTRACTOR, and in that event, • Contract - 2 S NE © IN'�CC1RATED ypLF ROr r.rETIEVLIE • r, • A 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. • l 7� Y� V �u- • • 6 • • r McClinton -Anchor Co. FIRM N_ Div. of APAC Arkansas, Inc. BY: iJA�c� (TITLE) City of Fayetteville Faye 1LpA BY: Paul No and (Mayor) Contract - 3 • ®INCOR ATED LITTLE POE' gREEE,LLE 1 IY e5. '• v 4 p•uJJ JR.+,q, Y !iC .iil .seL.r a av-lT 1•eta l•••t•wi�•. r.e ' "' ? �..�...—. ^i'l. n � "'1 i4 f y,. _."i.a M1 Y � 1w�\. w.wV• , ♦ t f .1{ ] . .v.. ' "•I y • ' ,. ^JR I.I " •1/, 'i 4%. /�.♦ �1 r • • . �� ,• .. 1 . r.' • ] r \L, rlVn •. n �-' �I 1I1 Ili • Ir fiiL Y -1'I t4b..[1 4f l�•...fi n z Jy>. „ w1 �. \� ♦n .�, • 1..i� � .•. i � ..r u.' rr r 1, •. 11 e1 I ti t ]1 a �� 1 1 . � 1 � 1 , ti1 1 CI t,f is �, 1 I i ,, 11,,.�1"�I'ijN jj. 11 .. 1 1 (,t i�j' t •/.� rY Y' ^'^�" T � NKp-�.�•' _,j(+ 'S •:'n r •w. pir}�i�n%i ! �r.efa�.� . .. a•._Ollr•]j �F�.Ill. t• �fI iLi � 1 •i. � 1 .IJ 7\ . .1 a .•�� MI, l ICt _;'i 1 r01]Ill.1 r. b., Y r'I Jflid 1]i V� � 1 r ra •. n'. a..{': ti t'Y'di ��b ,a1 �f.'Y•m� 1 �� �C � r � t xa.-. ._^1.R� ��• �' � u•.YS^fl /.4 itlS.i JA C.IYL�$.4^ t�-ltlVr'S]rf Jul.. 0.'w.^u�al�f yam' NAME ANO .)ORES S OF AGENC'I United Service Agency, Inc. AUG 3 0 1985 Post Office Box 11765 Lexington, Kentucky 40577 is NAME AND AGGRESS OF rNSURED MCCLINTON—ANCHOR COMPANY, A DIVISION OF APAC-ARKANSAS, INC. 240 NORTH BLOCK •. 0. BOX 1367 OA•;rTTVVTTTF cAaRK1NS AS 727 727 2 02 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 EmployersIns. Association F This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. CO 1.1 F A NY LETTER TYPE OF INSURANCE i GENERAL LIABILITY I A li, COMPREHENSIVE FORM PREMISES-GPERATIONS r-. E.P_JS A:JD COLL:.PSE HAZARD U•iDERGF.O'L ND HAZARD v PRO E AT!C S HAZARD D OFE3ATIC'i5 HAZARD CO%TRACTUAL INSURANCZ 'V. BROAD FORM PROPERTY DAMAGE L ir:DEE•DE.T'CONTRACTORS fy PERSON.AL INJURY POLICY NUMBER LAB 26604 POLICY EXPIRATION DATE 12-1-86 • I :AUTOMOBILE LIABILITY I ,y X COMPREHENSIVE FORM LAB 26604 12-1-86 A. OWNED ''L HIRED NON .nry\ED EXCESS LIABILITY _I UMeREL LA FORM Li OTt!R THAN UMBRELLA FORM A I RSCC18142983 B j WORKERS'CD.IPENSATI0N' RSCC20572243 12-1-84 & renewals y and RSCC18135000 thereof to D EMPLOYERS LIABILITY G RSCC1813 J36 E I WC -A-93478 2-1-86 Limits of Liability in Thousands 10001 OCCURRENCE AcI AGGREGATE BODILY INJURY $ $ PROPERTY DAMAGE $ - $ BODILY INJURY AND PROPERTY DAMAGE $ 1,000 $ 1,000 COT: BIN ED PERSONAL INJURY I $ INJURY FYi:r4a.��h BODILY ....-- IEACH PEPSONI $ _.-:-. —=;a?:ce;• 'r +iJa YslSR:1 : BODILY INJURY $ •'-.�-.-9 !EACH OCCURRENCEl !• �._ PROPERTY DAMAGE $ 1I- C`• ry BODILY L':JURY AND r - "''•``:";' PROPERTY DAMAGE $ 11000 '� 1•' CC'1B;NED _______ —,:. ...J BODILY INJU;Y AND _ PROPERTY=AMAGE $ $ COMB NED 1 r V l.iJ� r•. yx 1 . i [i h 4 .-+ J +w AY ..4ts. slf 4.. n r $ 1 000 OTHER - I l-�.+•a..a.jt.a�- .----•-• nu.'. �x Cq.-. a:�Ya.`y S.iL�aT'. .n lF.t- '" iuJ. cr� T T ' YY i.•k.ivL -._-C • pJ ECRIPTIC`. QF JP±RATC.S. LOCATIONS VEHICLES • TAXIWAY EXTENSION TO DRAKE FIELD FAYETTEVILLE MUNICIPAL AIRPORT AIP PROJECT NO. 3-05-0020-05 Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing company v.11 endeavor to mail 30 days written notice to the below named certificate holder, but failure to mail such notice . sha!I impose no obligation or liability of any kind upon the company. NkAIE =`.J-IODS@SS OF CERTIFICATE HOLDER: CITY OF FAYETTEVILLE DATElssusD; AUGUST 30, 1985 CITY CLERK ADMINISTRATION BUILDING ✓, FAYETTEVILLE, ARKANSAS 72701 - A'_TnORIZEDflEPRESENTAftEE a ,ate✓• - - .v. .. ..= . r.. —_— -- - _- _ . .- - — -�� SEP 1 6 1985 • a =1lnifaii � ' inc. P.O. Box 11765 —Lexington, Kentucky 40177—(606)269-9606 September 5, 1985 Mr. Gary Schuster McClinton -Anchor Company Division of APAC-Arkansas_ P.O. Box 1367 • Fayetteville, AK 72702 • Re: Countersignature Endorsement Owners' Protective Liability Policy No. GLP GO 66 32 14 2 City of Fayetteville, McClinton- • Anchor Company, Division of APAC-Arkansas Dear Mr. Schuster: Enclosed find the original and one copy of a Countersignature Endorsement for the subject Owners' Protective Liability policy. The original should be forwarded to the appropriate party. I trust you will find the enclosure to be in order. • Sincerely, Deborah G. Locke Enclosures • COUNTERS G A JN/ II INSURANCE COMPANY OF PACIFIC EMPLOYERS INSURANCE COMPANY ppFF'� ❑ INA UNDERWRITERS INSURANCE COMPANY If j•Y/V ❑ TO: COUNTERSIGNING SERVICE OFFICE PRODUCING S/O F CIGNA Special Risk Facilities, Inc. 120 South Riverside Plaza Suite 610 L Chicago, IL 60606 J t PRODUCER DATE August 26, 1985 ❑United Service Agency, Inc. P.O. Box 11765 Lexington, KY 40577 L COUNTERSIGNING AGENT — Please sign Copy #1, prepare a bill to Producer, (shown above) for fee and forward to Countersigning Service Office. Retain Copy #3 for your records. PRODUCER — Detach Endorsement on bottom of this sheet and forward to Insured. Remit counter- • signing fee to Countersigning Agent per attached bill. .J COVERAGES PREMIUM COUNTERSIGNING COMMISSION RATE AMOUNT • $ % Non -Resident License License # 0 No Non -Residence License COUNTERSIGNATURE ENDORSEMENT FOR THE STATE OF...:...-.FiX.�kAAgAS...........:.... This is to certify that the policy of insurance.to which this endorsement is attached represents business in the above State transacted +through the below named resident agent licensed by the Insurance Department of said State, and that such agent, whose name is signed below this certificate, is duly licensed to act as such for this Company in said State. GLPF GO 66 32 1is •Attached to Policy No. sued to City of Fayetteville and McClelland Name of Insured Construction Engi— i neers ' norized A9eq[�. .MO-2C57a Pltl.in U.S.A. /� I CI, I P `' $E� 1985 INSURANCE COMPANY OF NORTH AMERICA, PHILADELPHIA, PENNSYLVANIA PHIA D L PENNS y" n.- v . -.tip♦♦ .W-- �/.�l ff���}}���)Gy)ii��E\J[��[N��ERA{L LIABILITY _%�\POLICY . ,✓Vt1 O ri DECL,ARA'nONS GENERAL LIABILITY POLICY STANDARD PROVISIONS. t_ rib M1 Ai A Stock Insurance Company, herein called the Company In consideration. of the payment of the premium, in reliance upon the statements in the declarations made a part hereof and subject to all of theterms of this policy, agrees with the Named Insured as follows: - ok COVERAGE Coverage is afforded under this policy in accordance with the specific Coverage Parts identified in the Declarations as being a part of this policy. SUPPLEMENTARY PAYMENTS The Company will pay, in addition to the applicable limit of liability: - of the Insured because of accident or traffic law violation arising out of the -use of any'vehicleto which this policy applies, not to exceed $250 per bail bond, (a) all expenses incurred by the Company, all costs taxed against the Insured in but the Company shall have no obligation to apply for or furnish any such any suit defended by the Company and all interest on the entire amount of any bonds; judgment therein which accrues after entry of the judgment and before the Company has paid or tendered or deposited in court that part of the judgment which does not exceed the limit of the Company's liability thereon; (b) premiums on appeal• bonds required in any such suit, premiums on bonds to release attachments in any such suit for an amount not in excess of the applicable limit of liability of this policy, and the cost of bail bonds required (c) expenses incurred by the Insured for first aid to others at the time of an accident, for bodily injury to which this policy applies; (d) reasonable expenses incurred by the Insured at the Company's request in assisting the Company in the investigation, or defense of any claim or suit, including actual loss of earnings not to exceed $25 per day. DEFINITIONS" When used in this policy (including endorsements forming a part hereo0: " „^..♦ - -x.,.-,. -♦, autoln.ohile, means a landmotor vehicle, trailer "or semitrailer designed for travel on public roads (including any machinery, or apparatus attached thereto), but does not include mobile. equipment; ' "bodily injury" means bodily injury, sickness or disease sustained by any person which occurs during the policy period, including death at any time 'resulting therefrom;„. .. , e'-- .. , '.'collapse hazard" includes "structural property damage" as defined herein and property damage to any other property at any time resulting therefrom. "Structural property damage";means the collapse of or structural injury-to'any building or structure due to il-grading of"land;'excavating, borrowing,""filling; back -filling, tunnelling, pile driving, cofferdam.work or caisson work or (2) moving, shoring, underpinning, raising or demolition of any building or structure or removal or rebuilding of any structural support thereof. The collapse hazard does not:include propertydamage (1) arising out of •operations performed for the Named Insured by independent contractors, or (2)' included within the completed operations hazard or the underground property damage hazard, or (3) -for which liability is"assumed by the Insured under -an incidental contract; !completed operations hazard" includes bodily injury and property damage arising out of operations or reliance upon ;a representation or warranty made at any time with respect thereto, but only -if the bodily injury or property damage occurs after such. operations have.beencompleted or abandoned and occurs away from premises owned by or rented to the Named Insured. "Operations" include materials, parts or equipment furnished in connection therewith. Operations shall be deemed com- pleted at the earliest of the following times: (U when all operations to be performed by -or on behalf of the Named Insured • under the contract have been completed, ".,.. . • " Y t ' ' : t • ' •'� .a if1 S -.a ... ♦ ta{Hf;i...�• N..� .., a -. O Y (2) when all operations to be performed by or on behalf of the Named Insured at the site of the opefations have been completed, ah ^': ' "'r -•r (3) when the ♦portion of the work. out of which theinjury or damage ariseshas been .put.to"its intended use by any person or organization -other thananother contractor or. subcontractor_ engaged in performing) operations"for a principal as a part of the. same project'.. cA "t Operations which may require furthe-- r service or maintenance work, or correc- tion,'repair or -replacement because of any defect or deficiency, but which are otherwise complete, shall be deemed' completed. k'w;,' The completed operationsk hazard doesnot include.' bodily injury or property' damage arising out of x.-i„-"•• .- t'9x, tR-, ., (a) operations in connection with the transportation of property, u " Unless bodily .I injury or property damage arises out of.a condition in or on a vehicle created by the loading or unloading thereof, .?` -.'.' (b) the existence of, tools, uninstalled -_ equipment or abandoned or unused�mate- rials, or _...::..� . Ic) operations for which the classification stated in the policy or in the Company's manual specifies:"including' completed operations"; ` _... -1:- —r R '... :--' "r.....i "elevator', means any hoisting or lowering device to connect. floors -or landings,) whether or -not in -service,-and all appliances thereof including any car, platform/ shaft, hoistway, stairway, runway, -power equipment and machinery; -but does not include an. automobile servicing hoist, or a hoistwithout a platform outside a building if without mechanical"power.or if not attached to'building walls, or a'hod, or material hoist + used in alteration, -construction. or demolition operations; or an inclined conveyor -used. exclusively for carrying., property or a dumbwaiter, used exclusively for carrying property and have a compartment height not -exceeding four feet; - - - ` ` - - ,..it • r • •y2.i Sv• a �i t3R. ut b: T .. }.T'._ -'Fs . ' -w f .r .x. ,)1aY . Y v LD-9F97a Ptd. in U.S.A. Page 1 r S CONDITIONS CONTINUED • Action Against Company No action shall lie against the Company unless, as a condition precedent thereto, there shall have been full compliance with all of the terms of this policy, nor until the amount of the Insured's obligation to pay shall have been finally determined either by judgment against the Insured after actual trial or by written agreement of the Insured, the claimant and the Company. Any person or organization or the legal representative thereof who has secured such judgment or written agreement shall thereafter be entitled to recover under this policy to the extent of the insurance afforded by this policy. No person or organization shall have any right under this policy to join the Company as a party to any action against the Insured to determine the In- sured's liability, nor shall the Company be impleaded by the Insured or his legal representative. Bankruptcy or insolvency of the Insured or of the In- sured's estate shall not relieve the Company of any of its obligations here- under. 6. Other Insurance The insurance afforded by this policy is primary insurance, except when stated to apply in excess of or contingent upon the absence of other insurance. When this insurance is primary and the Insured has other insurance which is stated to be applicable to the loss on an excess or contingent basis, the amount of the Company's liability under this policy shall not be reduced by the existence of such other insurance. When both this insurance and other insurance apply to the loss on the same basis, whether primary, excess or contingent, the Company shall not be liable under this policy for a greater proportion of the loss than that stated in the applicable contribution provision below: (a) Contribution by Equal Shares. If all of such other valid and collectible insurance provides for contribution by equal shares, the Company shall not be liable for a greater proportion of such loss than would be payable if each insurer contributes an equal share until the share of each insurer equals the lowest applicable limit of liability under any one policy or the full amount of the loss is paid, and with respect to any amount of loss not so paid the remaining insurers then continue to contribute equal shares of the remaining amount of the loss until each such insurer has paid its limit in full or the full amount of the loss is paid. and do whatever else is necessary to secure such rights. The Insured shall do nothing after loss to prejudice such rights. B. Chaogea Notice to any agent or knowldege possessed by any agent or by any other person shalt not effect a waiver or a change in any part of this policy or estop the Company from asserting any right under the terms of this policy; nor shall the terms of this policy be waived or changed, except by endorsement issued to form a part of this policy. 9. 10. 11. (b) Contribution by Limits. If any of such other insurance does not provide for contribution by equal shares, the Company shall not be liable for a greater proportion of such loss than the applicable limit of liability under this policy for such loss bears to the total applicable limit of liability of all valid and collectible insurance against such loss. 12. 7. Subrogation In the event of any payment under this policy, the Company shall be subro- gated to all the Insured's rights of recovery therefor against any person or organization and the Insured shall execute and deliver instruments and papers • Assignment Assignment of interest under this policy shall not bind the Company until its consent is endorsed hereon; if, however, the Named Insured shall die, such insurance as is afforded by this policy shall apply (1) to the Named Insured's legal representative, as the Named Insured, but only while acting within the scope of his duties as such, and (2) with respect to the property of the Named Insured, to the person having proper temporary custody thereof, as Insured, ir but only until the appointment and qualification of the legal representative. Three Year Policy If this policy is issued for a period of three years any limit of the Company's liability stated in this policy as "aggregate" shall apply separately to each consecutive annual period thereof. Cancellation This policy may be cancelled by the Named Insured by surrender thereof to the I Company or any of its authorized agents or by mailing to the Company written notice stating when thereafter the cancellation shall be effective. This policy may be cancelled by the Company by mailing to the Named Insured at the address shown in this policy, written notice stating when not less than ten days thereafter such cancellation shall be effective. The mailing of notice as aforesaid shall be sufficient proof of notice. The time of surrender or the effective date and hour of cancellation stated in the notice shall become the end of the policy period. Delivery of such written notice either by the Named Insured or by the Company shall be equivalent to mailing. If the Named Insured cancels, earned premium shall be computed in accord- ance with the customary short rate table and procedure. If the Company cancels, earned premium shall be computed pro rata. Premium adjustment may be made either at the time cancellation is effected or as soon as prac- ticable after cancellation becomes effective, but payment or tender of un- earned premium is not a condition of cancellation. Declarations By acceptance of this policy, the Named Insured agrees that the statements in the declarations are his agreements and representations, that this policy is issued in reliance upon the truth of such representations and that this policy embodies all agreements existing between himself and the Company or any of its agents relating to this insurance. IN WITNESS WHEREOF, the INSURANCE COMPANY OF NORTH AMERICA has caused this policy to he signed by its President and a Secretary at Philadelphia, Pennsyl- vania, and countersigned on the Declarations page by a duly Authorized Agent of the Company. IWtRY E Yr, kcrehrr WILSON H. TAYLOR, President Paea 4 r 1 i • • ,. • Performance Bond • e �LEvQ • - �C�fS OP4iED I •n' 250 e� PERFORMANCE BOND •� McCLINT0N-ANCHOR COMPANY, DIV. KNOW ALL; MEN B1'1,THt&E PRESENTS: That we OF APAC-ARKANSAS INC. r a G•,T;O` RPORATTON , hereinafter called "Principal" and TNSTTRANCFCOMPANY OF NORTH AMERICA of PHTLADRLPHIA, PA State of PFNNSYT,VANTA , hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville, hereinafter called "Owner", in'the penal sum of TWO HITNnRFTT SFVFNTY NTNF. THOTTSANTI TWO HDNDIED • TWENTY THREE and 10/100------ ($ 279,223.10 ) 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 enteredo a certain contract with the Owner, dated the ZS% day of e, 72r.a 94 t , 1985, a copy of whicffff is hereto attached and made a part hereof for the construction of improvements to the Fayetteville Municipal Airport, Fayetteville, Arkansas. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof • which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and • shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. • PROVIDED, FURTHER, that the said Surety, for value received hereby • stipulates and agrees that no change, extension of time, alternation or • addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such.change, extension of time, alteration or addition to the terms of the • contract or to the work or to the specifications. • Performance Bond - 1 i • l.�I. 9 11 I1 ATE plpFluc •* Ellp'iLEE 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 J� a of which shall be deemed an original, this the £7 day of e/TE/W6F.L 1$f. 0 C, U ATTEST Box 1367 ttyettevltle, Arkansas_], 70 Address ATTEST: McCLINTON-ANCHOR COMPANY, DIVISION OF APAC-ARKANSAS, INC. P. 0. Box 1367 F_ayettevilie, Arkansas 7, 2701 Address INS I (SEAL) By: Sure y Judyranks Actor y -in -Fact t -' (Surety) �� Witness as :to Sure P. 0. Box.S11, Little Rock, Ar 72203 Address Performance Bond - 2 i • ' E[[MMCc15F�E`EIt�4gnN - INCOFPO NAT[O II I IIILI YOC I .g1IMILL - 1 it POWER • OF ATTORNEY #103174 INSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA, PA. sl Know.allmen by these presents:.' That;JNSURAN.CE.,COMPANY.Of NORTH AMERICA, ;:'•' ,.,. a corporation of the Commonwealth of Pennsylvania,• having. its principal office m;the City.•of.,Philadelphia, • ''• ;f Pennsylvania, pursuantto the following Resolution adopted' by the Board of Directors of the said Company ; ,•' on May 28, 1975, to wit 'RESOLVED, pursuant to Articles 36 and 5 1,of'the By -Laws, the following Rules'shall govern the execution forthe Company of ' • ' bonds, undertakings, recognizanres, 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 - i•,.� .: -.-, same to be attested when necessary by the Secretary;: an Assistant Secretafy, or a'Resrdent 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.,brattest to the execution o(`alfsuch writings -on .behalf of the Company and -� -'• to affix the seal of the Company:thereto: -' -'-' - - '-' "' .' %-"j•. `"-- (2) Any such writing executed in accordance with these Rules shall be as binding upon (he Company in any case as though signed ',' '- - by the President and attested by the Secretary.. . - °-�� �' ' k . - (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, z 1953." - - - 0 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, s 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 .1; -: - -------------------.._...----- has hereunto subscribed his name -.and affixed'1he corporate seal .,ofthe said. INSURANCE COMPANY OF,. NORTH AMERICA this ----,-: 24th. - - .,,. :--'-" aay of ---[iaY._ ..,....`-' --. 19 ----2------ : I1 URANC P N OF NO H AMERICA • ' Rl7iaRY : , (SEAL) vo :. �. ' ::.. �� Bonn MICHAEL B.,JFODOIR vice -President. .: - .. STATE OF ILLINOIS - ��;;,• COUNTY OF COOK T ss: -- On this ._24th ,._�..day.ot, 2.. M.a Y._ ' :._, A U 19:62 .. -before lme, a Notary' STATE.O,F ILLINOISCOOK Public of the .... In and the County of .. -. ;.: >.. , 'came S' --_-.._..:. ...-.-,. MICHAEL B. !ODOR 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, j have hereunto set my hand and affixed my official seal at the City of CHICAGO the day and year first above written. ..:..r: / .f -r.. co-. _ (SEAL) _--......._..........._..-._._._.._................._......-..---;.._: 6 PHYLLIS DUBAK Notary Public. ,rg My commission expires � / �` 2 85 � , :..' I, the undersigned, AatcSecretary of INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that - I' i ;the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect. In witness whereof, I Knave hereunto subscribed my game as X 3�fr`F Secretary, ffixed the corporate seal - ofthe Corporation, this. _......G .:._.... ........ day of J..EL�T i ,��e�. 191 -- (SEAL) - ...-. BS -15579 Pta. in U.S.A. - JAMES GS'JY IE Axfl0.t Secretary, A ,".:i�� I. r r D Payment Bond l�LNGPN - ICOR bF4TEO .I'1f 0OJ •.4tf VIJ ,• • PAYMENT BOND McCLINTON-ANCHOR COMPANY, DIl. KNOW ALL MEN BY THESE PRESENTS: That we OF APAC-ARKANSAS, INC. a CORPORATION , hereinafter called "Principal" and INSURANCE COMPANY OF NORTH AMERICA of PHILADELPHIA a State of -PENNSYLVANIA , hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville, hereinafter called "Owner", in the penal sum of TWO HUNDRED SEVENTY NINE THOUSAND TWO HUNDRED • TWENTY THREE & 10/100-------U 279,223.1.0 ) 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. • I. THE CONDITION OF THIS OBLIGATION is such that WHEREAS, the Principal entered irytV a certain contract with the Owner, dated the day of o2E�7E/d/,t�c�,� , 1985, a copy of which is hereto attached and made a part hereof for the construction of improvements to the Fayetteville Municipal Airport, Fayetteville, Arkansas. • NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and • shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so,. and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any, default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alternation or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. • Payment Bond - 1 • AAA"'CORPPPitn NGIl FCHA5 T �Y ��I ATE" I1O u.crr4v.Ilr ;• I .i l it • 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. II 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 ory�rg of which shall be deemed an original, this the 20*/ day of �ieOT�is4�,0e4 , 1985. ATTEST: MCCLINTON-ANCHOR COMPANY, DIVISION OF APAP-ARKANSAS, INC, P By: II�Y.f'uii�✓ P. 0. Sox 1367 Fayetteville. Arkancae 777n, Address S �. WitnessTa o`Pr'i'nt`:pa �. Box 1367 Fayetteville, Arkansas 7270E Address Ii ATTEST: INSURANC • (SEAL) 4 By: Sure (Surety) Witness to Suret� A!1 Rnx H'Ui, Litt -o ] Rnc', Ar 72203 ddress • 1 ,j C lLE4jkNNNpp j u:Ir! umr.,u. W9 ( QrCT?$;.. . AN 0' 0RytH, AM'1rRI `A rT \ , e G! 4 ranks ' ° Payment Bond - 2 0 • • • 91 U Uvy Kno % all nlen.II} tlIt' (' Ie\\ ollowin ' 4nlc�es'3v . iNffI \S/, '�s,-ra({rea conants:a' Rool Ihey / • de 1 / 1 1, tIF 1 IP/AfV`�`.�,OF�/IVUItI F 1 Alai (. �PFi'I 'slJ l l'l 11 i'• I". y 'selllti iinsylvaidia,,having<its-pr lncrpai-oiice m:Ir / .of:uuon-.aaopcby ed•';me;6oartf:tof,Unectoi ' 1 /i 0]';17 L s1nc,/�oi-owing ku4es:$haI '2ovetre•me E /' 1 ./f ... 0 'wnlingSV\V./\-'i•C torn Ol-% %( %1 i i(C Prest(I 1 kesr(] \V,iu f'rCsIdinl-of/AI Ior, OCf(arclnyy'eco�+n\\V do b(K;: c(inI(a(I5 anq ,dih CF p'ntir 1 'y;.an �/\x5151 a/o 1:$CCfP13ry-sOf�ll .i es,d enP.Asc t.o R1%1� 00 1 ny:v]ce P;c≤mcnr.�t]a a1nPnmt C' naL Sci rI2e>:Rvtul 1tP/F)f✓•11{A$(`�fJ'(hD•'eYCLL��On�Oi-v`rr $l:CnrrlV/1 (IR6'$-`Of I 0 0 1 / • 1 r. U • , 0, ,• 0 , , •/ 1. 7 I...• \' I'. i `OO'c0 I Y�F)f\:". ' COOK /'�� ♦ ss. '\,\\'1; 1�i; ✓ j� . �✓ I � �% '\ �t`'%�POLTA. 1.. V�^\\/o\\d }Y .Of.. �',�. t'i3V .\///\! ^I)Sn\. //\ , I ....L e, 1 , E OF SI'LIN0IS\�/i'�. .,tic 1I' , 'r/rlllf)llC/O.f�lhP�//. e /w./,1 . ]..fl ,� het. OUnl-of,." Gtr`) /��/.�� ( 0,.. 1 1, `l i r r. 'l I.. N 1 1 0 / 0 'S 0 / 1 • Ii 1 y , 1 ' . 0i ' / • r 1 IN 0 tV : IS :16 I ji .- — ,', n,-gw - - R.j'U..R- .a.'., 1r.'lY!•I.-1ra1 ..R{1711 --ill s!..ln lYl- PV AIRLW•I'V'S AI. LII . r 0 Federal Wage Decision :I .4cCLE1jR :.rL.�JoMntO A TED 0 • • r C• 2• ' mta N 0 0. • i� YQ G. 34638. It J U O IIV 0. u0 O L .Y YNWU 1POC • U Y Y WL qO V ] m CC r•6vc • LN y'WC ., f0^L0 C OV f U•+\ N a Ju qn Cp O .. C a h NC 2C1 ON Cf >-... a' OGLJ- UCCC✓ ]Ln • C C.-1 roar 7..0 a 9 N Y u 0U• a 0 YU m u G O]a4 04 q IUY CVJ CUT L•3U =L•3L -'C N ^YET IC u. u. N CCor NCLiT Z LOCC C c.0 '0 2 Z00 0 C . -J ^C -N4 o TJ a J 4t ==3V r U.] C UY.+C ~ /I O _vt GGe GL G8a • 0 od mL O.0 O yc N.n . 030 LG YO C> wO LY • 'Jo. Tm. C- 9 - U T'n 9 n.n OL +O U r wY� •1 4i3_.. •0c0 C Y YUN Yu . 0'..N Tq Y0C Ou4 I 9V W_ O 00 J O Nr 99 N N N vu 9V fl V -. N N V L TU Y 9 N •-4 PA .n T C. • N E J %'n %L 10 __ NY .. OOP• E% EO YGOq ^.VV ] LO .CV 040 6 C ' � 010 9 -4.0 ^r > I0 + W Y L LYU rNU C +9 U U g C -N C L woo YO-•LOY 0UCr 5'U Cr Y..0 w0 C.N rY Y0? r WO+• UnN • TO•+T•J - - UV Y.-OYgr 9 Y 90..0CY Y b CC GWq 9 4_• -.. Y _. G YE YE 0.w Ev - Nm9 O J.0 Cw 0 4 L. .-IWC C JEO]Er X000 •.qq L L 'J -U N... C..Y L+ Federal Register / Vol. 49, No. 171 / Friday, August 31. 1984 / Notices Y0 _100 00 0000 COOOO 000000 0 000 0 0 0 000 0000 q NN NN .w 0lc C' NN OI"..• /_NOn00 .y pNm N O O n0 n.'•Nn la°C NN Nb NNpp bN N,pN VNNN,oN N bN S N p N N N NNN NNNN 4 Y C C Y I SJ V Y Y Y Si W 0 0 00 } ] O 110 NO.Y Y O 0 0 W. Y N d 1 90. ••- '^ U OP 0.40'00 00 u ✓ '0. 0.CCD Y Y u0 O>'J YO ,y g O Y NC —30]9 9 aT 'JYq Y Y Ur Li -#40,11 N q Cl Y Y GLL— Li y COLY CI > VVSO 4 LCOL._4NYJLC V- U OJJ V 4 .-JVV 0. LC CVUu4 cj U41 -10C1000410 ] ] JCY 9.OO..L .o.r- 0 1)0 --.c0.90 42O%qu 0.0 <uq L L Y '-"100 qYU C.Uw Lu OC C. NOYq EH Y.q TOT0 •U u 1141 L4 ✓ LrpEgN O L N. -I VY Nq_Y EU'uYY YL9q YV U 'J L C ._ c- ,_ E Y .. U V O q P Y 0.y •C U P C. V C19 V Y T E N Y U J% E U. O L Y 0 0C O V 9 x L• E jQWraOj c Y O G Y 0. c 0.'n y 0uU0 P40. P 9L N u 0> 0.N0 rV OVOgO .. PNUJ'wYE zC.JC009 Cuq CL VUVgL o -a.-. ON C UNV .+ CC J]C9 4DOY.n C -+u YLn.c N.wwONLLg4n gY.1L.1-H CY3Y Y 0-w O' 4 J C U.w Ju9uVLrp P LC - Pw 9-.Y C.Uw P+'+T 000 t••O NJL N 4.n✓ P_. IiCL.4 9rC 11_i ✓LJOggYCJL4 E V O CC] N 7Lukuq✓ 019 U qG 4100 .1 J..Y J•+NYyY E C•-.0 YLLOy 0U00 NYCn0 AU UOOWU TOCE u_•nC L]. 1••. O CUE 0CLY o-a.39UU-'iM .l. .w PN o L4 m 969 .-c- qJ EUVY.'1 E 3C VYr4 -J -4001 >000 J'n 'w 00 U OYE4 Y Y YC Ur03Y ±1000 IVW 444Y. S£££ £0660-.N NN 'F E f• F0OnoJF ✓1 NF n=_ -e „:_oaoo 00 000000000000moom 0060 000 000N ..rn 00n oOn000nn.000 bn O Oo 0000 00 •0 P•n nNN N OO PPNN ,CO ro SS�Nra 1�1.0 .pN NNNNNNNNNNn NLON1p .p Np4N .pNN N NV oowp Wp Y U N Y 4 O 4 Y. CpLl O 0. YU Cl C .N YO4'.Y u .w u Y 0111,C 0. w ✓ O u U .. J U 4 Li L9q 0' ufl' YU N Y CYOcon 110. 0 YVL CUal0 O• a CU0w 000.Y9 +`l0 00 4J vva gUV.w.+YY u - li Ca0U 0N9 OLi l L 0. 0O gVcUn 4P No,c'VOV l Y V L .. U 0 nC O 9 ] c0.4 3C v Sin Y Y SI Y T VUYYu000.4.UN9 Y00 -V0} UYYV _.-1CnT YC J.CC C4 04 xl Cl • C]YLO -1--' 00 C i. _!ug9u0 J -.1C,ON gC.C.L- ]I c:..4 C V r; L a'n N Y q C J C U U E /J C. V C. N Y Y .w CLu3P U YCE Y 1J O. O. 0 q 0 LN09 +. U J VL _FUL r 4C U'J UY JF4 0 J .y JIL OL04JV 40.009LCITY TV IUiu ' o *. C LC)OwCO EO J I"YJ U. N..1 L.Y ✓Y Vy9 YJ `' p O 'i .O rrL lUVVU0gYY .., ^Epw.-, Cr PW UgYN9OTTVU 1 fr 7 + YL•.LJg1UCSLLY Y UroYLYI `:q gLICJ YYLNNG YY YYUNO CYOJL. CC ..� V UUV EOu9409 ILLL U_.r-+0.°yVLV "-4 I.UUC U [Uuc.3cL C. _.Y -JCC Yd dTLY vIT O.GY.+14 1'•30 dC..1N0 COO CI, u' U JpCwJC'.�.. .IgLJUQ 013.1x'+CO�PgNgJ pOOO q LOOL L Jir .>.3 <GGVV000UiL46S ar OIC44 S LI V U 0 UUV V' CUL3 0.L J • 1TJ —" PO RAbGVI LE sN . ,•14'1C CTED •• :1.11•} VI'11 N1L r State Wage Decision I Li &R bAATEQ .mh( OC 'A4rtEY'LL( S or i BILL CLINTON Governor Z STATE OF ARKANSAS J.:,. ARKANSAS DEPARTMENT OF LABOR °+°_ 1022 HIGH STREET LITTLE ROCK 72202 (501) 375-8442 June 11, 1985 McClelland Consulting Engineers, Inc. P.O. Box 1229 Fayetteville, Arkansas 72702 Gentlemen: This is to cert Determination Number with those contained AR84-4053. If you have any contact Becky Bryant DDS:kj DEWEY D. STILES Director RE: Taxiway Extension Fayetteville, Washington County Lfy that the State of Arkansas Prevailing Wage Rate 84-160 for the referenced project shall conform •in the U.S. Department of Labor Decision Number questions or we can be of further assistance, please at 375-8442, Extension 404. Sincerely, Dewey D. tiles Director f. r St Wage, Labor, EEO, & Safety Requirements €b REED VndYCh FYFIR VIP! r WAGE, LABOR, EEO AND SAFETY REQUIREMENTS SECTION A (FEDERAL AVIATION ADMINISTRATION REQUIREMENTS) A-1. Airport Improvement Program. The work in this Contract is included in Airport Improvement Program Number 3-05-0020-05, 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 and the United States, Under the Airport and Airway Development Act of 1982 (PL 97-248) 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. 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 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. 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. Wage,.Labor,'EEO and Safety Requirements - 1 i �i - 55Z INCO TATED IIRIF .CCI F"ETTEVUF •I N 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). •1 (b) Any class of laborers or mechanics, including apprentices and trainees, which is not listed in the wage determination(s) and which is to be employed under the Contract, shall be classified or reclassified conformably to the wage determination(s), and a report of the action taken shall be sent by the City of Fayetteville to the FAA for approval and transmittal to the Secretary of Labor. In the event that the interested parties cannot agree on the proper classification or reclassification of a particular class of laborers and mechanics, including apprentices and trainees, to be used, the � question accompanied by the recommendation of the FAA shall be referred to the Secretary of Labor for final determination (29 CFR 5.5(a)(1)(ii). (c) Whenever the minimum wage rate prescribed in the Contract for a class of laborers or mechanics includes a fringe benefit which is not Wage, Labor, EEO and Safety Requirements - 2 ¼. J • TE0 poll KKX PJgme,11 U fl r expressed asan hourly wage rate andtheContractor is obligated to pay a cash equivalent of such a fringe.behefit`, 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 Program Number 3-05-0020-05 and Part 152 of the Federal Aviation REgulations (14 CFR Part 152), the FAA may withhold or cause to be withheld from the City of Fayetteville so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices and trainees, employed by the Contractor or any subcontractor on the work the full amount of wages required by this Contract. In the event of failure to pay any laborer or mechanics, including any apprentice or trainee, employed or working on the site of the work all or part of the notice to the City of Fayetteville take such action as may be necessary to cause the suspension of any further payment or advance of funds until such violations have ceased (29 CFR 5.5 (a)(2). B.3. Payrolls and Basic Records. (a) Payrolls and basic records relating thereto will be maintained during the course of the work and preserved for a period of 3 years thereafter for all laborers and mechanics working at the site of the work. Such records • will contain the name and address of each such employee, his correct classification, rates of pay (including rates of contributions or costs anticipated of the types described in Section 1(b)(2) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found, under 29 CFR 5.5 (a) (1) (iv) (see sub -paragraph (d) of paragraph B-1 above), that the wages of any • laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis -Bacon Act, the Contractor shall maintain records which show that the commitment to. provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the Wage, Labor, EEO and Safety Requirements - 3 J \'I J 4G8R ER RATED LITR1Roc, IkIETTSWUE •I 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 paragrap 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. r (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, Employment and Training 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 or a representative of the Wage Hour Division of the U. S. Department of Labor 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 Wage, Labor, EEO and Safety Requirements - 4 J • L� AW1114ATED YIgI .4C. I. It TTIVAJ f; "4V1., r apprentices on the contract. work.. The wage..,rate,paid-apprentices. shall be not less than the appropriate pe`r'centage of the"journeymen's rates contained in the applicable wage determination (29 CFR 5.5 (a)(4)(i)). (b) Trainees. Except as provided in 29 CFR 5.15 trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training. The ratio of trainees to journeymen shall not be greater than permitted under the plan approved by the Bureau of Apprenticeship and Training. Every trainee must be paid at not less than the rate specified int he approved program for his level of progress. Any employee listed on the payroll at a trainee rate, not registered and participating in a training plan approved by the Bureau of Apprenticeship and Training, shall be paid no less than 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 the (insert sponsor's name) City of Fayetteville or a representative of the Wage -Hour Division of the U.S. Department of, Labor written evidence of the certification of his program, the registration of the • trainees, and the -ratios and wage rates prescribed in that program. In the event the Bureau of Apprenticeship and Training withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved (29 CFR 5.5(a)(4)(ii)). • (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 o $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),)• Wage, Labor, EEO and Safety Requirements - 5 l J Z a ��+CO�+✓u RATED tint, 90d F ,FrtFvLLE II (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 tc 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)). B-7. Violations, Liability for Unpaid Wages, Liquidated Damages. In the event of any violation of paragraph B-6 of this provision, the contractor and any subcontractor responsible therefore shall be liable to any affected employee for his unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed, with respect to each individual laborer or mechanic employed in violation of said paragraph B-6 of this provision, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of 8 hours or in excess of the standard work week of 40 hours without payment of the overtime wages required by said paragraph B-6 of this provision (29 CFR 5.5 (c)(2)). 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. Wage, Labor, EEO and Safety Requirements - 6 MIN CD VAJ.IX. awl "En'' •1 7 •1 • • • r -Th B-10. Subcontracts. The -'Contractor will insert in each of his subcontracts •the clauses contained in paragraphs B-i 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 clause B-1, •B-2, • B-3, B-4, B-5, or B-10 may be grounds for termination of the Contract, and for debarment as provided in paragraph 5.6 of the Regulations of the Secretary of Labor as codified in 29 CFR 5.6 (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 not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. C-2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, relation sex or national origin. C-3. vThe Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided, advising the said labor union or workers' representatives of the Contractor;s commitments under. this section,. and shall post copies of the notice in conspicuous places available to • employees and applicants for employment. C-4. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor. 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. Wage, Labor, EEO and Safety Requirements - 7 L •, ®� RATED ununucn ..�nrtvnu C-6. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or • suspended in whole or in part and the Contractor may be declared ineligible for further government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, as amended, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, as amended, or by rule, regulation, or order of the Secretary of Labor, or as • otherwise provided by law. C-7. The Contractor will include the portion of the sentence immediately preceding paragraph C-1 and the provisions of paragraphs C-1 through C-7 in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive • Order 11246 of September 24, 1965, as amended, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for non-compliance: Provided, however, that in the event a Contractor becomes involved, in, or is threatened with, litigation with a subcontractor or vendor • as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interest of the United States. 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 150/5370-10 entitled Item P-156, Temporary Air and Water Pollution, Soil Erosion and Siltation Control. Copies of this Advisory Circular can be obtained free of charge from • Wage, Labor, EEO and Safety Requirements - 8 i © apPORATFD 0 m...U(1 u.mro i 7 r - Department of >Transportation, Distribution Unit,.TAD-484.3; Washington, D.C. 20590. 1 -H• -"*•- 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: (a) "Covered area" means the geographical area described in the solicitation from which this contract resulted; (b) "Director" means Director, Office of Federal •Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; (c) "Employer identification number" means the Federal social security number usedon the Employer's Quarterly Federal Tax Return, U.S. Treasury Department-FOrm 941, i:. •(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 Is -land (all. person having origins in any of the original .peoples of the Far East, Southeast, Asia, the Indian Subcontinent, or the Pacific Islands); and Wage; Labor, EEO and Safety Requirements - 9 LiTLF POCK FVFRFVpt! •I (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. 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. • Wage, Labor, EEO and Safety Requirements - 10 J IATED • ♦I Ur... z . r 1 F-7. The Contractor shall take specific affirmative actions to insure EEO. The evaluation of the 'Contractor's comp liance 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 Contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the Contractor may have taken. - (d) Provide immediate written notification to the Director when the •a 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 p policy to unions and training programs and assisting the Contractor in meeting its EEO any policy manual and collective bargaining the company newspaper, annual report, etc,; with all management personnel and with all olicy by providing notice of the requesting their cooperation in obligations; by including it in agreement; by publicizing it in by specific review of the policy minority and female employees at Wage, Labor, EEO and Safety Requirements - 11 ® CO WRTED L "LF 1, . ...AfN1ll1 C LI 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, 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. Wage, Labor, EEO and Safety Requirements - 12 ©[Ad l!D UnLf WK 9&11" H\y • • • r. LA LA • (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. F-9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide EEO and take affirmative action for all minority groups, both male and female, and all women, both minority and nonminority. Consequently, the Contractor may be in violation of the executive order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the executive order if a specific minority group of women is underutilized). F-10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any .person because of race, color, religion, sex, or national origin. F-11. .The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order • 11246, as amended. -F-12. The Contractor shall carry out such. sanctions and penalties for violation of these Specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts • as may be imposed or ordered pursuant to Executive Order 11246, as amended, Wage, Labor, EEO and Safety Requirements - 13 L • ®Gi NHF�PRTED JfLf FOCI C� [..Ri[tllLf C: r 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. 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). SECTION G (MINORITY BUSINESS ENTERPRISE CONTRACT PROVISIONS) G-1 Policy. It is the policy of the Department of Transportation (DOT) that minority business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently, the MBE requirements of 49 CFR Part 23 apply to this Agreement. G-2 MBE Obligation. The contractor agrees to ensure that minority business enterprises is defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that minority business enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of DOT -assisted contracts. Wage, Labor, EEO and Safety Requirements - 14 zz i5AIED LPp .M. ,.. mEWLLF • • J • J • • n U r G-3 •Compliance. All- bidders, potential contractors, or subcontractors for this DOT assisted contract- are" hereby`'notified that failure to• carry out • the DOT policy and the MBE obligation, as set forth above shall constitute a breach of contract which may result in termination of the contract or such other remedy as deemed appropriate by the Owner. G-4 Subcontract Clauses. All bidders and potential contractors hereby assure that they will include- the above clauses in all subcontracts which • offers further subcontracting opportunities. G-5 It is Further Understood and Agreed. (a) The award selection procedure for this solicitation will include the selection criteria of 49 CFR Part 23.45 (1) to ensure that prime contracts are awarded to competitors that meet Minority Business Enterprise (MBE) goals. (b) Notification is hereby given that MBE contract goals are established for this prime contract. The goal for firms owned and controlled by minorities is �.25 percent of the dollar value of this contract. • Likewise, the subcontracting goal for firms owned and controlled by women is .25 percent of the dollar value of this contract. (c) After opening of bids, the apparent successful bidder will be required to submit the names and addresses of MBE firms that will participate in the contract along with a description of the work and • dollar amount for each firm. If the responses do not clearly show MBE participation will meet the goals above, the apparent successful bidder must clearly demonstrate, to the satisfaction of the airport sponsor, that a good faith effort has in fact been made and that meeting said goals is not reasonably possible. If any apparent low bidder cannot do so, the contract may, at the option of the airport sponsor, be awarded to the next low bidder able to meet these requirements. Agreements between bidder/proposer and an MBE in which the MBE promises not to provide sub -contracting quotations to other bidder/proposers are • prohibited. All bidders and proposers shall make a good faith effort to replace an MBE sub -contractor that is unable to perform successfully with another MBE. sub -contractor. The bidder shall establish and maintain records and submit regular reports, as required, which will identify and assess progress in achieving MBE sub -contract goals and other MBE affirmative action efforts. n u Wage, Labor, EEO and Safety Requirements - 15 J •• ' I GO RATED m RE.00. r..r.rzVAE •1 r SECTION H (MONTHLY EMPLOYMENT UTILIZATION REPORT (Standard Form 257 - Aug. 1976) Authorized By Section 204 Of Executive Order 11246 and 41 CFR 60-1.4(5)) • The contractor will file with the Area Director, U. S. Dept. of Labor, CFCCP, P. 0. Box 1296, Little Rock, Arkansas 72203, to reach that office by the fifth of each month, beginning with the effective date of the contract for the duration of the contract, Monthly Employment Utilization Reports (Standard Form 257 following page), in accordance with the instructions contained on the form. Members of the Associated General Contractors Highway Heavy Affirmative • Action Plan are not required to submit Form CC -257 unless requested. C] C n LA • • ., LA Wage, Labor, EEO and Safety Requirements - 16 I.' A A ;Eeo • . Lv• un•q a.I i �r s • -Y frr p o- r W Q } n f v/ti rio ♦ f e qr O 0 Z (� li $ 7 n • Yll !1iY �'di i rj r 0 -. Q W .x.a:'I ...:1e 1 I .. c. i •. a n •Q w 0 I J W I O •¢ LL OH Q¢} 1 I LL 2W W nZ � 2` W 1• Eyy� � W WU •• � E LL W W � [��;. xV?� , W 7 " 1 O• C 00 ^ I r - ¢ a m ,1 O Q - $. Z .' d f Q QZ y • 0 Z m UQQ Z LL 1 .d 0 w2C 2 y LL Z ¢ O 'i ti Q w T z y O O 1 1 . d , U U U O . • • • Y • • • • _ ri 0 w ZLL.' J v' QU•,. 2 Z a Q W < w- ti C w rG as Z a Q O .. • Oa --cm 9 < aw w B` w a. • a u m52 • • = N c . .r: J :. C E 0O • '7 U S•'N•Fo O m Z • •I ' ..I -C C C G.i: Co CD $ c J W LL t O J W r• :fl01 CY U J O '1U, --I • O N ` = •• 0..,Y — l a lI I : L Q •CLCO�mm C Yew _I WI Y, WI .I0 m•N 9rT 'll 0 O'VI ' J OI (J J OQ I J O:=J{ Q OI U'I Q • n.;m d ;'ZIW 031 ZI WI~ �ZIWI~ 3ZIw FHW~ 'IZ,W.a I H Q r 0 cm mT w Z. O v' WIZ; 0 w WIZi O m:W-Z; O m w Z 0 Q � ¢- ~ C I IC ~ c: Q H c P. 1~ •2; • N Z m '-I<i 0 a Qi m '_,o< '- o C' 7 ], il¢) W �I 0 ] U • FQ %6U' _ ccI I j r - W ] m NI Z v Tom ? _ O, w., i. _ Q • W a c c U y Si U_:' i d O - a - } h1 W! • w 6 O F[ N E C a s c„ E p - c s 7, a alp O adO 2 Q,• a •0.I_ -Jr J JIZ 0 C- %_• - 3' vi O' Q1 a m Ft F' FI f7,& ..JO. • INSTRUCTIONS FOR FILING MONTHLY EMPLOYMENT UTILIZATION REPORT (CC -257) The Monthly Utilization Report is to be completed by each subject contractor (both prime and sub) and signed by a responsible official of the company. The reports are to be filed by the 5th day of each month during the term of the contract, and they shall include the total work -hours for each employee classification in each trade in the covered area for the monthly reporting period. The prime contractor shall submit a report for its aggregate work force and collect and submit reports for each subcontractor's aggregate work force to the Federal compliance agency that has Executive Order 11246 responsibility. (Additional copies of this form may be obtained from the U.S. Department of Labor, Employment Standards Administration, OFCCP's regional office for your area.) Compliance Agency................................U.S. Government agency assigned responsibility for egpal employ. ment opportunity. (Secure this information from the contracting officer.) - Federal Funding Agency.............................US. Government agency funding project (in whole or in pan). If more than one agency, list all. Contractor.....................................Any contractor who has a construction contract with the U.S. Gov- • ernment or a contract funded in whole or in part with Federal funds. Minority .......................................Includes Blacks, Hispanics, American Indians, Alaskan Natives, and Asian and Pacific Islanders —both men and women. 1. Covered Area ..................................Geographic area identified in Notice required under 41 CFR 60-4.2. 2. Employer's Identification Number ....................Federal Social Security Number used on Employer's Quarterly Fed- eral Tax Return (U.S. Treasury Department Form 941). 3. Current Goals (Minority & Female) ....................See contract Notification. 4. Reporting Period ................................Monthly, or as directed by the compliance agency, beginning with the effective date of the contract. • 5. Construction Trade ..............................Only those construction crafts which contractor employs in the covered area. 6. Work.Hours of Employment (me) .....................a. The total number of male hours and the total number of female hours worked by employees in each classification. b.4. The total number of male hours and the total number of • female hours worked by each specified group of minority employees in each classification. Classification ..................................The level of accomplishment or status of the worker in the trade (Journey Worker, Apprentice, Trainee) 7. Minority Percentage ..............................The percentage of total minority work -hours of all work -hours (the sum of columns 6b, Sc, 6d, and Be divided by column 6a; just one figure for each construction trade). 8. Female Percentage ...............................For each trade the number reported in Be. F divided by the sum of _ the numbers reported in Ga. M and F. 9. Total Number of Employees ........................Total number of male end total number of female employees work - rig in each classification of each trade in the contractor's aggregate . work form during reporting period. 10. Total Number of Minority Employees .................Total number of male minority employees and total number of female minority employees working in each classification in each trade in the contractor's aggregate work force during reporting period. r W r SFr- • • • • General Provisions (FAA Standards, As: Revised forl This Project) • • • ii ® • 8 AITED IIIItF POCY nYQt[V�LLF 0 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 intent and meaning shall be interpreted as follows:; 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 1 10-03 ADAP. The Airport Development Aid Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-14 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 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 maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition•to its associated runway, taxiway, or apron. 10-06 AIRPORT. Airport means an area of land or water which is -used or intended to be used for the landing and takeoff of aircraft, and includes: its buildings and facilities, if any. 10-07 ASTM. The American Society for Testing and Materials. 10-08 AWARD. The acceptance, by the Owner, of the successful bidder's proposal. 10-09 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. r • ®IN COP HATED pn,1 .0[a r..[f1fVpU •1 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 Owner (sponsor) to be responsible for engineering supervision of the contract work and acting directly or through an authorized representative. 10-19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-20 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is General Provisions - 2 •I •1 •I •1 • • C • • © IryCO ATED unu roc. U • r .found by the Engineer to be necessary to complete.the work within. the intended scope of the contract as prev .iously'modified. • 10-21 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his duly authorized representative. 10-22 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. 10-23 INSPECTOR. An authorized representative of the Engineer assigned to • make all necessary inspections and/or tests of the work performed or being performed or of the materials furnished or being furnished by the Contractor. 10-24 INTENTION OF TERMS. Whenever, in these Specifications or on the Plans, the words "directed", "required", "permitted", "ordered", "designated", "prescribed", or words of the like import are used, it shall be understood • that the direction, requirement, permission,. order, designation, or prescription of the Engineer is intended; and similarly, the words "approved", "acceptable", "satisfactory", or words of like import, shall mean approved by, or 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 sources used on or field lighting inc illuminating devices aircraft landing at, system of near the ludes all used on or taking off fixtures irport of luminous near the from, or providing or controlling the light within the airport buildings. The signals,. markers, floodlights, and airport or to aid in the operation of 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, thefl 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. ® E CdR RATED 4Tp POC. FAVEMVItLE General Provisions - 3 J nLa 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 ADAP Contracts, the term sponsor shall have the same meaning as the term Owner. 10-31 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-32 PAYMENT BOND. The approved form of security furnished by the Contractor and his surety as a guaranty that the Contractor will complete the work in accordance with the terms of the Contract. 10-33 PERFORMANCE BOND. The approved form of security furnished by the Contractor and his surety as a guaranty that the Contractor will complete the work in accordance with the terms of the Contract. 10-34 PLANS. The official drawings or exact reproductions, approved by the Engineer, which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the Contract, supplementary to the Specifications. 10-35 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-36 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the Plans and Specifications. 10-37 PROPOSAL GUARANTY (BID BOND). The security furnished with a proposal to guarantee that the bidder will enter into a Contract if his proposal is accepted by the Owner. 10-38 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-39 SPECIFICATIONS. A part of the Contract containing the written directions and requirements for completing the Contract work. Standards for specifying materials or testing which are cited in the Contract Specifications by reference shall have the same force and effect as if included in the Contract physically. 10-40 STRUCTURES. Airport facilities such as bridges; culverts; catch basins; inlets; retaining walls; cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts; manholes; handholes; lighting fixtures and bases; transformers; flexible and rigid pavements; navigational General Provisions - 4 J • C n C • • • • n L� INCO ATED LA4l SOC. / .Vln[Wl LI r aids; buildings; vaults; and;, others manmade features of the airport that may be encountered in the work and -not otherwise classified herein. 10-41 SUBGRADE. The soil which forms. the pavement foundation. 10-42 SUPERINTENDENT. The contractor's executive representative who is present on •the work during progress, authorized to receive and fulfill instructions) from the Engineer, and who shall supervise and direct the • construction. 10-43 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the owner covering: 1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally '1 awarded contract, or 2) work that is not within the scope of the originally awarded contract. 10-44 SURETY. The corporation, partnership, or individual, other than the contractor, executing payment or performance bonds which are furnished to the Owner by the Contractor. 10-45 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. 10-46 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the Contract, Plans, and Specifications.. 10-47 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces 'of the • Contractor may proceed with regular work for at least 6 hours toward completion of the Contract. Unless work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's, forces engage in regular work, requiring the presence of an inspector, will be considered as working days. • 4 General Provisions - 5 • ®NtED unu.oc irFn Fv'ul •1 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 that he is prequalified with the State Highway Division and is on the current "bidder's list" of the State in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore specified. Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner no later than 10 days prior to the specified date for opening bids. 20-03 CONTENTS OF PROPOSAL FORMS. The Owner shall furnish bidders with proposal forms. All papers bound with or attached to the Proposal forms are necessary parts and must not be detached. •1 •I L] •1 C Ll C The Plans, Specifications, and other documents designated in the Proposal form • shall be considered a part of the Proposal whether attached or not. For ADAP contracts, the Proposal shall conform to the requirements of local laws and ordinances pertaining to letting of contracts and, in addition, shall General Provisions - 6 L • Al RATED loo. •nnr[vrut • L r -N conform to the requirements of Part,.152 of, the Federal Aviation Regulations • pertaining to the particular -contract being Tet:.'+'A 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 forbidding. (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,ofSection 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. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the Plans, Specifications, or • otherwise made available to the bidder, was obtained and is intended for the General Provisions - 7 ®€� TED LIOLI PQC I [ PPlnfml IF II r qN Owner's design and estimating purposes only. Such available for the convenience of all bidders. It agreed that each bidder is solely responsible for al or conclusions which he may make or obtain from his logs and other records of subsurface investigat furnished by the Owner. information has been made is further understood and 1 assumptions, deductions, examination of the boring ions and tests that are 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) 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 S 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. General Provisions - 8 0 J E 1�RTED LIMI rcK s..mwuu r 1 U r The owner reserves the right to reject any irregular proposal and, the right to waive technicalities if suchwa'ive'r"is in 'th`& best interest of the owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-09 PROPOSAL GUARANTY. Each separate proposal shall be accompanied by a certified check, or other specified acceptable, collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the owner. - 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.. General Provisions - 9 L J ®� f RATED 1 l IAlf lot, f.gnFYLLEE • r 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: C (a) If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSAL of Section 20. (b) If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. • In addition, until the award of a contract right to reject any or all proposals; waive in the best interest of the owner and is in and local laws or regulations pertaining contracts; advertise for new proposals; or All such actions shall promote the owner's bi is made, the owner reserves the technicalities, if such waiver is conformance with applicable State to the letting of construction proceed with the work otherwise. � ?st interest. 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 60 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. 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 General Provisions - 10 • AlEC un.Huca Y4ncvLL. • as the owner receives the contract bonds as specified in the subsection titled REQUIREMENTS. OF CONTRACT BONOSf'of4'th`e section: - :_ 30-05 REQUIREMENTS OF CONTRACT. BONDS. At the time of the execution, of the contract, the successful bidder shall furnish the owner a surety bond or bonds which have been fully executed by the bidder and his surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. 30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to`the owner, along with •the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is recommended. • 30-07 . APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the owner shall complete the execution of the contract in accordance with the local laws or ordinances, and -return. the fully executed contract to the contractor. Delivery of the fully executed contract to the contractor shall constitute the owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the .15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal quaranty, not as a penalty, but as liquidation of damages, to the owner. f General Provisions - 11 1 ® aN'RATEO •1 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. General Provisions - 12 © COf+vOpLIED JOIE UOC. f.4'T! ILI •1 C L • •• r _N 40-03 OMITTED ITEMS. The engineer may,in.,the owner's best interest, omit from the work any contract) :.:item; except -,major contract items. - Major contractitems may be omitted by a supplemental agreement. Such omissions of contract items shall not invalidate any other contract provision or requirement. Should a contract item be -omitted or otherwise ordered to be nonperformed, the contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 EXTRA WORK. Should acceptable completion of the contract require the contractor to perform an item of work for which no basis of payment has been • provided in the original contract or previously issued change orders or • supplemental agreements, the same shall be called Extra work. Extra work that is within the general scope of the contract shall be covered by written change • order. Change orders for such extra work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in•the order, and shall contain any adjustment to the contract time that, in the engineer's -opinion, is necessary for completion of such extra work. When determined by the engineer •to be. in the owner's best interest, he may order the contractor to proceed with extra work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. 0 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 0 - 7 - General Provisions - 13 L J Jn1190U 4.A.FVlJ • A acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire -rescue equipment, or maintenance vehicles at the airport. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The � contractor shall furnish, erect, and maintain barricades, warning signs, flagmen, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting � property or intersecting roads, streets or highways. Unless otherwise specified herein, the contractor will not be required to furnish snow removal for such existing road, street or highway. The contractor shall make his estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular � traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract6 items. Should the contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately � determined by the engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work � as otherwise provided for in the contract and shall remain the property of the owner when so utilized in the work. 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the contractor encounter any material such as (but not restricted to) sand, stone, General Provisions - 14 E cdd }ATED • r - gravel, slag, or concrete slab within the established lines, grades, or grading sections, the use of.whichtis inten'dedby;the terms of the contract to • be either embankment or waste, he may at his option 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. 0 Should the contractor wish to exercise option (a),. (b), or (c), he shall • request the engineer's approval in advance of such use. • F. 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 otherwiseto 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 g pp p (a), the contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the -material is used. • It is understood and agreed that the contractor shall make no claim for delays by reason of his exercise of option (a), (b), or (c). • The contractor shall not excavate, remove, or otherwise disturb any material, • structure; or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-09 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or. portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable :condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the contractor has obtained the written permission of such property owner. General Provisions - 15 . a ®1�+ WRI[ATED I mu .P]r, 4Yp\fvplf C 1. 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. 0 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. 0 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 0 modifications (change order or supplemental agreement) as applicable. If the engineer finds the material! product are not in reasonably Specifications and have resulted affected work or materials shal corrected by and at the expense engineer's written orders. furnished, work performed, or the finished close conformity with the Plans and in an unacceptable finished product, the 1 be removed and replaced or otherwise of the contractor in accordance with the For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the contractor's responsibility to complete the work in accordance with the contract, plans, 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. General Provisions - 16 a L�La HATED unp.pc. FIYFn FVQQ r For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide s-the;-engineer`.wi'thckahe 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 essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated. dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, 'and" cited FAA advisory circulars; contract •general provisions shall govern over plans, cited standards for materials or testing, and, cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. The contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the •event the contractor discovers any apparent error or discrepancy, he shall immediately call upon the engineer for his interpretation and decision, and such decision shall be final. 50-04 COOPERATION OF CONTRACTOR. copies each of the plans and specie work at all times one copy each of copies of plans and specifications cost of reproduction. The contractor will be supplied with two 'ications. He shall have available on the the plans and specifications. Additional may be obtained by the contractor for the The contractor shall give the.constant attention to the work to facilitate the progress thereof, and he shall cooperate with the engineer and his inspectors and with other contractors in every way possible. The engineer shall allocate the work and designate the sequence of construction in case of controversy between contractors. The contractor shall have a competent superintendent on the work at all times who is fully authorized as his agent on the work. The superintendent shall•be capable of reading and thoroughly understanding the plans. and specifications and shall receive and fulfill instructions from the • engineer or his authorized representative. 50-05 COOPERATION BETWEEN CONTRACTORS. The owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. •When separate contracts are let within the limits of any one project, each • contractor shall conduct his work so as not to interfere with or hinder the progress of. completion of the work, being performed by other contractors. Contractors :working on the same project shall cooperate with each other as • directed. General Provisions - 17 ii J tinit.p[[ •'EfEvl{IE • ri 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 a materials being used so contractors within the with that of the others sequence to that of the rrange his as not to limits of in an acce others. work and shall place and dispose of the interfere with the operations of the other � the same project. He shall join his work ptable manner and shall perform it in proper 50-06 CONSTRUCTION LAYOUT AND STAKES. Unless otherwise provided for in this subsection, the Contractor shall furnish his own lines, grades, and � measurements necessary to the proper prosecution and control of the work contracted for under these specifications. The Engineer however, shall set initial stakes for basic project alignment and also provide the Contractor with a temporary benchmark for the work. Such stakes and markings as the engineer may set for either his own or the contractor's guidance shall be scrupulously preserved by the contractor. In case of negligence on the part � of the contractor, or his employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the contractor at the discretion of the engineer. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period of 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the contractor. Inspectors employed by the owner are authorized to notify the contractor or his representative of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the a engineer for his decision. 50-09 INSPECTION 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 General Provisions - 18 0 2ZOAEEo unll.00. l.4nootii • information and assistance. by the Contractor as; is. required tomake a complete and detailed observation. f:: ' 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; andthe 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 observation by an authorized representative of the owner maybe ordered removed and replaced at the contractor's expense unless the owner's representative failed to observe 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 observation shall in no sense make any facility owner.a party to the contract, and shall in no way interfere with the rights of the parties to this contract. • 50-10 REMOVAL OF UNACCEPTABLE AND_UNAUTHORIZED WORK. All work which does not conform to the requirements of the contract, plans, and specifications will be considered „ unacceptable, unless otherwise determined acceptable by the engineer .as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. • Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled Contractor's Responsibility for Work of Section 70. No work shall be done without lines and grades having been approved by the engineer. Work done contrary to the instructions of the engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra. work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract.. Work so done may be ordered removed or replaced at the contractor's expense. Upon failure on the part of the contractor to comply forthwith with any order of the engineer made under the provisions of this subsection, the engineer will have: authority to cause unacceptable work. to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the owner) from any monies due or to become due the contractor. General Provisions - 19 ♦ -J '•_ .. lroL� O ORATED i' 1mUeIXn . rFn{wul •1 50-11 LOAD RESTRICTIONS. The contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the contractor of liability for damage which may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete • pavement, base, or structure before the expiration of the curing period. The contractor shall be responsible for all damage done by his hauling equipment and shall correct such damage at his own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. 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 -contract, he may accept it as being completed, and the contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the owner shall not void or alter any provision of the contract. General Provisions - 20 • N ZIN Alto u"Ir OC 9411"F y I r r. 50-15 FINAL ACCEPTANCE. Upon due.: notice. from the contractor of presumptive completion of the entire::project, the 'engineer and owner will make an • inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The engineer shall notify the contractor, in writing of final acceptance as of the date of the final inspection, • 50-16 CLAIMS FOR- ADJUSTMENT AND DISPUTES. If for any reason the -contractor • deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized'as extra work, he shall notify the engineer •in writing of his intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the engineer • is not afforded proper opportunity by ..the contractor for keeping strict account of:actual cost as required, then the contractor hereby agrees to waive any claim for such additional compensation. Such notice by the contractor and the fact that the engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When -the work on which the claim for additional compensation is based has been completed, the contractor shall, within 10 calendar days, submit his written claim to the engineer who will present it to the owner for consideration in accordance with local laws or ordinances. Nothing in"'this subsection shall be construed as a waiver of the contractor's right to dispute final payment based on differences in measurements or computations. General Provisions -21 ® CO O ATED Anti .O6 •&ET7 Fwl tF • 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. General Provisions - 22 LIED • • • • •1 • 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 by "brand name or equal" and the contractor elects to furnish the specified "brand name," the contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: (a) Conformance to the specified performance, testing, quality or dimensional requirements; and, (b) Suitability of the material or assembly for the use intended in the contract work. Should the contractor propose to fi he shall furnish the manufacturer's described for the specified brand engineer shall be the sole judge suitable for use in the work. irnish an "or equal" material or assembly, certificates of compliance as hereinbefore name material or assembly. However, the as to whether the proposed "or equal" is The engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION. The engineer or his authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his acceptance of the material or assembly. Should the engineer conduct plant inspection, the following conditions shall exist: - (a) The_ engineer shall have the cooperation and assistance of the contractor and the producer with whom he has contracted for materials. A 1. General Provisions - 23 RATEO r 1 d , r V! 60-03 CERTIFICATION OF COMPLIANCE. The engineer may permit the use, prior to sampling and testing, of certain material's ortiassemblies when accompanied by • manufacturer's certificates of compliance stating that such materials or assemblies JJfully comply with the requirements of the Contract. The certification shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. • Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the contractor elects to furnish the specified "brand name," the contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered .to -:the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: (a) Conformance to the specified performance, testing, quality or dimensional requirements; and, -' h , (b) Suitability of the material or assembly for the use intended in the contract work. Should the contractor propose to furnish an "or equal" material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The engineer reserves the right to refuse permission for use of materials or '..assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION.The engineer or his authorized representative may inspect, at its source, any specified material or assembly to be used in the • work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his acceptance of the material or"assembly. Should the engineer conduct plant inspection, the following conditions shall. . exist: (a) The engineer shall have the cooperation and assistance of the contractor and the producer with whom he has contracted for materials. General Provisions - 23 11 J ii .- ® CO TED ... ;1 unu=a .. I•wnmut r (b) The engineer parts of the plant that being furnished. shall have full entry at all reasonable times to such concern the manufacture or production of the materials (c) If required by the engineer, the contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the owner shall have the right to retest any material which has been tested and approved at the source of supply after it has been delivered to the site. The engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 ENGINEER'S FIELD OFFICE AND LABORATORY. When specified and provided for as a contract item, the contractor shall furnish a building for the exclusive use of the engineer as a field office and field testing laboratory. The building shall be furnished and maintained by the contractor as specified herein and shall become property of the contractor when the contract work is completed. 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The contractor shall coordinate the storage of all materials with the engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the contractor shall furnish the engineer a copy of the property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the contractor at his entire expense, except as otherwise agreed to (in writing) by the owner or lessee of the property. 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The contractor shall remove any -rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. General Provisions - 24 i •1 •I i • r i \J • l.Y� CO RATED I4t.ry. 44p F1 If • 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. ar 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. General Provisions - 25 i ® JG NEER TED Imu .QC. FFF vplFV L11 • r SECTION 70 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC � 70-01 LAWS TO BE OBSERVED. The contractor shall keep fully informed of all Federal and State laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. 70-02 PERMITS, LICENSES, AND TAXES. The contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. • 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The contractor and the surety shall indemnify and save harmless the owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. The contractor shall not permit any individual, or facilities located within � I the limits of the work without the written permission of the engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the contractor shall cooperate with such owners by arranging and � performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the engineer, the contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the contractor shall not be � entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. General Provisions - 26 0 J lZMAN, ED !?v .Q. i.q..R.. iI 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 (sponsor'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 requiredlby 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. RI II• ' 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 isdirected to Federal,. State, and local laws, rules and regulations concerning construction safety and health standards. The contractor shall not require any`•worker to work in surroundings or under conditions which are unsanitary, hazardous, or dangerous to his, health or safety: 70-07 PUBLIC CONVENIENCE AND SAFETY. The contractor shall controlhis 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.Ii 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used -during periods of darkness, such barricades, warning signs and hazard makings shall be.suitably illuminated. General Provisions - 27 p J I ® 0'Nc -' 11 C FATED \T 419OP f.R9 N'U[ . ' 1 • 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). When the work requires closing an air operations area of the airport or portion of such area, the contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of FAA Advisory Circular 150/5340-1D, Marking of Paved Areas on Airports. 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«2A, 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 150/5370-2A. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work which requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the engineer. Open -flame type lights shall not be permitted within the air operations areas of the airport. 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the contractor shall exercise the utmost care not to endanger life or property, including new work. The contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the engineer and, in general, not closer than 1,000 feet from the work or from any building, road, or other place of human occupancy. The contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of his intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet of the airport property. General Provisions - 28 J • • •I •1 •1 •I •1 •I U © SEED t !n( .IX. •.gnivnu • • ' 70-10 PROTECTION AND RESTORATION OF PROPERTY AND. LANDSCAPE. The contractor shall be responsible for the- preservation of all=public and private property, o 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. i 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. i "i 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The contractor shall indemnify and save harmles's the engineer and the owner and their officers, and employees from all suits, actions, or claims of any character brought because of any injuries or 'damage received or sustained by any person, persons, or property on account of the operations of the contractor; or on account of or in • consequence ;of any neglect in safeguarding the work; or through use of unacceptable, materials in constructing the work; or because of any act or omission, neglect, or misconduct of said contractor; or because of any claims or amounts .: recovered from any infringements of patent, trademark, or copyright; or from any claims- or amounts arising or recovered under- the "Workmen's Compensation Act," or any other law, ordinance, order, or decree. • Money -due- the contractor under and by virtuerof 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 IHIRD1 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 termsior provisions of the contract. ,j• 70-13 OPENING SECTIONS OF THE.WORK.TO TRAFFIC. Should it be necessary for the contractor, to complete portions of the contract work for the beneficial General Provisions - 29 L 1 a ®TED 'i •1 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: •1 Phase or Required Date or Sequence Work Shown Description of Owner's Beneficial Occupancy on Plan Sheet • Upon completion of any portion of the work listed heretofore, such portion shall be accepted by the owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the contractor for public use until ordered by the engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the owner shall be repaired by the contractor at his expense. The contractor shall make his own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the nonexecution of the work. The contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the General Provisions - 30 C • • • • C © CO RATED unu q[. a.ynWul lJ contractor,including but no •restricted.:to,;acts of God such as earthquake, tidal wave; tornado, hurricane` or other cataclysmic phenomenon of nature, or • acts of the!public enemy or of governmental authorities. 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 NOAH 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) Southwestern Bell Ms. Connie Skinner 443-3172 Telephone Company Southwestern Bell Telephone Company Fayetteville, Arkansas Taxiway & Runway Mr; Dale Frederick 521-4750 • Lights ' Asst. Airport Mgr. 521-2489 Wind Instruments Mr. Dennis Livesay, Chief 442-8277 Flight Service Station Fayetteville, Arkansas 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 • f General Provisions - 31 II ii i � I � iMd'd bSAITED ur'IF eOP FA E!!f V'.uF • r not relieve the contractor of his responsibility to protect such existing features from damage or unscheduled interruption of service. • It is further understood and agreed that the contractor shall, upon execution of the contract, notify the owners of all utility services or other facilities of his plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. • In addition to the general written notification hereinbefore provided, it shall be the responsibility of the contractor to keep such individual owners advised of changes in his plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility • service or facility, the contractor shall again notify each such owner of his plan of operation. If, in the contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advise should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no • later than two normal business days prior to the contractor's commencement of operations in such general vicinity. The contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two days' notice hereinabove provided shall be cause for the engineer to suspend the contractor's operations in the • general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the contractor shall be required to use excavation methods acceptable to the engineer within 3 feet of such outside limits at such points as may be required to insure protection from damage due to the • contractor's operations. Should the contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the engineer and shall take all reasonable measures to prevent further damage or interruption of service. The contractor, in such events, • shall cooperate with the utility service or facility owner and the engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his operations whether or not due to negligence or accident. The contract owner reserves the right to deduct such costs- from any monies due or which may become due the contractor, or his surety. General Provisions - 32 • J ZI MINATED nn4.of. ..VnRPI\1 Li • Ili r • 70-16 FURNISHING RIGHTS-OF=WAY.:.-:The owner;-4.1lbe. 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. In carrying out any of the • contract provisions or in exercising any power or authority granted to him by this contract, there shall be no liability upon the engineer, his authorized representatives, or any official of the owner either personally or as an official of the owner. It is understood that in such matters they act solely as agents and representatives of the owner. • 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the owner will expeditiously make final inspection and notify, the contractor of final acceptance. ;Such final acceptance, however, shall not preclude or estop the owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the owner be precluded or estopped from recovering from the contractor or his surety, or both, such overpayment as may be sustained, or by failure on the part of the contractor to fulfill • his obligations under the contract. A waiver on the. part of the owner of any breach .of any: part of the contract shall not be held to be a waiver of any other or subsequent breach. - The contractor, without prejudice to the terms of the contract, shall be liable to the owner for latent defects, fraud; or such gross mistakes as may amount to fraud, or as regards the owner's right under any warranty or guaranty: - S 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. - I - I General Provisions - 33 J • - ®INCO RATED on" ROCK ,..mev IF • 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. • • 7 • • 0 General Provisions - 34 L i CD PO, ED 4 11 N11} 1.g4lm1J • r SECTION 80• . PROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The owner will not recognize any subcontractor on the work. The contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other • designated, qualified representative who is duly authorized to receive and execute orders of the engineer. Should the contractor elect to assign his contract, said assignment shall be concurred in by the surety, shall be•presented for the consideration and approval of the owner, andshall be consummated only on the written approval • of the owner. In case of approval, the contractor shall file copies of all • subcontractswith 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 I. 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 constructions 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. r, For ADAP contracts, the contractor shall not commence any actual construction prior to the; date on which the notice to proceed is issued by the owner. 80-04 LIMITATION OF OPERATIONS. The contractor shall control his operations and the operations of his subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport. General Provisions - 35 1 ® a RATED 1G TED UniLIX. F t'1FVIUI \1 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: L Time Periods AOA ADA Can be Closed Runway, AOA can be closed Main Taxiway on an intermittent and Terminal basis when aircraft traffic is not necessary. See Section Type of Communications Control Required When Working in AOA Authority Monitor Frequency 121.8 Airport Control Tower The Contractor shall not commence new work that would be prejudicial to work already started. 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the contractor or by any subcontractor who, in the opinion of the engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the engineer, be removed forthwith by the contractor or subcontractor employing such- person, and shall not be employed again in any portion of the work without the approval of the engineer. General Provisions - 36 J ATED 11 nu .DI. ,.V,..,V..tI - - I 4 Should the contractor fail to.remove such person.or, persons or fail to furnish suitable and sufficient personnel°for the proper"prosecution of the work, the • engineer may suspend the work by written, notice until compliance with such orders. All equipment which is proposed to be used on the work shall be of sufficient size and in ;such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of • the work shall be such that no injury to previously completed work, adjacent property, or.;:existing airport facilities will result from its use. When the methods and equipment to be used by the contractor in accomplishing the work are not prescribed in the contract, the contractor is free to use any methods or equipment that will accomplish the work in conformity with the • requirements'of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the engineer. If the contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the • engineer too• The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring toy make the change. If approval is given, it will be on the condition that the contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the engineer determines that the work produced does not meet contract requirements, the contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the • specified methods and equipment. The contractor shall remove any deficient work and replace it with work of specified quality, or take •such other corrective action as the engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of • authorizing a change in methods or equipment under this subsection. 80-06 TEMPORARY SUSPENSION OF THE WORK. The engineer shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable Weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such • time as is necessary due to the failure on the part of the contractor to carry out orders given or perform any or all provisions of the contract. In the event that the contractor is ordered by the engineer, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the contractor has no control, the contractor may be • reimbursed for actual money expended on the work during the period of shutdown: No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the engineer's order to • suspend work to the effective date of the engineer's order to resume the work. Claims for such compensation shall be filed with the engineer within the time • period stated in the engineer's order to resume work. The contractor shall General Provisions - 37 J • 1 .TU.M. luRATED • 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 0 prior -to the effective date of the notice to proceed. (3) The engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. General Provisions - 38 0 L L►L� Fd IBkATED Unit Intl n Y.:. •' •.n x L r (4) The engineer will not makechar,ges against the contract time after the date of final acceptance as defined in, the subsection titled FINAL ACCEPTANCE of Section 50. (5) The contractor will be allowed one week in which to file a written protest setting forth. his objections to the weekly engineer's statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the contractor. 1, 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 shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays; Sundays, holidays, and non -work • days. All calendar days elapsing between the effective dates of the engineer's orders to suspend and resume all work, due to causes not the fault • of the contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the sam• e 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. I (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 fihds 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 theconditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. General Provisions - 39 1 ®INCO O RATED V 1TIE 'OfA RI NREE •1 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 L (d) Discontinues the prosecution of the work, or (e) Fails to resume work which has been discontinued within a reasonable time after notice to do so, or (f) Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or (g) Allows any final judgment to stand against him unsatisfied for a period of 10 days, or (h) Makes an assignment for the benefit of creditors, or (i) For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the engineer consider the contractor in default of the contract for any reason mentioned hereinbefore, he shall immediately give written notice to the • General Provisions - 40 0 ZNPAW, TED • - r contractor and the contractor's.surety as to the reasons for considering the contractor in default and the owner's intensions`to terminate the contract. • 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 theengineerof the facts of such delay, neglect, or default and the contractor's failure to comply with such notice, have fullpower 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 resultofan 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. i. . • Termination Hof the contract or a portion thereof shall neither relieve the contractor of his responsibilities for the completed work nor shall it relieve his surety of its obligation -for and concerning any just claim arising out of the work performed. • General Provisions - 41 - ®CDORP TED LITJ ROC - f.plgPyf •1 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. •1 Unless otherwise specified, longitudinal measurements for area computations • will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the engineer. Structures will be measured according to neat lines shown on the plans or as • altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. • In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal • cribbing will be specified and measured in decimal fraction of inches. The term "ton" will mean the short ton consisting of 2,000 pounds avoirdupois. All materials which are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designated by the engineer. If material is shipped by rail, the car weight • may be accepted provided that only the actual weight of material be paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in • approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water General Provisions - 42 • MATED • uru .uu ..pnivLtl • - • r level capacity and all loadsshallbe leveled when the vehicles arrive at the point of delivery. • as 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. ii Cement will be measured by the ton or hundred weight. ii 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: l When standard manufactured items are specified such as fence, wire, plates, rolled shapes; pipe conduit, etc., and these items are identified by gauge, unit weight,'. section dimensions, etc., such identification will be considered to be- nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. • General Provisions - 43 'I• , • •;GGPII, CO PA TED united. F.Vnrznu t, ' 11 •1 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. General Provisions - 44 • J • l�L� INCOP SATED unu.ec. u.mrvuu • 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 I'• General Provisions - 45 J • uRATED Lmu.oc. s.mnvnu •1 A supplemental agreement authorising 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, liability, and workmen's compensation insurance premiums, unemployment insurance contributions, and social security taxes on the force account work the contractor shall receive • the actual cost, to which cost (sum) 5 percent will be added. The contractor shall furnish satisfactory evidence of the rate or rates paid for such insurance and taxes. (c) Materials. For materials accepted by the engineer and used, the contractor shall receive the actual cost of such materials delivered on the • work, including transportation charges paid by him (exclusive of machinery rentals as hereinafter set forth), to which cost (sum) 15 percent will be added. (d) Equipment. For any machinery or special equipment (other than small tools) including fuel and lubricants, plus transportation costs, the use of • which has been authorized by the engineer, the contractor shall receive the rental rates agreed upon inwriting before such work is begun for the actual time that such equipment is committed to the work, to which rental sum 15 percent will be added. (e) Miscellaneous. No additional allowance will be made for general • superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. (f) Comparison of Records. The contractor and the engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the contractor and engineer or • their duly authorized representatives. (g) Statements. No payment will be made for work performed on a force account basis until the contractor has furnished the engineer with duplicate General Provisions - 46 • L J ©�aAEED ,pn If .Vi. 1. V 1yvI 1. • • ii r 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 to the contractor. The additional payment, based on the percentages specified above, shall constitute full compensation for all items of expense not specifically provided for. the force account: work. The total payment made as provided above shall constitute full compensation for such work. 90-06 PARTI•AL-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) in1 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. II General Provisions - 47 J • C When no less than 95% of the work has been completed the engineer may, at his discretion and with the consent of the surety, prepare an estimate from which will be retained an amount not less than twice the contract value or estimated • cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the contractor. It is understood and agreed that the contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of • those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the owner to the acceptance of any materials or • work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, • provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: (a) The material has been stored or stockpiled in a manner acceptable to • the engineer at or on an approved site. (b) The contractor has furnished the engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. (c) The contractor has furnished the engineer with satisfactory evidence • that the material and transportation costs have been made. (d) The contractor has furnished the owner legal title (free of liens or encumberances of any kind) to the material so stored or stockpiled. (e) The contractor has furnished the owner evidence that the material so • stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. It is understood and agreed that the transfer of title and the owner's payment for such stored or stockpiled materials shall in no way relieve the contractor • of his responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. General Provisions - 48 • L LLL� fd%68kATED V"Ll .Of. .*WITWI.6 • • In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials.. The contractor shall bear all •costs associated with the partial payment of • stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 PAYMENT OF WITHHELD FUNDS. At. the contractor's option, he may request. that the owner accept (in lieu of the 10 percent retainage on partial payments described in the subsection titled PARTIAL PAYMENTS of this section) the • contractor'sdeposits 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 0, 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 beiwithhe]d 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 I'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. ' G i . • - General Provisions i49 LaLiia TED - . urru•ac. mnrw..0 After the contractor has approved, final estimate, final payment will the undisputed sum in case of apprc contractor less all previous paymer provisions of the contract. All pr subject to correction in the final or approved under protest, the engineer's be processed based on the entire sum, or val under protest, determined to be due the is and all amounts to be deducted under the ,ior partial estimates and payments shall be estimate and payment. If the contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the contractor will be paid pursuant to a supplemental, final estimate. General Provisions - 50 LOCO AEFD un11.Cf. u.f"JV,tf •I C C • • r • • • • • Special Provisions J L►ltar � MATED 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, pavement, and lighting, improvements associated with the • construction, of a taxiway extension (40' wide x 835' long; bituminous overlay of the existing east side taxiway 40' wide) 500' long, and the installation of a taxiway lighting system. The improvements .are to be located on the east •side of the airport. 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 so as to hold the "closed airport" time to a minimum. When the airport is open, it is imperative that construction activities be carried on in such a manner that the safety of aircraft using the airport will not be impaired in any way. Consequently, as long, as a runway is open and in use, the Contractor's equipment will not be operated closer than 250 feet of any runway centerline. When a runway is closed, the Contractor shall provide and install "closed airport"- symbols. These symbols shall be large X's at each end of the runway, and may be of yellow cloth or other contrasting material which will not be washed out by the rain. Additional safety and construction requirements are listed hereinafter in these SPECIAL PROVISIONS under the sub -heading SAFETY REQUIREMENTS AND • CONSTRUCTION,PROCEDURES. 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. . J l J I. ORATED PfL POE. irfrtFv.ui •1 u 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. 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 Transportation Security Field Office, Air Traffic Division (ASW-530), Airway Facilities Division (ASW-420), and Logistics Division (ASW-56) as appropriate for the particular location. As a result of this coordination, a work sequence intending a minimum of disruption to aircraft operations has been developed. The resulting restrictions imposed on the Contractor have been included as a part of the contract provisions. (b) During the time that the contractor is performing the work, the aprons, taxiways, and runways at the airport will remain in use by aircraft, to the maximum extent allowable.. 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. Should the contractor be too close to the portion used by aircraft for safety, the Engineer may, at his sole discretion, order the contractor to suspend his operations, remove his personnel, plant, equipment, and materials to a safe distance and stand by until the runway and taxiways are no longer required for use by aircraft. Limitations on Construction. The following restrictions shall normally pertain for activity at both air carrier and general aviation airports. In cases where it has been determined that the following restrictions are inappropriate, similar requirements shall be developed on a case -by -case basis. (a) When construction work is being accomplished adjacent to an active runway when visibility minimums are greater than or as low as 3/4 mile, equipment shall not be permitted within 250 feet from the runway centerline, or within 200 feet horizontally of any aircraft on an active runway. Special Provisions - 2 1. IN RATED Ll.p6 .od. aNf.R vpu 01 J • 0 C • r ,: (b) When. construction work is being ,accomplished adjacent to an active runway when ;visibility minimums are below 3/4 mi-le, equipment shall not be permitted within 500 feet from the runway centerline. (c) All work which,is too close to the runway for accomplishment during. condition (a) above, shall be performed during periods when the runway is not in use, closed or displaced threshold. (Ref. NOTAM requirements hereafter). • (d) When construction is being accomplished adjacent to an active runway, equipment below the VFR 7:1 slope but penetrating the IFR 7:1 slope shall be obstruction -marked and lighted for night operations. (e) 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. (f) Men, equipment or other construction related material will be permitted adjacent to an apron, or active taxiway provided that such activity • is first coordinated. with the users and appropriate NOTAMS issued. Additionally, barricades with flashers for night. operations will be required to mark the area to prevent aircraft from inadvertently entering the construction,area. Open trenches, excavation and stockpiled material will normally 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. Coverings for open trenches must be of such strength as to support the weight of the heaviest aircraft operating on the runway, • (g) Flare pots will not be permitted for temporary lighting of pavement areas or to denote construction limits. (h) Construction' equipment shall not exceed a height of 150 feet above the airport surface. Any equipment exceeding a height of 75 feet shall be obstruction -marked and lighted at night, and when not in use lowered to its stowed height.. Notam. a The Airport Owner through the Airport Manager shall issue the necessary Notice to Airmen (NOTAMS) to reflect hazardous conditions during construction: The Contractor shall provide the Engineer with the necessary Special Provisions - 3 II • � �L�Lf�COA TED (IILI ROCA FaYF7TyuF •1 information as to the work schedule in advance s with and provide the Operations Manager with issuance of the NOTAMS. It is important that reflect the actual conditions with respect to Active NOTAMS shall be reviewed periodically current conditions. D the Engineer may coordinate the work schedule for the NOTAMS be kept current and � the construction situation. and revised to reflect the (b) Inspections will be made frequently by both the Airport Manager and FAA personnel during critical phases of the work to insure that the Contractor is following the required safety procedures. Due to the nature of the proposed project the Contractor's work schedule and working hours shall be subject to several restrictions. In order to maintain the schedule of air carrier flight operations, a portion of the project (western 200' of the proposed taxiway) must be constructed at night between the hours of 11:30 p.m. and 5:45 a.m. In addition, upon completion of each night's work, the Contractor must restore the runway safety zone to a condition meeting safety requirements for air carrier flights. The runway must be closed for a portion of the work, however runway closure shall occur only during night working hours when chartered flights are not scheduled for arrival or departure. The following sections contain additional information and requirements on the construction procedures. Work Requirements. The contractor shall provide adequate portable lighting to light his work area from several directions to minimize shadows within the work area. The rough grading operation shall be done at night with the finish grading operation to be done at night also or in daylight between � aircraft operations. The grading operation shall not produce any vertical change in grade greater than 3 -inches during periods which the airport is open to air traffic. The Contractor shall lay electrical cable within the runway safety area at night. � Closed Runway Time. The runway shall be closed at night in order to complete taxiway lighting work within 250' of the runway centerline. The Engineer shall schedule the closed runway period to minimize the effect upon flight operations. The Contractor shall begin grading operation on the first night the runway is closed. The runway shall remain closed each night as directed by the Engineer until the Contractor completes the taxiway lighting improvements within 250' of the runway centerline. (a) Closed Runway Markings. The Contractor shall provide two lighted yellow closed runway crosses as shown on the Plans. The lighted crosses shall be placed at each end of the pavement at the start of each night's work. Lanterns or lights shall be placed around the crosses to outline them to aircraft. The runway lights, VASI, MALS, Beacon and Windcone lights shall be turned off during periods the runway is closed. The closed runway crosses shall be removed from the runway by the Contractor at the end of each night's work. The crosses shall remain the property of the Contractor upon completion Special Provisions - 4 0 L J ZZ �Na RATED intl .a. F.......,„f E • II' of work. No separate payment shall be made for providing, installing, lighting and removing the cloied"runway crosses*. (b) Flight Operations Between 11:30 p.m. and 5:45 a.m. Flight operations during the normal night working hours may occur due to delayed Metro Airlines, Air Midwest or Atlantic Southeast flight delayed after 10:30 p.m.• (c) Suspension Time. Based on information affecting the operation of. aircraft, and his conclusion that the possibility of work on that night will be remote, the Engineer shall notify the Contractor no later than 10:00 p.m. that work for that night is to be suspended. Upon receipt of such notification, the Contractor shall alert his personnel not to report for work on that night. (d) Standby Time. This condition occurs when the Engineer has not directed that the project be placed under suspension as provided in subparagraph(d) above, but conditions develop that work cannot begin at 11:00 p.m. The factors controlling standby time are as follows: ' A • (1) The contractor's reporting to work at. 11:30 p.m. (2) The Engineer's notification to the Contractor at or prior to 11:30 p.m. that work cannot begin at 11:30 p.m. ji (3) The Engineer's instruction to the Contractor to hold his • personnel on standby because of the possibility of working after 11:30 p.m. The Engineer may repeat his instruction to continue on standby time at intervals of, one (1) hours, or at longer intervals, as in his judgment is appropriate.Standby time shall occur, and be measured by, increments of one hour. The Contractor shall not be required to hold his personnel on standby basis later 1:00 a.m. If the Contractor so selects, he may hold his personnel later than midnight, but the time after 1:00 a.m. will not be included in the • measurement of standby time. Days involved in standby time will not be excluded from contract time, but shall be included in the count of consumed contract days. The Contractor will normally be placed on standby time if the last a scheduled daily flight is. delayed past 11:30 p.m. or if a charter flight scheduled after 11:15 p.m. a Measurement and Payment. Standby time will be measured •in increments of one whole hour and payments shall be made at the unit price bid under Item No. 2 of the Proposal. (f) Legal Holidays. No holiday, including Sunday, will be observed during night-time (closed runway) work. Observation of legal holidays during the other Work Phases shall be at the discretion of the Contractor. ,i g • Special Provisions - 5 i • .. ®CO RATED .mu MOCK •.1[nFPuf r 1 •I Temporary Displaced Threshold. The Contractor shall construct and install a temporary displaced threshold at the South end of the runway as needed to perform work on the taxiway billet. � a. The Contractor shall make every effort to limit total threshold displacement time. Installation of displaced threshold shall be approved by the Engineer and the Owner. b. The following items are an integral part of each displaced .I threshold. 1. Eight portable threshold identifier lights (4 placed on each side of the runway as shown on the plans) shall be obtained from the Owner. The Contractor shall provide the batteries and bulbs as necessary for the portable lights. 2. Two 10' x 50' wooden frame outboard markers with a durable white material attached. The frames shall be placed on each side of the runway and secured to the ground. 3. Unscrew the bulbs in all runway edge lights and runway end identifier lights between the temporary displaced threshold and normal threshold. 4. Wire stake mounted red flags (18 inch square flags) shall be placed between the temporary displaced threshold lights (8 required). This requirement applies to 24 hours per day threshold displacements only. Flags will not be required for night only displacements. 5. Barricades to deny access to taxiways leading to displaced threshold areas. Barricades shall be as required below, under closed taxiway time. • c. The contractor shall supply and maintain the two 10 foot x 50 foot outboard markers and red flags. No separate payment shall be made for the outboard markers or flags. Closed Taxiway Time. The northeast and the eastside taxiways shall be closed in segments during the work only on an as needed basis. Both taxiways shall not be closed at any one time. The Engineer shall review the Contractor's schedule and make adjustments to minimize the effect of closed taxiway segments upon flight operations. The closed taxiway time shall not prohibit any aircraft from access to any hangar location or the transient • aircraft parking apron. The taxiway segments shall remain closed only during daily working hours unless construction activities require otherwise and so directed by the Engineer. Special Provisions - 6 0 0 Z9 � 14EED • I r The Contractors shall proceed -with the above workiin an expedient manner so as to hold the closed taxiway time'to a minimum. The Contractor shall provide barricades to •close off the closed segments of the taxiways'. The barricades shall be a maximum of 18 -inches high., shall be painted with reflective white and orange paint or striped with reflective white and orange striping, and shall have a minimum of one yellow flashing light per barricade: The barricades shall be of such multiple length as to • cover 50 percent of the taxiway, and placed so as to allow for the passage of fire, and rescue vehicles. The barricades shall be placed a minimum of 75 feet from the runway or as directed by the Engineer. The barricades shall remain the property of the Contractor upon completion fo the work. No payment shall be made for the barricades, installation, maintenance or removal. Clean-up.• From time to time the Contractor shall clean up the construction1 site, in order that the site present a neat appearance and the progress of 1, the work not be. impeded. One such period of clean-up shall immediately precede final inspection. Imediately 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. Following each work shift, the runway and taxiway shall be swept clean of all loose aggregate and other foreign matter. 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 equi ment and materials shall be made through..the designated gate(s). The gate(s) shall remain locked at all times except when needed for access. Should the gate(s) need to •remain � unlocked for,; extended periods of time the contractor shall station a watchman at the gate to prevent unauthorized personnel from entering the airfield. See the paragraph which follows, entitled CONTRACTOR'S ROUTINE ACCESS TO SITE. :I - 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. Schedule of Work. The schedule of each day or night's work shall be as proposed by lithe contractor, but subject to the approval of the Engineer no later than 10:00 p.m. in the evening of the night's work or the following day's work.;; The schedule need not be elaborate but shall be in detail • sufficient to show clearly the exact work that the Contractor is proposing. At the first part of each operation, and until some table of experience has • been developed, the proposed work shall be on the conservative side. It is vital that the runway be. ready for use by aircraft at the intended time. p. Special Provisiohs -7 Li L611md MtED . •1 r L Clearance for Use With FAA. At the end of each work period within the runway safety zone, the Engineer or the Owner's Representative shall determine that the runway is ready for return to services. They will inform the representative of the Federal Aviation Administration, in the control tower, of the results of their inspection. It shall be the privilege of the FAA representative to make inspections also. If such inspection is desired, the representative and the Engineer shall develop a method of inspection that will produce the required information, and without interference with the work. Radio Control. 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 Contractors shall be required to clear the safety zone of men and equipment. The Contractor shall be required to furnish two portable two-way radios. The radio shall be a multi -channel STS Model AV 7600. 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 remain the property of the Owner. No extra payment shall be made for the radio. Motorized Vehicles. (a) When any vehicle other than those routinely used in the aircraft movement area and runway approach area is required to travel over any portion of that area, it shall be escorted by a vehicle properly identified to operate in the area or provided with a flag on a staff attached to the vehicle so that the flag will be readily visible. The flag shall be not less than 3 -foot square consisting of a checkered pattern of international orange and white squares of not less than 1 foot on each side and displayed in full view above the vehicle. A flag or escort vehicle is not required for vehicles which have been painted, marked and lighted for routine use on aircraft movement areas. Any vehicle operating on the movement area during the hours of darkness should be equipped with a flashing red dome -type light. If the airport has a security plan, check for guidance on additional identification and control of construction equipment. (b) Vehicular traffic crossing active movement areas must be controlled either by two-way radio with the control tower, by escort, flagmen, signal light or the means appropriate for the particular airport. The clearance shal-1 be confirmed by the driver's personal observation that no aircraft is approaching his position. CST1 •TED Special Provisions - 8 Fk •1 C C C • • C • r II (c) Itwill be desirable to clearly identify the vehicles for control purposes by either assigned initials or numbers prominently displayed on each • side. The identifying symbols shall be of 10 -inch minimum, block -type characters of a color easily read. This may be applied by use of magnetic signs to facilitate removal. In addition, all vehicles must display the identification media as specified in the approved airport security plan, if applicable. The Contractor shall also furnish two signs for the Engineer's use. The signs shall become the property of the Owner upon completion of • work. No direct payment shall be made for the signs. (d) Debris, waste and loose material capable of causing damage to aircraft landing gears, propellers or being ingested in jet engines shall not be placed on active aircraft movement areas. Material tracked on these areas shall be removed continuously during the work project. • 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, he subject to final approval by the Engineer. • AUTHORITY OF.: THE ENGINEER. The Engineer shall have the following authority: (1)to interpret the Plans and Specifications and define their intent and meaning; • (2) to: determine whether the work done and materials furnished are in accordance with the terms of the Plans and Specifications and to condemn such in accordance herewith; (3) to; make decisions on all matters relating to the execution and the progress of the Work; - • (4) to:.: coordinate the Work of the Contractor with the Work of other contractors;, (5) to• , stop the Work whenever, in the opinion of the Engineer, such stoppage may. be necessary 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; q. (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; Special Provisions - 9 LOOTED unu .«.rtn rv•ut •I (9) to delegate his responsibilities to other representatives of the Owner in connection with specific portions of the Work; (10) to disapprove or reject Work which is "defective" (which term is • hereinafter used to describe Work that is unsatisfactory, faulty or defective, or does not conform to the requirements of the Plans and Specifications, or does not meet the requirements of any inspection, test or approval referred to hereafter or has been damaged prior to approval of final payment); (11) to require special inspection or testing of the Work as provided for • hereafter whether or not the Work is fabricated, installed, or completed; (12) to exercise his best efforts to insure faithful performance by both the Owner and the Contractor. He will not show partiality to either and will not be liable for the result of any interpretation or decision rendered in • good faith. Claims, disputes and other matters relating to the execution and progress of the Work or the interpretation of or performance under the Plans and Specifications shall be referred to the Engineer for decision; which he will render in writing within a reasonable time; All decisions and determinations made by the Engineer pursuant to the • Work and communicated to the Contractor shall be binding on the Contractor unless, within thirty (30) days thereafter, written objection is filed with the Owner's Purchasing Agent demanding that the issue be determined by arbitration. 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 inspections 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. Special Provisions - 10 • 1 J L� OWED r • 1 All of the work performed shall be subject to the .:inspection and approval of the Engineer. The Engineer and his representatives shall at all times have • access to the work and the materials necessary for the performance thereof, and the Contractor shall provide proper facilities for access and inspection. 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 for inspection and, if the inspection is by authority other than the Engineer, ofthe date fixed for such inspection, but any such inspection shall not diminish the necessity- of inspection and approval by the Engineer. Inspections made by the Engineer shall be promptly made. If any work should be covered up without the approval or consent of the Engineer, it must be uncovered for inspection at the Contractor's expense if required by the Engineer. CONTRACTOR'SiEXAMINATION. The Contractor will be held to have examined all information,, documents, and drawings furnished to him by or on behalf of the Owner in connection with this Contract and shall consult with the Engineer in the event of any error or inconsistency or in the event any portion of the Work is not; sufficiently detailed or explained, and in no event shall the Contractor proceed with the, Work in uncertainty. • It is understood and agreed that the Contractor has, by personal examination at the site, checked the material and location of the work; the type of equipment, storage space and facilities needed preliminary to, and during execution of the work; the general and local conditions, and all other matters 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 therproject shall be considered as sufficient evidence that the Contractor has complied with the above requirements. ARRANGEMENT OF SPECIFICATIONS AND PLANS. Titles to sections and paragraphs in the Specifications are used merely for convenience,, and shall not be taken as a correct or; complete segregation of the several units of materials, equipment and labor, nor as an attempt=to outline or define jurisdictional procedures. Likewise, the identifications of any Plans shall not control the Contractor in dividing the.,Work among Subcontractors or delineating the Work to be performed by any specific trade: No responsibility, either .direct or implied, is assumed by the Engineer, or the Owner, for omissions or duplications by the Special Provisions - 11 Ij. • COR TED t mu .x. , a.vrrem..0 •1 r Contractor or by any of his subcontractors, due to real or alleged errors in arrangement of matter in the Plans and Specifications. L WORKMEN. The Contractor shall employ, or cause to be employed, on or in connection with the performance of the Work only persons who are fit and skilled in the work assigned. The Contractor shall at all times enforce, or cause to be enforced, strict discipline and good order among the workmen employed on the Work. Should any disorderly, incompetent, or objectionable person be employed by the Contractor, or by any subcontractor, upon or about the Construction Site, the Contractor shall, upon request of the Engineer, cause such person to be removed from the Work and not again employed thereon without the written permission of the Engineer. HORSEPLAY, FIGHTING AND ROAMING. Horseplay, scuffling, fighting or carrying of firearms is not permitted on the Construction Site. The Contractor's men shall confine their activities to the specific area of construction work. INSURANCE. The Contractor shall not commence Work under this Contract until he 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 in accordance with the following subsections regarding liability insurance. 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: $500,000.00 each occurrence $500,000.00 aggregate Property Damage: $250,000.00 each occurrence $250,000.00 aggregate Include the following coverage: Special Provisions - 12 J •1 • 0 C LA C LA L�L�'ryCOP.TED nu.a. ..r.n...0 C, U n i (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. (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) only in 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. Compliance with this requirement for indemnification shall be demonstrated. by showing the Owner and the Engineer as "Additional Insureds" on the Certificate of Insurance. (6) Risk (all-risk) Insurance - The Contractor shall procure .Builder's 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. The Owner, the Contractor, Special. Provisions - 13 • �f kEloc FAETTEeo rrntE .Otr s.rRiM LLF r •I and Subcontractors (as their interests may appear) shall be named as the insured. (7) Proof of Carriage of Insurance - The Contractor shall furnish the Owner with certificates showing the type, amount, class of operations covered, effective dates and dates of expiration of policies. Such certificates shall also contain substantially the following statement: "The insurance covered by this certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the Owner." The above named limits shall be operative except where, in the opinion of the Owner, the character of the work and hazards involved warrant the establishment of greater coverage (established by letter from the Owner to the Contractor). The Contractor shall furnish the Owner with duplicate copies of all policies or certificates from insuring agencies as evidence that these requirements have been satisfied. It shall be the entire responsibility of the Contractor to purchase and place in effect during the entire life of the Project, all insurance and bonds as applies to the Project and is requested herein. SUBCONTRACTORS. The Contractor shall not assign or sublet all or any part of this Contract 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. CONTRACTOR'S ROUTINE ACCESS TO SITE. The Plans show the location of a gate to be used by the Contractor for the use of his employees, subcontractors, suppliers, etc. in gaining routine access to the site on a daily basis. By special arrangement with the Engineer and Owner, the Contractor may secure permission to utilize an existing gate at the north end of the airport property for moving in heavy equipment and/or off -site borrow material. At all times which either of the gates used by the Contractor or any of his subcontractor's suppliers, etc. is unlocked the Contractor shall provide a watchman to preclude trespassing by unauthorized persons. PARKING FOR THE CONTRACTOR'S WORK FORCE. The Plans show the location of an area which 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. Special Provisions - 14 i •I fl • • C ZZ I WRATED V...F .U<, l.I ElTIV!LLf • s S it LI FIELD OFFICE FOR THE ENGINEER. Section 60-05 of the GENERAL PROVISIONS, regarding the field office 4for the Engineer, pis amended as follows: the 0 Contractor shall not be required to provide field office space for the Engineer at the Project site. OWNER -FURNISHED MATERIALS. Section 60-02 of the GENERAL PROVISIONS, as related to Owner -furnished materials is clarified as follows: there are no owner -furnished materials planned for this project. All materials required for completion of the project are to be provided by the Contractor. 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. PARTIAL ACCEPTANCE, Sections 50-14 and 70-13 of the GENERAL PROVISIONS do not apply to this project. The entire project, taxiway and apron, are to be satisfactorily completed and ready for the Owner's use before either will be, accepted. • PROGRESS SCHEDULE. Section 80-03 of •the GENERAL PROVISION is emphasized. Within 7 days following execution of the Contract, the Contractor shall provide the Engineer with a suggested progress schedule for the project. The schedule shall be subject to approval by the Engineer. At least monthly, generally in conjunction with the processing of requests for • partial payment, the Engineer. and Contractor shall review the progress schedule, assess whether the project is on schedule, and adjust the schedule as necessary. to maintain the required project completion date. Alterations to the progress schedule may require that the Contractor implement a larger work force and/or work weekends and/or holidays to meet the required deadline. Extra payment will not be made for required changes in size of work force or work hours. - QUALITY OF THE PLANS. The Plans have been made with care but cannot be assumed to be correct in every detail when some of the conditions to be encountered may not be shown on existing maps and are underground. The approximate locations of existing improvements are shown.. The placing of this information on the Plans in no way obligates the Owner or Engineer as to its correctness, as it is indicative only and is placed there for information and assistance to the Contractor. It is the expressed intent of these Plans and Specifications that the Contractor is to make his own investigation of Special Provisions - 15 &�1R II C RATED unu.oc. .••r.mn¢ '1 r L r conditions to be encountered, and the submission of the Proposal by the Contractor for the work constitutes his compliance with this requirement. Minor details not usually shown or specified, but necessary for the proper • installation and operation, shall be included in the work as if shown or specified. Wherever the word "provide" is used, it shall mean "furnish and install complete and ready for use. The accuracy of dimensions shown on drawings furnished to the Contractor by • the Engineer having reference to any existing work, structure or facility is not guaranteed. The Contractor shall satisfy himself to such accuracy of such existing dimensions before starting the work. Whenever existing obstructions or dimensional inaccuracies capable of verification by the Contractor in the field, or minor variations in indicated • arrangements or dimensions of equipment, interfere with the installation as shown on the Plans, the Contractor shall make such necessary alterations as are approved by the Engineer and such alterations shall not constitute a basis for extra payment. CONTRACTOR TO PERFORM CONSTRUCTION STAKING. Special attention is called to • the fact that the Contractor will be required to perform his own construction staking. The Engineer, however, will provide a reference line for project alignment and a temporary bench mark from which the Contractor may work. Thereafter it will be the Contractor's responsibility to set all grade hubs (blue tops), clearing stakes, slope stakes, etc. All of the Contractor's survey work will be subject to the review of the • Engineer's representative as a part of the construction observation process. In addition to the locations where spot elevations are shown on the grading plan, the Contractor will be required to set grade hubs at a maximum of fifty (50') foot centers for construction of the subbase and base courses. • WORK DONE WITHOUT LINES AND GRADES. Any Work done without lines, grades, or levels being given properly established, or done without the approval of an inspector or other representative of the Owner, may be ordered removed and replaced at the Contractor's cost and expense. PRESERVATION OF MONUMENTS AND STAKES. The Contractor shall carefully preserve • all monuments, bench marks, reference points and stakes, and in case of willful or careless destruction of the same, he will be charged with the resulting expense of replacement, and shall be responsible for any mistakes or loss of time that may be caused by their unnecessary loss or disturbance. In the event that the stakes and marks placed by the Engineer are destroyed • though carelessness on the part of the Contractor, and that the destruction of these- stakes and marks causes a delay in the work, the Contractor shall have no claim for damages or extensions of time. In the case of any permanent monuments or bench marks which must of necessity be removed or disturbed in the construction of the work, the Contractor shall carefully protect and Special Provisions - 16 • L.� P RATED \"O,, .P. 1..PV VtLi • • preserve the same until they can be properly referenced and relocated. •The Contractor shall also furnish•Fat his own expense .such materials and assistance as are necessary for the proper replacement of monuments or bench marks that have been moved or destroyed. 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. ij. If any par�of the Contractor's. Work depends on proper execution or result• 's 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 deficienciesin 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. it The Contractor shall do all cutting, fitting and patching of his Work that may be required'jj.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. !; 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. li 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 • Special. Provisions - 17 J • I� pURATED unu MM. Yu[nmu[ •� r unless in writing signed by an authorized representative of such Party. No L 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 ASTM standards have been adopted shall, unless in conflict with specified requirements, meet the requirements of the latest edition of the ASTM standards. Where a specified material is followed by a reference to a specification, standard, test method or code such as "ASTM C150", "ASA Code", etc., it shall be understood to mean that the material shall meet the requirements of the referenced specification, standard, test method or code; and, except where a specific edition is referred to, it shall be understood that the latest edition including additions and/or amendments thereto, as of the date the Contract is awarded, shall apply to Work under this Contract. TESTING. The Engineer will conduct compaction tests on earthwork, as necessary to assure proper compaction and therefore, a stable taxiway, apron, and taxiway safety area. Also, concrete cylinder tests will be made by the Engineer of the concrete used in the project at 7 days and 28 days of age to assure that quality concrete is being delivered to the job. The cost of the tests will be borne by the Owner, except that retests, made after first tests have failed, will be paid for by the Contractor. In view of this, the Contractor will want to be certain that he is ready for tests when he requests that they be made. The Contractor shall give the Engineer at least 24 hours notice, as to when any part of the Work will be ready for observation and/or testing. No part of Saturdays or Sundays shall be counted as part of the required hours of notice. The Engineer shall have the right to order special tests not required by the Specifications and/or the Plans, whereupon the Contractor shall promptly perform such tests. If the portion of the Work so tested proves to be in accordance with the Specifications and the Plans, all costs involved in such testing shall be paid for the by the Owner and if such testing delays the Work, the time within which the Work is to be completed shall be extended by a mutually agreed to period of time. If the portion of the Work so tested, however, proves to be not in accordance with the Specifications and the Plans, all costs involved in such testing shall be paid for by the Contractor and the time within which the Work is to be completed shall be extended by a mutually agreed to period of time. Neither observations by the Engineer nor the inspections, tests or approvals by persons other than the Contractor shall relieve the Contractor from his obligations to perform the Work in accordance with the requirement of the Plans and Specifications. Special Provisions - 18 -d •I •1 •I •I •I •I •1 Si ca a nATEO .mv+oc. urEf.ruI C • r PAYMENT FOR STORED MATERIALS. If the Contractor desires to be paid for "stored materials" in conjunction with one of the monthly progress payments, he shall provide the following documentation to the Engineer: (1) Itemized invoices from the supplier(s) of the materials giving a clear description of -each stored item and .its individual value. Invoices shall be clearly descriptive and identified as being for the particular project covered by these Specifications. • (2) Insurance certificates covering the total value of all materials stored "off -site" (one for each separate off -site location) listing both the Owner and the Contractor as.insureds "as their interests may appear". (3) Legal titles to all items of storedmaterials certifying that the • items are "free of liens and encumbrances". COST OF PLANS AND The Engineer shall provide to the • .SPECIFICATIONS. Contractor„;five (5) 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 twenty-five. dollars • ($125.00).' OWNERSHIP OF ENGINEERING DATA. All Specifications, Plans and copies thereof furnished by the Engineer shall remain his property. They shall not be used on another Project, and, with the exception of those sets which have been signed in connection with the execution of the Construction Contract shall be • returned to him on request upon completion of the Project. PARTIAL SETS OF PLANS AND SPECIFICATIONS FOR SUBCONTRACTORS. Separate sheets of the Plans and/or Specifications will be available to subcontractors, suppliers and material dealers for their convenience at reproduction costs. However, it will be their responsibility to check their compliance with -a • complete set of contract documents prior to executing the Work to insure a complete and satisfactory interface with other contractors and/or subcontractors. DAMAGE TO EXISTING FACILITIES. The Contractor and/or subcontractor hereunder shall satisfy himself (themselves) as to the location of all underground and • above -ground facilities and utilities in or near the site. They shall -be •continually liable for damage to all improvements and lands, whether the property of the Owner, hereunder, or others, caused by the Contractor's and/or Subcontractor's personnel, equipment, or operation. REPORTING OF ACCIDENTS. The Contractor shall submit a written report to the • Engineer of any accident or injury occurring at the Construction Site. PRE4ONSTRUCTION CONFERENCE. Within twenty (20) days after delivery of the executed Construction Contract by the Owner to the Contractor, but before starting the Work at the site, a conference will be held to review the heretofore' mentioned schedules, to establish procedures for handling Shop • Drawings and other submissions, and for processing Applications for Payment, Special Provisions - 19 J • '+ tJ� IN 1AA EO .0 .pr. r ►l and to establish a working understanding between the parties as to the Project. Present at the conference will be the Owner or his representative, the Engineer, Resident Project Representatives, the Contractor and his • Superintendent. WATERWAYS. Present natural and artificial waterways shall be left open to flow freely. Temporary dams or by-passes shall be provided when found necessary or ordered by the Engineer. • SAFETY AND SECURITY. The Contractor shall comply with, and shall cause the employee and all subcontractors to abide by all safety and security laws, rules and regulations in force at the Construction Site. The provisions of the latest Associated General Contractors of America, Inc., dealing with safe practices pertaining to construction work shall be deemed to be in force at the Construction Site to the extent they do not conflict with such laws, • rules, and regulations. The Engineer and the Owner shall assume no liability concerning the Contractor's safety practices, as safety on the Project will be the sole responsibility of the Contractor. 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; Special Provisions - 20 • J © a ATED • r 1 (3)to make decisions, on all matters relating to the execution and the progress 'of"the Work;" 'T (4).: to coordinate the Work of the Contractor with the Work of other contractors; (5)to stop the Work whenever, in the opinion of the Engineer, such stoppage may ' be necessary to insure the proper • (execution thereof; (6);to determine the amount payable to the Contractor from time Gto time for Work done under the Contract; Li .P. (7),to make decisions on all controversies arising out of the jPlans and Specifications or the refusal or failure of either iparty 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 .. ilConstruction Contract; (9)iito delegate his responsibilities to other representatives of rthe Owner in connection with specific portions of the Work; (10)9 to disapprove or reject Work or material which is • "defective" (which term is hereinafter used to describe Work for 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)'ito require special testing of the Work or material as 1: provided for hereafter whether or not the Work or material •;l is fabricated, installed, or completed; (12)FIto exercise his best efforts to insure faithful performance ,by.both the Owner and the Contractor. He will not show ;partia)ity 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 ijpursuant to the Work and- communicated to the Contractor !.shall be binding on the Contractor unless, within thirty '(3O) days thereafter, written objection is filed with the PIE Special Provisions - 21 ` f J ®�1TFvEo . � LT tf ap(t F. vflif vplF r •1 Owner's Purchasing Agent demanding that the issue be determined by arbitration. The Engineer or his representative may inform the Contractor or his sub -contractors of circumstances which, in the opinion of the Engineer or his representative, may predict unsatisfactory results, or he may caution the Contractors, relative to safety hazards which may exist, but these efforts to assist the Contractors or to prevent accidents or problems will in no way relieve the Contractors of their responsibilities and liabilities in these regards. The Engineer or his representative may not be present during every phase of any construction operation, or if he is on -site, he may not witness each and every function or task that the Contractor/sub-contractor may perform. This fact does not relieve the Contractor from his responsibility to see that 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. CONTRACTOR'S RESPONSIBILITY REGARDING SPECIAL APPLICATION MATERIALS AND 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 in their application, and therefore, require experienced and skilled craftsmen. These materials or products include, but are not limited to the following: Sealants, lubricants, paints, primers, lacquers, stains, thinners, solvents, curing compounds, mastics, bitumens, tars, waterproofing agents, insulating compounds, cementitious compounds, fillers, and epoxies. In furnishing and installing any of the above materials or products the Contractor shall be guided by and adhere to all of the manufacturer's recommendations or instructions relative to the materials 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 products as applied to conform to the each as required by the specifications. for any failure of such material or characteristics and/or capabilities of Special Provisions - 22 -d •1 C • C; C n © R `GlED tmU b[. t.Vnt•LLI L • TEMPORARY FACILITIES (a) Utilities for Construction - The`Contractor shall arrange and pay for all gas, water,. and electrical power used by him. He shall provide heat, at his own expense, as necessary for all areas. Electrical service connections shall be provided at the site by the Contractor for the purpose of field office lighting and any temporary lighting and power requirements for construction purposes. The Contractor shall determine the location of the existing j.• electrical connection; shall make all temporary connections; provide all necessary extensions thereto, and shall remove all temporary connections and extensions at the completion of the Work. The Contractor shall provide his own facilities for compressed air. supply and steam. Temporary utilities of all kinds shall be removed promptly after their use has been discontinued, unless otherwise • approved by the Owner. (b) Drinking Water - The Contractor shall furnish potable drinking water and disposable cups at the job site. The drinking arrangement shall comply with applicable requirements of the Arkansas State Health Department. • (c) Bracing, Enclosures, Protection, Etc. - The Contractor shall properly and completely brace all parts of the work as necessary during the construction of the building. When necessary for the protection of materials or work, the Contractor shall erect sheds, • enclosures, temporary barricades, or temporarily enclose the • openings of the building to the satisfaction of the Engineer. (d) Sanitary Facilities - The Contractor shallfurnish approved chemical type toilets at the construction site for use of all workmen on the job. Toilets shall be removed at the completion of the Work. • Toilets will be maintained in a sanitary condition and will be removed by him upon completion of the Work. (e) Drainage, Etc. - The Contractor shall incorporate temporary measures as; necessary to prevent mud and other materials from. getting into the drainage or other permanent piping during the construction • period, and he shall do all plumbing, bailing and drainage of all water that may accumulate within the work area during the entire period of construction. He shall clean out any drainage pipes that may become clogged due to negligence or failure on his part to • comply with this provision. • (f) Roadways - The Contractor shall use established roadways where practical and when it is necessary to cross curbings, sidewalks or railroad tracks, protection against damage shall be provided by the Contractor. Any roads, curbing, sidewalks or railroad trackage damaged by the Contractor's work shall be repaired at the expense of the Contractor. Wherever existing roadways or sidewalks are cut for • Special Provisions - 23 ♦ J • RATED il 1 'flit flock F VptrypLF •I r trenches in the Work, the Contractor shall provide and maintain safe and proper passage for the usual traffic over such cuts or trenches, by bridges blocking,. planking, or other satisfactory methods. (g) Storage and Working Areas - Storage areas will be provided for the storage of the Contractor's materials and equipment, and he shall confine his materials, equipment and operations of his workmen to such limits as indicated by the Owner, and shall not unreasonably encumber the premises. No workmen shall trespass within other areas or buildings of the Owner than those related to the work of this Contract and the Contractor shall rigidly enforce this regulation. Any materials, equipment or temporary structures belonging to the Contractor shall be moved when so directed by the Engineer to permit the execution of Work by others in connection with the Project. Materials shall be stored so as to insure the preservation of their quality and fitness for the Work. When considered necessary, they shall be placed on wood platforms and covered, or stored in a suitable building as directed by the Engineer. Stored materials shall be located so as to facilitate prompt inspection. PERMITS, LICENSES, LAWS, ORDINANCES, REGULATIONS AND shall obtain and pay for all construction permits and all governmental charges and inspection fees necessary the Work, which are applicable at the time of his Bid. the Contractor when necessary in obtaining such perm Contractor shall also pay all public utility charges. TAXES. The Contractor licenses and shall pay for the prosecution of The Owner shall assist its and licenses. The The Contractor shall give all necessary notices, shall pay all fees required by law and shall comply with all laws, ordinances, governmental rules and regulations applicable to the Work, to labor employed on the Work, and to the preservation of the public health and safety. The Contractor shall indemnify and save harmless the Owner from and against all liability with respect to penalties and/or interest that may result from non-compliance with any such laws, ordinances, governmental rules or regulations. Should the Specifications and/or the Plans be at variance with any of such permits, licenses, laws, ordinances, governmental rules or regulations, the Contractor shall promptly notify the Engineer in writing, whereupon the Owner shall make all necessary changes in the Specifications and/or the Plans. If the Contractor performs any portion of the Work which is contrary to any of such permits, licenses, laws, ordinances, governmental rules or regulations, the Contractor shall correct such portion of the Work, and the Contractor shall bear the cost of all damages arising therefrom. -The Contractor shall comply with all laws, ordinances, rules, orders, and regulations relating to the protection of adjacent property, and the maintenance of passageways, guard fences or other protection facilities. Special Provisions - 24 I' 10EJ��II e © INAWED 'ITLLIQ[. {..EAI.Q,f C1 • • • • • r The Contractor shall permit and facilitate.,frinspection of the Work. by the Owner, the.1City, and/or itsrrepresentatives`of'a.11 work during construction. The inspection work by the Owner or others shall not be construed as to relieve the Contractor of any liability for inadequate design, faulty • materials,workmanship, violation of the Specifications arid design criteria, • codes, laws, or safety requirements. The Contractor shall pay all sales, consumer, ruse and other similar taxes required to be paid by him in accordance with the law of the place where the Work is to!'be performed.. DATE TO START CONSTRUCTION The anticipated date for the beginning ofconstruction on this project is approximately September 9th, at the earliest. This date may be delayed due to time required tb execute the Federal Grant for funding and the Notice to Proceed will be issued at such time as all documents are in order. The • Contractor shall take into account this condition when preparing his bid. rj Special Provisions - 25 L J • da rED FAA Standard Specifications (As Revised for This Project) :; Umuxvu urt nrviu[ • 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 TOPSOIL EXCAVATION. This work shall consist of the stripping of all • topsoil from, areas •to receive improvements under this project. 152-1.3 UNCLASSIFIED ON -SITE EXCAVATION. This work shall consist of the excavation of all materiaL below the 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 COMPACTED EMBANKMENT FOR SIDESLOPES.. Material taken from topsoil and unclassifiedM,on-site excavation shall be used, in constructing side slopes as • indicated on the Plans. Under no circumstances is topsoil material excavated. on -site to be utilized to construct embankment underneath, or as a part of, pavement sections. Additional material for construction of sideslopes shall be removed from the existing on -site stockpile north of theeastside aircraft apron. • 152_1.51 COMPACTED OFF -SITE BORROW. Embankment material required in addition to the compacted embankment_to be used for constructing subgrade for future pavement sections, as shown on the Plans, shall be supplied from an off -site borrow locat,on(s) approved by the Engineer. • CONSTRUCTION METHODS ii 152-2.1 GENERAL. Rough excavation shall be carried to the necessary depth to remove all topsoil within the areas •to receive, the specified subgrade and ditch sections. However, a minimum depth of excavation of one (1) foot shall -be required in all areas to receive pavement sections. Should the Contractor, i 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 in the future or in subgrades but shall be handled and placed as directed. • FAA Standard Specifications - 1 l • �� L�L� CGa RATED i"LEA O[a .VArEVILIE •■ r I The Contractor shall inform and satisfy himself as to the character, quantity, and distribution of all material to be excavated. No payment will be made for any excavated material which is used for purposes other than those designated. All stockpile areas, if required, 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 becomes compacted, due to hauling or to any other activity of the Contractor, shall be scarified and disced to a depth of 4 inches, as directed, to loosen and pulverize the soil prior to seeding. If it is necessary to interrupt existing surface drainage, drainage pipe, underdrainage, conduits, utilities, or similar underground structures, or parts thereof, the Contractor shall be responsible for and shall take all necessary precautions to protect and preserve or provide temporary services. When such facilities are encountered, the Contractor shall notify the Engineer, who shall arrange for their removal, if necessary. The Contractor shall, at his own expense, satisfactorily repair all damage to such facilities or structures which may result from any of his operations during the period of the Contract. 152-2.2 TOPSOIL 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 topsoil excavated material shall be used in subsequent formation of sideslope embankments, or for other purposes as shown on the Plans. The volume of the topsoil excavation does not exceed that required to S construct the sideslope embankments to the grades indicated. The volume of topsoil excavation is less than that required to construct the sideslope embankments to the grades indicated and the additional topsoil material shall be obtained from the existing stockpile immediately north of the eastside aircraft apron. Grades shall be maintained so that the surface is well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the work. Overbreak, including slides, is that portion of any material displaced or loosened beyond the finished work as planned or authorized by the Engineer. Payment will not be made for the removal of overbreak. In topsoil excavated areas, the subgrade under future areas to be paved shall be compacted to the depths and to the required densities on the "wet side" of FAA Standard Specifications - 2 J n :M A RATED -cc.' "'$,cc. '.nnmu1 a 1 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 as determined by the Standard Compaction Test ASTM D-698 at or to 4% above' optimum moisture. 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, 02167, or 02922. • All side slopes shall be uniformly dressed to the slope, cross section, and alignment shown on the plans or as directed by the Engineer. 152-2.3 UNCLASSIFIED ON -SITE 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. The work shall be. performed• in the proper sequence with the other construction. Grades shall! be maintained so that the surface is well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to • intercept or; divert surface water which may affect the work. • 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., 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 on -site or 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 displaced or loosened beyond the finished work as planned or authorized by the Engineer. Payment will not be made for the removal of overbreak. is .In excavated areas, the subgrade under future areas to be paved shall be e 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 as determined by the Standard Compaction Test ASTM D-698 at or to 4% above'; optimum moisture. Any unsuitable materials encountered shall be 0 removed as directed by the Engineer and paid for as specified. The in -place field- density shall be determined in accordance with ASTM D1556, 02167, or D2922. FAA Standard Specifications - 3 E`1 N J • L,La CO'RPO RATED O"a000n v.nn(vn 1[ 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 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. Blasting should not be required for this project. 152-2.4 COMPACTED OFF SITE BORROW. Compacted off -site borrow shall consist of excavation made from borrow areas outside the airport to supplement the compacted embankment. 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 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 material, 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 45. 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 future pavement sections is to be placed shall be stripped or otherwise removed before the embankment is started, and in no case shall such objectionable material be allowed in or under the embankment. Direct payment will be made for topsoil excavation. The yardage of stripped materials removed shall be paid for at the Contract unit price per cubic yard for "Topsoil 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 on -site or 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 FAA Standard Specifications - 4 •1 •I n C C C ri • ?Ai ATEO I TJ .CC. urEnEPpf • r the "wet side" of optimum. ..Moisture considerations are especially critical for this project due to theslightly 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 compacted embankment shall be constructed I until the Engineer has approved the stripped subgrade. Embankments for the taxiway subgrade shall be formed entirely of off -site borrow material in accordance with Section. 152-2.4. Embankments shall be formed in successive horizontal layers of not more than 8 inches in compacted depth for the full width of the cross section, unless otherwise approved by the Engineer,. The grading operations shall be conducted, and the various soil strata shall be placed, to produce a soil structure as shown on the typical. cross section or as directed. Al] 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. r 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. 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 alli,portions of the embankment thus affected shall be delayed until the materials has dried to the required moisture content. Sprinkling shall be done with approved equipment that will sufficiently distribute -the water. Sufficient equipment to furnish the required water shall be available at all times. Samples of all embankment materials for testing, both before and after placement and compaction, will be taken for each lift area or volume. 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 subgrade is• compacted to the required density as shown on the Plans. The embankment shall be compacted, when not otherwise shown or specified, to a minimum depth of 8 inches and to a density of not less than 95% of the maximum density at.optimum moisture as°determined by the Modified Compaction Test ASTM D 1557. On all areas outside of the future pavement areas, compaction of the sideslopes to a • FAA Standard Specifications - 5 •1r density of 90% as stated above and 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 D1556, D2167, or D2922. Compaction areas shall be kept separate, and no layer shall be covered by another until the proper density is obtained. During construction of the embankment, 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 subgrade 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. The Contractor shall be responsible for the stability of all embankments made 0 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 receive the subbase course, the specified depth in cut areas and the embankment shall be compacted to the density specified. When completed, the surface shall be true C FAA Standard Specifications - 6 j Ka11111 RATED •'d.ol. '40.INu4 r .I 1 II II to the lines, grades, and cross.section shown on, the Plans or as, directed by the Engineer. After all drains, structur"es,r- 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 the 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". 1i - II 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 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, the subbase course, shall not 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 beiplaced, 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 morelithan 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. The topsoil shall be salvaged from stripping or other. • grading operations. If, at the time of excavation or stripping, the topsoil cannot be placed in its proper and final section of finished construction, the material shall be stockpiled at approved locations designated on the Plans. Stockpiles shall not be placed within 100 feet of pavement areas and shall not be placed on areas which subsequently will require any excavation or • FAA Standard Specifications - 7 IJ L�LZ ORb TTED 1 "TILE c«. ..,E.,[PUE 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. 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 not be made separately for rehandling topsoil for placement. METHOD OF MEASUREMENT C 152-3.1. Topsoil excavation shall be paid for by the number of cubic yards of material excavated, as calculated in its original position. Pay quantities shall be accepted as the Plan quantity presented in the Proposal, which has been computed from the cross-sectional information shown on the Plans by using the "average end areas" method, to the nearest 0.1 foot. Only officially executed change orders or authorized work beyond that described in the initial Contract documents shall constitute justification for consideration of increasing or decreasing the excavation quantity beyond that stated in the Proposal. All additional excavation will be measured in the field and calculated as described above. 152-3.2. Unclassified excavation shall be paid for by the number of cubic yamof material excavated, as calculated in its original position. Pay quantities shall be accepted as the Plan quantity presented in the Proposal, which has been computed from the cross-sectional information shown on the Plans by using the "average end areas" method, to the nearest 0.1 foot. Only officially executed change orders or authorized work beyond that described in the initial Contract documents shall constitute justification for consideration of increasing or decreasing the excavation quantity beyond that stated in the Proposal. All additional excavation will be measured in the field and calculated as described above. 152-3.3 Compacted embankment for sideslopes of on -site excavated topsoil material shall be paid for by the number of cubic yards of material stockpiled. The pay quantity shall be accepted as the Plan quantity presented in the Proposal, which has been computed from the cross-section in formation shown on the Plans by using the "average -end area" 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 FAA Standard Specifications - 8 • L,1 RATED .LOc. • r V hauled awayfrom the site will be deducted from the proposed quantity for payment. • Only officially executed change orders or authorized work beyond that described in the initial Contract documents shall.constitute justification for consideration of increasing or decreasing the stockpiled quantity beyond that stated in the Proposal. I, • 152-3:4 Compacted off -site borrow for• subgrade shall be paid for by the number of cubic yards placed and measured in its final position. The pay quantity shall be accepted as the.Plan quantity presented in the Proposal, which has been completed from the cross-sectional. information shown on the Plans by using the "average end areas" method to the nearest 0.1 foot. Only officially executed change order or authorized work beyond that described • in the initial Contract documents shall constitute justification for consideration of increasing or decreasing the quantity for this item beyond that stated in the Proposal. i BASIS OF PAYMENT 152-4.1 Payment shall be made at the Contract :unit price for "Topsoil Excavation"., This price shall be full compensation for furnishing all materials, Tabor, equipment, tools, and incidentals necessary to complete the .item. . 152-4.2 Payment shall be made at the Contract unit price per cubic yard for "unclassified on -site excavation". This price shall be full compensation for furnishing a'll materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.3 Payment. shall be made at the Contract unit price per cubic yard for uncompacted iehibankment for sideslope from topsoil excavated material. This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete. the item. 'I 152=4.4 Payment shall be made at the Contract unit price per cubic yard for 0 compacted borrow for construction of subgrade from off -site material. This price. shall' be full, compensation for furnishing all, materials, labor, equipment, tools, and incidentals necessary to complete the item. Payment willbe made under: Bid Item No. 3 Topsoil Excavation, per cubic yard. - Bid Item No. 4 Unclassified On -Site Excavation, per cubic yard. Bid Item No. 5 Compacted Embankment for Sideslopes, per cubic yard. Bid Item No. 6 Compacted Off -site Borrow, per cubic yard. FAA Standard Specifications -9 J ��, '• 1 C0R O ATED JrVPcc. I.q rtfVluF i r 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. 153-4.1 The bid schedule The performance of this plant(s), shall not be subsidiary obligation of Embankment and Borrow coni METHOD OF MEASUREMENT does wor paid the tract BASIS OF PAYMENT not contain an estimated quantity for watering. lk including providing and maintaining water for directly but shall be considered as a Contractor covered under other Excavation and items. FAA Standard Specifications - 10 J •1 01 •1 • INCO F•RATED 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%1 of flat, elongated, soft, or disintegrated pieces. The crushed revolutions The crushed total loss accelerated aggregate shall as determined by aggregate shall 3reater than 12% soundness -test u have a percent of wear not more than 45 at 500 AASHTO T 96 (Los Angeles Rattler lest). not show evidence of disintegration nor show a when subjected to 5 cycles of the sodium sulphate sing 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. 1I Sieve designation Percentage by weight passing sieves - • (square openings) 11 inch - 100 3/4 inch 40-90 No. 4 25-50 • No. 40 ;' 10-30 No. 200 3-10 FAA Standard Specifications - 11 El ELLANR • I. E RCC• I�IJCOR AT[D Un TCtr • 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 not exceed one half the fraction passing the No. The portion of the base aggregate, including any No. 40 mesh sieve shall have a liquid limit plasticity index of not more than 6 when tested and T 90. the No. 40 mesh blended of not in accor 200 mesh sieve shall sieve. material, passing the more than 25 and a dance with AASHTO T 89 The selection of the gradation shown in the table shall be such that the maximum size aggregate used in any course shall not be more than two thirds the thickness of the layer of course being constructed. 209-2.2 ADDITIONAL FINE MATERIAL. If additional fine material, in excess of that naturally present in the base course material, is necessary for correcting the gradation to the limitations of the specified gradation, or for the satisfactory bonding of the base material, or for changing the soil constants of the material passing the No. 40 mesh sieve, it'shall be uniformly blended and mixed with the base course material at the crushing plant. There shall be no reworking of the base course material in -place to obtain the specified gradation. The additional fine material for this purpose shall be obtained from the crushing of stone, and when used, shall be of a gradation as necessary to accomplish the specified gradation in the final mixed base course material. CONSTRUCTION METHODS 209-3.1 OPERATION AT SOURCES OF SUPPLY. All work involved in clearing and stripping of quarries and pits, including the handling of unsuitable material, shall be performed by the Contractor at his own expense. The base material shall be obtained from approved sources. The material shall be handled in a manner that shall secure a uniform and satisfactory product. 209-3.2 EQUIPMENT. All equipment necessary for the proper construction of this work shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. 209-3.3 PREPARING UNDERLYING COURSE. The underlying course shall be checked and accepted by the Engineer before placing and spreading operations are started. Any ruts or soft, yielding places caused by improper drainage conditions, hauling, or any other cause, shall be corrected and rolled to the required compaction before the base course is placed thereon. FAA Standard Specifications - 12 • C: •1 •I •1 El L,L� COR✓tRATED e Op RLu i 4YtrF( LLE n r } Grade control between the edges of the runways shall be accomplished by grade stakes, steel pins, or forms -placed in lanes pa"ra=liel to the centerline of the pavementanth at intervals sufficiently close that string lines or check boards may be placed between the stakes, pins, or forms. To protect the underlying course -and to insure proper drainage, the spreading of the base; shall begin along the centerline of the pavement on a crowned section or on the high side of the pavement with a one-way slope. • 209-3.4 PLANT MIX. The base material shall be uniformly blended -during crushing operations or mixed. in an approved plant. The type of plant may be either a central proportioning and mixing plant or a traveling plant. The plant shall ,blend and mix the materials to meet these Specifications and to secure the proper moisture- content for compaction. 209-3.5 PLACING AND SPREADING: (a) Central Plant. The crushed aggregate base material that has been proportioned in a crushing and screening plant, or proportioned and processed in a central mixing plant, shall be placed on the prepared underlying course • and compacted in layers of the thickness. shown on the Plans. The depositing and spreading of the material shall commence where designated and shall progress without breaks. The material shall be deposited and spread in lanes in a uniform layer and without segregation of size to such loose depth that, when compacted, the layer shall have the required thickness. The base aggregate shall be spread by spreader boxes or other approved devices or methods that shall spread the aggregate in the required amount to avoid or minimize the need for rehandling the material and to prevent the rutting of the underlying course. The spreader boxes or other devices shall be equipped with strike -off templets or screeds that can be adjusted or controlled to secure the required thickness of the material. Dumping from vehicles in piles on the underlying course which will require rehandling shall not be permitted. Hauling over: the uncompacted base course shall not be. permitted. (b) Traveling Plant. If a traveling plant is used for mixing, the base material shall be placed on the underlying course in such condition to provide a base mixture conforming to the specified gradation and moisture content, and in such quantity to develop the thickness of the layer of the base and the density after compaction. The material shall be shaped to a uniform section. The Engineer shall examine the mixture to determine that the mixing is complete and satisfactory and that the proper moisture content is maintained before compaction is started. No spreading shall be done except when authorized. 1Care shall be taken that no material from the underlying course is mixed with the base material. - If necessary, the base course shall be bladed until a smooth, uniform surface is obtained that is true to line, grade, and cross section and until the mix is in condition for compacting. - FAA Standard Specifications - 13 •II RATED .mtl epq LVFn FVrttF • r (c) Method of Placing. The base course shall be constructed in a layer not less than 21 inches nor more than 6 inches of compacted thickness. The aggregate, as spread, shall be of uniform gradation with no segregation or � pockets of fine or coarse materials. Unless otherwise permitted by the Engineer, the aggregate shall not be spread more than 2,000 square yards in advance of the rolling. Any necessary sprinkling shall be kept within these limits. No material shall be placed in snow or on a soft, muddy, or frozen underlying course. When more than one layer is required, the construction procedure described herein shall apply similarly to each layer. The Engineer shall make tests to determine the maximum density and the proper moisture content of the base material, and this information will be available to the Contractor. The base material shall have a satisfactory moisture content when rolling is started, and any minor variations prior to or during rolling shall be corrected by sprinkling or aeration, if necessary. During the placing and spreading, sufficient caution shall be exercised to prevent the incorporation of subgrade, subbase, or shoulder material in the base course mixture. 209-3.6 FINISHING AND COMPACTING. After spreading, the crushed aggregate shall be thoroughly compacted by rolling. The rolling shall progress gradually from the sides to the center of the lane under construction, or from one side toward previously placed material by lapping uniformly each preceding rear -wheel track by one-half the width of such track. Rolling shall continue until the entire area of the course has been rolled by the rear wheels. The rolling shall continue until the stone is thoroughly set, the interstices of the material reduced to a minimum, and until creeping of the stone ahead of the roller is no longer visible. Rolling shall 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 -control tests specified in � FAA T-611. 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 or when the rolling causes undulation in the base course. develops irregularities that exceed 3/8 inch when tested straightedge, the irregular surface shall be loosened, refil of material as that used in constructing the course, and required. soft or yielding When the rolling with a 16 -foot led with the kind rolled again as In areas inaccessible to rollers, the base course material shall be tamped thoroughly with mechanical tampers. � The sprinkling during rolling, if necessary, shall be in the amount and by equipment approved by the Engineer. FAA Standard Specifications - 14 J • ZZ r4ARDbRATEO .m�f.o4 auETTFVIuk • r 1 209-3.7 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 shallbe 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. 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 isfrozen, 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 acondition satisfactory for priming. After priming, the surface shall be. kept clean and free from foreign material. The base course shall be. properly drained at all times. If cleaning is necessary, or if the prime coat becomes disturbed, any work or restitution necessary shall be performed at the • expense of the Contractor. METHOD OF MEASUREMENT 209-4.1 The quantity of crushed aggregate base course to be paid for shall be the number of tons (2,000 lbs.) of material placed, bonded, and accepted in the completed base course. The quantity of base course material shall be determined by weight tickets accompanying each truck of base material, said tickets being surrendered to the Engineer not less frequently than once per day. On depth measurements, thicknesses more than 1/2 inch in excess of that shown on the Plans shall be considered as specified thickness, plus 1/2 inch in computing quantities ,for payment, and the quantity approved for payment FAA Standard Specifications - 15 • A I_�� .WFViuE �d ATED .v M1l .Gc.• El r shall be adjusted by assuming a compacted weight of base material of 148 pounds per cubic foot (the intent is to preclude payment to the Contractor for SB-2 material placed in excess of 1/2 inch thicker than the required course - thickness). 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 •1 *1 •1 *1 0 FAA Standard Specifications - 16 3 J RATED • ,,Lk. 4..{L IYIpI • r P-401 PLANT MIX BITUMINOUS.PAVEMENTS {; DESCRIPTION 401-1.1 This item shall consist of a base course and 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. r . 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, or crushed slag 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.. Coarse aggregate shall consist of sound, tough, • durable particles, free from adherent films of matter that would prevent thorough coating with the bituminous material. The percentage of wear shall not be greater than 40 percent for the surface course or 50 percent for the base course when tested in accordance with ASTM C131. The sodium sulfate soundness loss shall not exceed 9 percent, after five cycles, when tested in accordance with ASTM C88. _ Aggregate shall contain at least 50 percent by weight of crushed pieces having two or more'fractured faces and 65 percent having at least one fractured face. 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. Fractured faces shall be obtained' by artificial crushing. 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.. FAA Standard Specifications - 17 J L�L�� INCD RAFvED LIT%EQGC4 •VETTSVM11E •1 (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 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. Natural sand may be used to obtain the gradation of aggregate blend or workability of the mix. The amount of sand to be added will be adjusted to produce mixtures conforming to requirements of this Specification. (c) Sampling and Testing. ASTM D 75 shall be used in sampling coarse aggregate and fine aggregate, and ASTM C 183 shall be used in sampling mineral filler. The Contractor shall furnish documentation to the Engineer confirming that the aggregates meet specification requirements. (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 way of the responsibility for delivery at the job site of aggregates that meet the requirements specified herein. (e) Samples of Aggregates. Samples of aggregates shall be furnished by the Contractor at the start of production and at intervals during production of bituminous mixtures. The sampling points and intervals will be designated by the Engineer. The samples will be the basis of approval of specific lots of aggregates from the standpoint of the quality requirements of this section. 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. Bituminous material shall conform to the following requirements, Asphalt Cement penetration grade 85-100 or 100-120 ASTM D946. The Contractor shall furnish vendor's certified test reports for each tankload 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 FAA Standard Specifications - 18 J •1 7 C • C • • C ATEO ,• �I • i� of the vendor's certified test report for the bituminous material shall be the basis for final acceptance. L 1: 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 mixformula. 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 14 days I, 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 jab 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 formulaa,shall be established before the new material is used. 1: 11 - 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 Tables 1 and 2. The temperature of the mix immediately prior to compaction shall be 250 • degrees ± 5 degrees F. :y. TABLE 1. MARSHALL DESIGN CRITERIA Pavements designed for • aircraft gross weights Test Property less than 60,000 lbs. or tire pressure less than 100 psi Number of blows 50 Stability, minimum pounds, (newtons) 1000 (4450) flow, 0.01 in. (0.25mm) 8-20 Percent air voids Surface 3-5 Base 3-5 Percent voids in mineral aggregate See Table 2 • FAA Standard Specifications - 19 1. €Eu L II It F 40R °.•L tIFVILIL r - •1 TABLE 2. MINIMUM PERCENT VOIDS IN MINERAL AGGREGATE Maximum Particle Size Minimum Voids in Pavement • I Mineral Aggregate Course in. percent 3/4 15 Surface • I 1-1/4 13 Base The mineral aggregate shall be of such size weight, as determined by laboratory screens, gradations specified in Table 3 when tested C136 d(dry sieve). The percentage by weight be within the limits specified. ;hat the percentage composition by • will conform to the gradation or in accordance with ASTM Standard for the bituminous material shall The gradations in Table 3 represent the limits which shall determine the • suitability of aggregate fc as finally selected, shall Table 3 and shall not vary on the adjacent sieve, or coarse to fine. �r use from the sources of supply. The aggregate, have a gradation within the limits designated in from the low limit on one sieve to the high limit vice versa, but shall be uniformly graded from • FAA Standard Specifications - 20 J Si • • r K AAT CD • .I. A. IAn ITn It II I. TABLE 3. AGGREGATE -BITUMINOUS PAVEMENTS Sieve Percentage by Weight Passing Sieves Size Base Course Surface Course .1 1/4" Max. 3/4" Max. 1-1/4 inc. 1 100 --- 1 in. 86-98 --- 3/4 in. 68-93 100 1/2 in. 1 57-81 79-99 3/8 in. 49-69 68-88 No. 4 34-54 48-68 No. 8 .22-42 33-53 No. 16 13-33 20-40 No. 30 8-24 14-30 No. 50 6-18 9-21 No. 100 4-12 6-16 No. 200 3-6 3-6 Bitumen. percent Stone or gravel 4.5-7.0 5.0-7.5 The job mix tolerances shown in Table 4 shall be applied to the job mix formula to :establish a job control grading band. The full tolerances still will apply if application of the job mix tolerances results in a job control grading band outside the master grading band. 11 I•' 11 • Ii FAA Standard Specifications - 21 L•Np i •. - L��.9 DR MATED r' {f RE POG '.yOTFVILI TABLE 4. JOB MIX FORMULA TOLERANCES ♦ Material Tolerance Plus or Minus Aggregate passing No. 4 sieve or larger 7 percent Aggregate passing Nos. 8 and 16 sieves 6 percent Aggregate passing Nos. 30 and 50 sieves 5 percent Aggregate passing Nos. 100 and 200 sieves 3 percent Bitumen 0.45 percent Temperature of mix 20 deg. F (11 deg. C) The aggregate gradation may be adjusted within the limits of Table 3 as directed, without adjustments in the contract unit prices. 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 once daily. The mixture will be tested for bitumen content in accordance with ASTM D2172 and for aggregate gradation in accordance with AASHTO T30. The completed mixture shall be sampled at the plant to retain job control. One sample shall be taken from each sublot on a random basis, in accordance with procedures contained in ASTM D3665. A lot shall consist of 500 tons and shall be divided into 4 sublots. Testing shall be in accordance with the Marshall method procedures contained in Chapter III of the Asphalt Institute ♦ Manual Series No. 2 (MS -2), current edition, except the temperature of the mix prior to compaction shall be 250 degrees F ± 5 degrees F (12 degrees C). If any two consecutive Marshall test results in any property not conforming to the requirements shown in Tables 1 and 2, the Contractor shall take immediate corrective action. In no instance shall the percent air voids exceed ± I percent of the job formula value. The Engineer may halt production if the Marshall test criteria are not met and not allow it to resume until the problem is corrected. FAA Standard Specifications - 22 L 7Va IN RP+NATED ,' 1.1 ROE. 0uTn.w r If the index of retained strength of the specimens of composite mixture, as determined by ASTM D 1075, is less than 75, the aggregates shall be rejected :• or the asphalt shall be treated with an approved antistripping agent. The amount of antistripping agent. added to the asphalt shall be sufficient to produce an index of retained strength of not less than 75. 401-3.3 TEST SECTION. Prior to full production, the Contractor shall prepare a quantity of bituminous mixture according to the job mix formula. The amount • of mixture should be sufficient to construct a test section at least 50 feet long and 20 feet wide placed in two sections and shall be of the same depth 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. A marginal quality test section that has been placed in an area of little or no traffic may be left in place. If a second test section also does not meet specification requirements both sections shall be removed at the Contractor's expense. Full production shall • not begin without the Engineer's approval. Test sections will be paid for in accordance with paragraph 401.6.1 401-3.4 TESTING LABORATORY. The testing laboratory used to develop the job mix formula: and to perform the tests required by this specification, shall meet the requirements of ASTM D 3666. An approved testing laboratory will not be I. required for quality control tests made by the Contractor. :7 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 specified in Table 5. The temperature requirements may be waived, but only at thel discretion of the Engineer. FAA Standard Specifications - 23 Oki • e CdA ATED L m J ROCK nrtnfVRJE •■ r TABLE 5. BASE TEMPERATURE LIMITATIONS - •I Mat Thickness Base Temperature (Minimum) 'F 3 in. (7.5 cm) or greater 40 • 2 inch to 3 inch 45 401-4.2 BITUMINOUS MIXING PLANT. Plants used for the preparation of bituminous mixtures shall conform to the requirements of ASTM D995 with the • following changes: (a) Requirements for All Plants. (1) Truck scales. The bituminous mixture shall be weighed on approved scales furnished by the Contractor, or on public scales at the • Contractor's expense. Such scales shall be inspected and sealed as often as the Engineer deems necessary to assure their accuracy. Scales shall conform to the requirements of Section 90. (2) Testing Laboratory. The Contractor or producer shall provide laboratory facilities 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. (3) Inspection of plant. The Engineer, or his authorized • representative, shall have access, at all times, to all parts of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weight, proportions, and character of materials; and checking the temperatures maintained in the preparation of the mixtures. (4) Storage bins and surge bins. Paragraph 3.9 of ASTM 0995 is • deleted. Instead, the following applies. 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 period of time not to exceed 3 hours, (b) The bituminous mixture may be stored in insulated storage • bins- for a period of time not to exceed 24 hours, provided an inert gas atmosphere is maintained in the bin during the storage period. FAA Standard Specifications - 24 J IJL� pRATED '•�I p[. •u0•IYn II C II II 1 � The bins shall be such that mix drawn from them meets the same requirements as mix loaded directly into trucks " If the Engineer determines that there is an excessive amount of heat loss, segregation, or oxidation of the mixture due to temporary storage, no overnight storage will be allowed. .401-4.3 HAULING EQUIPMENT. Trucks used for hauling bituminous mixtures shall have tight,,,clean, smooth metal beds. To prevent the mixture from adhering to them, the truck 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, to ensure that the mixture will be delivered to the site at the specified • temperature;. truck beds shall be insulated and covers shall be securely • fastened. 401-4.4 BITUMINOUS. PAVERS. Bituminous pavers shall, be self-contained, power -propelled units with an activated screed or strike -off assembly, heated if necessary, and shall be capable of spreading and finishing courses of bituminous plant mix material which will meet the specified thickness, smoothness,) and grade. Pavers, used for shoulders and 'similar construction • shall be capable of spreading and •finishing courses .of bituminous plant mix' • material.inlwidths shown on the Plans. , it The paver shall have a receiving hopper of sufficient capacity to permit a uniform spreading operation.' The hopper shall be equipped with a distribution system to place the mixture uniformly in front of the screed. The screed or strike -off assembly shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, or gouging the mixture. The paver shall be capable of operating at forward speeds consistent with • satisfactory laying of the mixture. • If an automatic grade control device is used, the paver shall be equipped with a control system capable of automatically, maintaining the .specified screed elevation. :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 transverse slope controller shall be capable of maintaining 'the screed at the desired slope within plus or minus 0.1 percent. The controls shall be capable of working in conjunction with any of the • following attachments:: -(a) Ski -type device of not less than 30 feet in length or as directed by the Engineer. El 'ii FAA Standard Specifications - 25 •L.�L� I ATED ,. •I: III eor, •p(iTEVLLiE 7 r I L (b) Taut stringline (wire) set to grade. (c) Short ski or shoe. SI 401-4.5 ROLLERS. Rollers may be of the vibratory, steel wheel, or pneumatic -tired type. They shall be in good condition, capable of 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 while it is still in a workable condition. The use of equipment which causes excessive crushing of the aggregate will not be permitted. 401-4.6 PREPARATION OF BITUMINOUS MATERIAL. The bituminous material shall be heated 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 325 degrees F. 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 weighed or metered and introduced into the mixer in the amount specified by the job mix formula. The combined materials shall be mixed until the aggregate obtains a uniform coating of bitumen and is throughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mixture. It shall be established by the Contractor, based on the procedure for determining the percentage of coated particles described in ASTM D2489, and approved by the Engineer for each individual plant and for each type of aggregate used. The minimum mixing time shall be coated particles. 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. The moisture content of the mix shall not exceed 1.0 percent. 401-4.9 TRANSPORTING, SPREADING, AND FINISHING. The mixture shall be S 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. FAA Standard Specifications - 26 • L�L� CO RATED .' 111.«. fbE'TIvLt[ C r Hauling over freshly placed ;material.shall:not be permitted until the material has been compacted, as specified, and allowed to 'cool to atmospheric • temperature. IrnuiediatelyL before placing the bituminous mixture, the underlying course shall be cleared of all debris with power blowers, power brooms, or hand brooms as directed. • The mix shall •be placed at a temperature of not less than 250 degrees F when asphalt cement is used. Upon arrival, the mixture shall be spread to the full width by an approved bituminous paver. It shall be struck off in a uniform layer of such depth that, when the work is completed, it shall have the required thickness and shall conform to the grade and contour indicated. The speed of the paver shall be regulated to eliminate pulling and tearing of the bituminous mat. Unless otherwise directed, placement of the mixture shall begin along the centerline. of 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, except where edge lanes require less width 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 S thoroughly and uniformly compacted with rolling. The surface shall be rolled when the mixture has attained sufficient stability so that the rolling does not cause, undue displacement, tracking or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor. 1. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture. Any displacement occurring as a result of reversing the direction of the roller, or from any other cause, shall be corrected at once by rakes and fresh mixture. Sufficient rollers shall be' furnished to handle the output of the plant. I. Rolling shall continue until all roller marks are eliminated, the surface is. of uniform 'texture and true to grade and cross section, and the required field density is obtained. To prevent -adhesion of the mixture to the roller, the wheels shall be kept • properly moistened, but excessive water will not be permitted. FAA Standard Specifications - 27 L J • ;I M" aR R'SA1reo �: untf vq. [n E:.EVM1iE r - •I In areas not accessible to the roller, the mixture shall be thoroughly compacted with hot hand tampers. 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 ACCEPTANCE SAMPLING AND TESTING OF BITUMINOUS MIXTURE (DENSITY). Pavement density will be determined by comparing the density of cores taken from the compacted pavement to the density of laboratory -compacted specimens. (a) Lot Sizes. The pavement will be accepted for density on a lot basis. A lot will consist of 500 tons. (b) Laboratory Density. Bituminous mixture for laboratory -compacted specimens shall be sampled on a lot basis from trucks delivering material to the job site. The lot size shall be the same as indicated in paragraph 401.4.12(a) and shall be divided into four equal sublots. One sample shall be taken from each sublot on a random basis, in accordance with procedures contained in ASTM D3665. One laboratory compacted specimen shall be prepared from each sublot. The specimens shall be compacted in accordance with ASTM 01559, Section 3.5, except that the temperature immediately prior to compaction shall be 250 degrees F± 5 degrees (120 degrees C± 3 degrees). The sample of bituminous mixture can be placed in an oven for not more than 30 minutes to maintain the heat, but it shall not be reheated if it cools below 250 degrees F (120 degrees C) before use. The density of each specimen shall be determined in accordance with ASTM D2726 or D1188, whichever is applicable. C7 FAA Standard Specifications - 28 % ©RATED . •.Lna<. r. O'4vpkt L r i I* (c) Core Density. Cores for determining'F`the density of the compacted pavement shall be taken on a lot basis. The lot size shall be the same as indicated in paragraph 401.4.12(a) and• shall be divided into four equal sublots. .One core shall be taken from each sublot on a random basis in accordance with procedures contained1nAppendix C of the Asphalt Institute's Specification Series No. 1, latest edition. The cores shall be taken in accordance with the requirements of paragraph 401.4.14. The density of each core shall be determined in accordance with ASTM D2726 or 01188, whichever is applicable. (d) Pavement Density. The target density (percent compaction) of each lot in -plate pavement shall be 98 percent of the average density of the laboratory -prepared specimens. The pavement density shall be determined by dividing the core density of each sublot by the average density of the laboratory -prepared specimens. (e) Acceptance Criteria. course or bituminous surface material within a specification. standard statistical techniques (n) and the Quality Index (Q) following formula: Acceptance of each lot of bituminous base course shall be based on the percentage of limits (PWL). The PWL is determined using and involves the number of tests in each lot The QUality Index is calculated from the 1 Q=X-L •R 11 ;i Where:' Q Quality = Index X = average of pavement densities (percent compaction) L = lower specification limit • (96.7 percent) 3 R = Range = difference between the hi hest and lowest avement densities 9 P (percent compaction) The PWL shall be determined, from Table 6, using the number of tests (n) and the Quality'Index (Q). Each lot of; bituminous mix shall be accepted for density when the PWL equals or exceeds 90 percent. Each lot not meeting the 90 percent PWL requirement will be accepted at an adjusted contract unit price in accordance with Table 7. FAA Standard Specifications - 29 J I COR ORATED LIPLF POCK [.VCREVILI€ r TABLE 6. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN TOLERANCE LIMITS - Percent Positive Values of Q Within Limits n=3 n=4 n=5 n=6 • 99 .5895 .6574 .6642 .6611 98 .5879 .6440 .6387 .6264 97 .5863 .6307 .6166 .5983 96 .5847 .6173 .5966 .5744 • 95 .5830 .6039 .5777 .5530 94 .5814 .5905 .5600 .5330 93 .5797 .5771 .5431 .5143 92 .5762 .5638 .5267 .4968 91 .5219 .5504 .5108 .4800 • 90 .5677 .5370 .4955 .4640 89 .5621 .5236 .4808 .4485 88 .5564 .5101 .4657 .4337 87 .5499 .4967 .4514 .4191 86 .5432 .4833 .4373 .4050 • 85 .5355 .4699 .4234 .3913 84 .5275 .4565 .4097 .3778 83 .5189 .4431 .3962 .3647 82 .5098 .4297 .3829 .3517 81 .5001 .4162 .3697 .3391 • 80 .4889 .4028 .3567 .3266 79 .4791 .3894 .3438 .3144 78 .4679 .3760 .3311 .3023 77 .4560 .3526 .3184 .2902 76 .3492 .3059 .2785 75 .4439 .4311 .3358 .2935 .2669 • 74 .4179 .3223 .2811 .2554 73 .4041 .3088 .2689 .2440 72 .3901 .2954 .2567 .2327 71 .3754 .2820 .2446 .2215 70 .3604 .2685 .2325 .2104 Continued - • FAA Standard Specifications - 30 L J L�L� MCO HATED • F'IFF .CC4 ca EltFV¢\f • Percent Positive Values of Q Within Limits n=3 n=4 n=5 69 .3450 .2551 .2206 68 .3293 .2417 .2086 67 .3131 .2283 .1968 66 .2965 .2149 .1835 65 .2798 .2015 .1732 64 .2625. .1881 .1614 • 63 .2451 .1747 .1497 62 .2274 .1611 .1382 61 .2093 .1477 .1265 60 .1911 .1343 .•1149 55 .0970 .0672 .0573 • 50 .0000 .0000 .0000 All negative Ii values of Q will result in a PWL•below 65 percent. • TABLE 7. PRICE ADJUSTMENT SCHEDULE n=6 .1995 .1884 .1777 .1668 .1562 .1455 .1349 .1243 .1139 .1034 .0515 .0000 Percentage of Material Above Percent Contract the Specification Limit (PWL) Unit Price to be Paid 90-100 100 80-90 0.5 PWL + 55.0 65-80 2.0 PWL - 6.50 Below 65 1/ 1/ The lot shall be removed and replaced. However, the Engineer may decide to accept the deficient lot. In that case, if the Engineer and Contractor agree in writing, that lot shall not be removed, and it will be paid for at 50 percent of the contract price. FAA Standard Specifications - 31 p. L� OATED tl.• unu ooc ' nr[npmui • 401-4.13 SURFACE TESTS. Tests for conformity with the specified crown and grade shall be made by the Contractor immediately after initial compaction. Any variation shall be corrected by the removal or addition of materials and • by continuous rolling. The finishes surface shall not vary more than 3/8 -inch for the base course nor more than 1/4 -inch for the surface course when tested with a 16 -foot (4.8m) straightedge applied parallel with, or at right angles to, the centerline. • After the completion of final rolling, the smoothness of the course shall be tested by the Engineer; 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 (12.70 mm). The Contractor shall correct pavement ares varying in excess of this amount of paving and replacing the defective work. Skin patching will not be permitted. • 401-4.14 SAMPLING PAVEMENT. Core samples for determination of the density of completed pavements shall be obtained by the Contractor at no extra cost. The size, number, and locations of the samples will be as directed by the Engineer. Samples shall be neatly cut with a saw, core drill, or other approved equipment. The Contractor shall furnish all tools, labor, and materials for cutting samples and replacing pavement. • All tests necessary to determine conformance with requirements specified in this item will be performed by the Engineer without cost to the Contractor. 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. L. BASIS FOR PAYMENT 401-6.1 Payment for an accepted bituminous concrete pavement shall be made at the full or adjusted contract unit price per ton. The price shall be full compensation for furnishing all materials, for all preparation, mixing, and FAA Standard Specifications - 32 • • l�L�CO • TED ..'l1.Ctr •uF1'FPuf placing of'; these materials;,;.. and. for all ,labor, equipment, tools, and .incidentals°necessary to complete the item. (a) Basis of Adjusted Payment. Table 7 shall be used to determine the adjusted contract price for a lot of material when the results of the pavement density tests for that lot indicate that the percentage of material above the specification limit is less than 90 percent. • (b) Payment. Payment will be made under: Bid Item No. 11, Bituminous Base Course, per ton Bid Item No. 12, Bituminous Surface Course,. per ton i • FAA Standard Specifications - 33 n fl ROE, .e[rTFVLLIE P-602 BITUMINOUS PRIME COAT DESCRIPTION 602-1.1 This item shall consist of an application of bituminous material on the prepared base course in accordance with this Specification applied at the rate specified by the Engineer. The type of bituminous material to be used shall be selected by the Engineer from those included in this Specification, dependent upon season of application and local availability. 602-1.2 QUANTITIES OF BITUMINOUS MATERIAL. The approximate amount of bituminous material per square yard for the prime coat shall be 0.20 to 0.30 gallons per square yard. MATERIALS 602-2.1 BITUMINOUS MATERIAL. The types, grades, controlling Specifications, and application temperatures for the bituminous materials are given hereafter. The Engineer shall designate the specific material to be used. Application Type and Grade Specification Temperatures Liquid Asphalt RC-70/MC-70/SC-70 AASHTO M 81/M -82/M141 120°-160° F. RC-250/MC-250/SC-250 AASHTO M81/M-82/M141 160°-200° F. Tar RT-2 AASHTO M52 60°-150° F. RT-3 AASHTO M52 800-120° F. FAA Standard Specifications - 34 L 114 r CONSTRUCTION. METHODS u - 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 hot 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 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 inchand 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,lthe 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 surfacejshall 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 reports for each carload, or equivalent, of bituminous material shipped to the project. The report shall be deliveredto the Engineer before permission is granted for use of the FAA Standard Specifications = 35 CMcc LLLL55 L`LLiiIIryry �. I� ® Ery OINK ERICED J"LF npik N 41p IrypF •I qN material. The furnishing of the vendor's certified test report for the bituminous material shall not be interpreted as basis for final acceptance. All such test reports shall be subject to verification by testing samples of materials received for use on the project. 602-3.5 FREIGHT AND WEIGH BILLS. Before Contractor shall file with the Engineer bituminous materials actually used in Contract. The Contractor shall not rei storage tank until the initial outage and taken by the Engineer, nor shall the tank has been taken by the Engineer. the final estimate is allowed, the certified weight tickets for the the construction covered by the nove bituminous material from the temperature measurements have been be released until the final outage 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. Temperature and volume measurements of the holding tank(s) shall be taken, or verified, by the Engineer before and after each priming operation. 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 FAA Standard Specifications - 36 J •1 •I •I •1 •I •1 • C Cl RATED : yucca .ven[nuf Cl P-603 BITUMINOUS TACK COAT • DESCRIPTION 603-1.1 This item shall consist of preparing and treating a bituminous surface material in accordance with this Specification applied at the rate specified by the Engineer. The type of bituminous material to be used shall •, be selected by the Engineer from those included in this Specification, dependent upon season of application and.local availability. • 603-1.2 QUANTITIES OF BITUMINOUS MATERIAL. The approximate amount of bituminous material per square yard for the tack coat shall be 0.05 to 0.15 • • • • gallons per; square yard. MATERIALS 603-2.1 BITUMINOUS MATERIAL: The types, grades,- controlling Specifications, and application temperatures for the. bituminous materials are given hereafter. The Engineer.shall designate the specific material to be used. Type and Grade Emulsified Asphalt SS -1, SS -1h' CSS-1, CSS-Ih Cutback Asphalt RC -70 •Specification ASTM D977 ASTM D2397 ASTM D2028 Application Temperatures 75-1300 F. 75-1300 F. 120-1600 II p II - • CONSTRUCTION METHODS 603-3.1 WEATHER LIMITATIONS. The tack 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 600F., and when the weather is not foggy or rainy. The temperature • requirements may be waived, but only when so directed by the Engineer. 603-3.2 EQUIPMENT. The equipment used by the Contractor shall include a self -powered pressure bituminous material distributor and equipment for heating bituminous material. FAA Standard Specifications - 37 ® cap AIED Ij u'rt[+D[+ . r[Trf VRtE •I r 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 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. A power broom and/or blower shall be provided for any required cleaning of the surface to be treated. 603-3.3 APPLICATION OF BITUMINOUS MATERIAL. Immediately before applying the tack coat, the full width of the surface to be treated shall be swept with a power broom or airblast to remove all loose dirt and other objectionable material. The application of the bituminous tack material shall be made by means of a pressure distributor at the temperature, pressure, and in the amounts approved by the Engineer. Following the application, the surface shall be allowed to cure without being disturbed for such period of time as may be necessary to permit drying out and setting of the tack coat. 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. 603-3.4 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 603-3.5 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 FAA Standard Specifications - 38 •I •1 •1 •1 •1 7 •1 C • L►I� 4 ` 1REED .Ai .Ic. u.n.ev!u1 • I r 1 . 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: — METHOD OF MEASUREMENT II 603-4.1 Th'e bituminous tack 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. Temperature and volume measurements of the holding tank(s) shall be taken, or verified, by the Engineer before and after each priming operation. BASIS OF PAYMENT 603-5.1 Payment shall be made at the contract unit price per gallon for bituminous tack 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. 10 Bituminous Tack Coat, per gallon I. • El • FAA Standard Specifications - 39 �� EC LE 5N • !I L.�� IN OP ATED -, J[:t I ROCK •YE RSNpf r 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 1}" 100 1" 90-100 1" 25-60 #4 0-10 FAA Standard Specifications - 40 J l� CO RATED „11600[. 110T.1WU[ • 610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of AASHTO M 6. • The fine aggregate shall be well graded from fine to coarse and shall meet the following grading requirements, when tested in accordance with AASHTO T 27: . n • Sieve designation Percentage by weight (square openings) passing sieves 3/8 inch 100 No. 4 95-100 • A No. 16 45-80 No. 30 25-55 No. 50 10-30 No. 100 2-10 • Blending will be permitted, if necessary, in order to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage • of material' passing the No. 50 mesh sieve may. be accepted, provided that such deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementitious materials other than portland cement, as specified in 610-2.6 on admixtures,in sufficient quantity to produce the required workability as • approved by'the Engineer. 610-2.4 CEMENT., The cement used shall be portland cement conforming to the requirements of the type specified: (a) Portland cement---------------------------AASHTO M 85 • (b) Air.entraining portland cement------------AASHTO M 134 610-2.5 WATER. The water used in concrete shall be free from sewage, oil, acid, strong alkalies, vegetable matter, and clay and loam. If the water is of questionable quality, it shall be tested in accordance with AASHTO T 26. 610-2.6 ADMIXTURES. The use of any material added to the concrete mix shall • be approved.by 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. • FAA Standard Specifications - 41 1� �G IF�LE SNp • I� ( PO nTED •• J:g10001 •s.F T,tvu1 J •I Ii 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 -control C 494, Type A, water-rec Water -reducing admixtures air -entraining admixtures instructions. ling admixtures shall meet the requirements of ASTM lucing or Type D, water -reducing and retarding. shall be added at the mixer separately from in accordance with the manufacturer's printed 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 11144. 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. FAA Standard Specifications - 42 C • 1.4 E C C (1t84%` "T8 Eo .d .0:, f.Iff.fPUf LA • ' r Concrete Proportions • (Materials for one cubic yard of concrete) Weight in pounds dry aggregate I Cement Net water Type of jj content. content Slump coarse 1 (min. (max. Fine Total range I.• 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.9 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 minimum strength for the concrete shall be 3500 psi -at 28 day. • 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, 2.701. 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 ishall 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. ii Yield test.,ii.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 T85. When an airentrai.ning 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 ;r FAA Standard Specifications - 43 I COOP b ATEO II Lp IV ROCK AYf:LENYE • I air. To keep the cement factor specified at the correct i the fine aggregate shall be reduced, as directed by reduction in the fine aggregate shall be determined specified. Under average conditions the reduction of the 3% of the total weight of the fine and coarse aggregate. the concrete shall be between 3 and 6%, by volume. imount, the weight of the Engineer. The by yield tests as • sand should be about The air content of 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. FAA Standard Specifications - 44 L J •1 ?A ri*W8 RATED .. 11 .p[. iA TTE!L,I U i ; 1 610-3.8 FORMS. Concrete -.shall not be placed until all the forms and reinforcements have been inspected and approved by the Engineer. Forms shall • be of suitable material and shall .be.of the type, size, shape, quality, and strength to. build the structure as designed on the Plans. The forms shall be true to line and grade and shall be mortar -tight and sufficiently rigid to prevent displacement and sagging between supports. The Contractor shall bear responsibility for their adequacy. The surfaces of forms shall be smooth and free from irregularities, dents', sags, and holes. • The internal ties shall be arranged so that, when the forms are removed, no metal will show in the concrete surface or discolor the surface when exposed to weathering. All forms shall be wetted with water or with a nonstaining mineral oil which shall be applied shortly before the concrete is placed. Forms shall, be constructed so that they can be removed without injuring the • concrete or concrete• surface. The forms shall not be removed before the expiration of at least 30 hours from vertical faces, walls, and similar structures;; forms supported by falsework under slabs, beams, and similar construction shall not be removed until tests indicate that at least 60% of the design strength of the concrete has developed. • 610-3.9 PLACING REINFORCEMENT. All.reinforcement shall be accurately placed, • as shown on the Plans, and shall be firmly held in position during concreting. Bars shall be fastened together at intersections. The reinforcement shall be supported b' approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. • 610-3.10 EMBEDDED ITEMS. Before placing concrete; any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil, or any foreign matter.The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. 610-3.11 PLACING CONCRETE. All concrete shall be placed during daylight, unless otherwise approved. _The concrete shall not be placed until the depth and character of foundation, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than 1 hour after water has been added to the mix. The method and manner of placing shall be such to • avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than r5 feet, or depositing a large quantity at one point, swill not be permitted. Concrete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. • The, concrete shall be compacted with suitable mechanical vibrators operating. within the concrete. When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The .vibration at any joint shall be of sufficient duration to FAA Standard Specifications - 45 • �N N II c�oA nrAT ED urgle0(a •.!ffFVrtlf C r I 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 been removed shall be immediately removed and replaced. deficient, or if the surface of the concrete is bulc honeycomb, which in the opinion of the Engineer satisfactorily, the entire section shall be removed expense of the Contractor. after the forms have If any dimensions are ed, uneven, or shows cannot be repaired and replaced at the 610-3.15 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, free from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be struck -off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand -cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. When directed, the surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a rubbing machine. 610-3.16 CURING AND PROTECTION. All concrete shall be properly cured and protected by the contractor. The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by covering with an approved material. Water -absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from- being exposed to currents of air. Where wooden forms are used, they shall be kept wet at all times until removed to prevent the opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed. FAA Standard Specifications - 46 J • • •1 •1 •1 •1 •I C P•RATED ..1I.cc. pgTRVLLI C L r 610-3.17 DRAINS OR DUCTS. Drainage pipes'; conduits, and ducts that are to be encased in concrete shall be'instal,led by the Contractor before the concrete • is placed. :The pipe shall be held rigidly moved during the placing of the concrete. 610- 3.18 COLD WEATHERS PROTECTION. When below 40°F., the Contractor shall provide protect the mix from injury by freezing. • shall be heated in order to place the conct 100°F. so that it will not be displaced or concrete is placed at temperatures satisfactory methods and means to The aggregates, or water, or both, •ete at temperatures between 50° and 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. - • FAA Standard Specifications - 47 •i C R 4TE0 Roc. rurt[FV n{F C P-620 TAXIWAY STRIPING DESCRIPTION 620-1.1 This item shall consist of the painting of a yellow taxiway centerline stripes and holding line on the surface of taxiways applied in accordance with these Specifications and at the locations shown on the Plans, or as directed by the Engineer. MATERIALS 620-2.1 PAINT. Paint shall meet the requirements of Federal Specification TT -P-1952. 620-2.2 REFLECTIVE MEDIA. Glass spheres shall meet the requirements of Federal Specification TT -B-1325, Type III. CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry, when the atmospheric temperature is above 45 degrees F, and when the weather is not foggy or windy. •1 620-3.2 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 • I previously applied markings are available to serve as a guide, the proposed markings shall be laid out in advance of the paint application. FAA Standard Specifications - 48 L LJI� RATED 1111 PpP Ibfr1.NOl it • II 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 feet1per gallon. The addition of thinner will not be permitted. - • A period of 48 hours shall elapse between placement of a bituminous surface course or seal coat and application of the paint. 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. J 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. • II 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. ! ii METHOD OF MEASUREMENT • • 620-4.1 The quantity of taxiway' markings to be paid :for shall be one the completed item in place performed in accordance with the Specifications. and accepted by.: the Owner and Engineer. BASIS OF PAYMENT • 620-5.1 Payment shall be made at the contract lump sum for taxiway stripping. :-This price shall .be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. = HI.. • Payment will be made under: -Bid Item No. 35 Taxiway Striping, (lump sum). A FAA Standard Specifications - 49 i l� INu BATED •Jl\F IGC. I ..[R[VR1l •n I D-701 701-1.1 This item shal dimensions ons required on designated on the Plans these Specifications and PIPE FOR STORM SEWERS AND CULVERTS DESCRIPTION consist of pipe of the types, classes, sizes, and the Plans, furnished and installed at the places and profiles, or by the Engineer, in accordance with • with the lines and grades given on the Plans. The item shall include the bid price per linear foot of pipe in place, the cost of common excavation and backfill, the cost of furnishing and installing all trench bracing, all fittings required to complete the pipe drain as shown on the Plans, and the material for and the making of all joints, including all connections to drainage pipe and structures. MATERIALS 701-2.1 GENERAL. The pipe shall be of the size and type called for on the Plans and in the Proposal and shall be in accordance with the following appropriate requirements. 701-2.2 REINFORCED CONCRETE PIPE. Reinforced concrete pipe shall conform to the requirements of AASHTO M 170 or ASTM C-76. Circular pipe shall be Class III, Wall B. • 701-2.3 RUBBER GASKET JOINTS. Rubber -type gaskets for concrete nonpressure pipe shall conform to the requirements of ASTM C-443. Since the gaskets may be exposed to petroleum products, a swelling test based on Methods 6001 and 6211 of Fed. Std. 601 shall be used. When the latter method is used with No. 3 oil for 70 hours at 212° F., the swelling shall not exceed 100%, by volume. (Gaskets shall meet the low -temperature flexibility requirements of Fed. Spec. HH-G-156). 701-3.1 EQUIPMENT. All equipment necessary and required for the proper construction of storm sewers and culverts shall be on the project, in first-class working condition, and approved by the Engineer before construction is permitted to start. The Contractor shall provide appropriate hoisting equipment to handle the pipe while unloading and placing it in its final position without damage to the pipe. • The Contractor shall provide hand tampers and pneumatic tampers to obtain the required compaction of the pipe bed and the backfill, as specified. FAA Standard Specifications - 50 J n JL� RN • RATED CONSTRUCTION METHODS • 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 disposed of by the Contractor, as directed•by the Engineer. Common excavation shall not be carried below the required depth; but when it is, the trench shall be backfilled atthe 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, and compact the crushed stone material below future paved surfaces to the density as determined for Crushed Aggregate Base in Section P-209. When directed, unstable soil shall be removed for the full width of the trench • and replaced with sand or with approved granular material. The Engineer shall determine the depth of removal of' unstable soil and the amount of backfill necessary. ;The backfill shall be compacted and shaped to a firm but slightly yielding condition to form the bed for the pipe. When not specified in the Special Provisions, the cost of removing unstable soil and replacing it with approved material shall be covered by a supplemental agreement for the cubic • yards of excavation and of approved material. The depth of cut shown on the Plans is from the surface grade to the invert of the pipeline. 'In case the depth of cut is changed from that shown on. the Plans, the change shall not exceed 6 inches without a revision in the Contract unit price per linear foot of pipe. However, if the depth of cut is changed e, 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 • . FAA Standard Specifications - 51 C.. • Od TIEEL n'i[f PCP 9LYE I*MLLE •I r .2 Engineer to prevent overloading of the pipe during backfilling operations. The cost of the bracing, sheathing, or shoring, and the removal of same, shall be included in the unit price bid per foot for the pipe. - � 701-3.4 LAYING AND INSTALLING PIPE (a) Concrete Pipe. The contractor shall provide the necessary mason's lines and supports to insure installation of the pipe to line and grade. The Contractor's facilities for lowering the pipe into the trench shall be such that neither the pipe nor the trench will be damaged or disturbed. The Engineer shall inspect all pipe before it is laid, and reject any section that is damaged by handling or is defective to a degree which will materially affect the function and service of the pipe. The laying of the pipe in the finished trench shall be started at the lowest point and laid upgrade. The tongue and groove pipe shall be laid with the grooved end laid upgrade. The pipe shall be firmly and accurately set to line and grade so that the invert will be smooth and uniform. The pipe shall be protected from water during placing. When bell and spigot pipes are used, spaces for the pipe bells shall be dug in the pipe subgrade to accommodate the bells. These spaces shall be deep enough to insure that the bells do not bear the load of the pipe; they shall not be excessively wide in relation to the longitudinal direction of the trench. When the pipes are laid, the barrel of each section of pipe shall be in contact with the quadrant -shaped bedding throughout its full length, exclusive of.the bell, to support the entire load of the pipe. Pipe shall not be laid on frozen ground. Pipe which is not true in alignment, or which shows any settlement after laying, shall be taken up and relaid without extra compensation. The Contractor shall provide, as may be necessary, for the temporary diversion of stream flow in order to permit the installation of the pipe under dry conditions. 701-3.6 PIPE JOINTS. Pipe joints for concrete pipe shall be the bell and spigot type or the tongue and groove type unless one type is specified by the Engineer. The following method of jointing pipe shall be used: (a) Rubber Gasket Joints. The gasket shall with the manufacturer's instructions. 701-3.7 BACKFILLING. All trenches and excavation a reasonable time after the pipes are installed, the pipe is directed. Except where the pipe is be installed in accordance s shall be backfilled within unless other protection of placed under a the roadway FAA Standard Specifications - 52 J 7 C l> & RATED o T.f.cf. PbFnEVuf fl H. 1 6 section, the backfill material shall be the same as excavated from the trench. Material which is placed atl'the sides of thepipe and 1 foot over the top • shall be material which can be readily compacted. It shall not contain stones retained on a 3 -inch sieve, frozen lumps, chunks of highly plastic clay, or • any other material which objectionable to the Engineer. The material shall be moistened or dried., if necessary to be compacted by the method in use. Backfill material shall be approved by the Engineer. Under future pavement sections, all backfill material shall be crushed stone 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.;, - O1 3.8 CONNECTIONS. Where the Plans call for connections to existing or 701-3.8 proposed structures, these connections shall be watertight and made so that a smooth uniform flow line will be obtained throughout the drainage system. 701-3.9 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish. Surplus dirt may be deposited as ordered by the Engineer. After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear, and in good condition. Performance:of the work described in this section is not payable directly but shall be considered as a subsidiary obligation of the Contractor covered under the Contract unit price for the pipe.. 701-3.10 OBSERVATION. Prior to final approval of the drainage system, the Engineer, accompanied by the Contractor's representative, shall make a thorough observation, by•an appropriate method, of the entire installation. •. Any indication of defects in material or workmanship, or obstruction to flow. in the pipe system, shall be further investigated and corrected. Defects due to .the Contractor's negligence shall be corrected by the Contractor without additional compensation and as directed by the Engineer. ;: FAA Standard Specifications - 53 l ,• uMrCkFLLNR EU U nIIPOCK V.r(RfVCtf METHOD OF MEASUREMENT 701-4.1 The footage of pipe to be paid for shall be the number of pipe in place, completed, and approved to be measured along of the pipe from end or inside face of structure to the end or structure, whichever is applicable. The several classes, ty shall be measured separately. All fittings shall be included as typical pipe sections in the pipeline being measured. BASIS OF PAYMENT of linear feet the centerline inside face of pes, and sizes in the footage • 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 crushed aggregate 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. 14 (18) inch (Reinforced Concrete Pipe), per linear foot. FAA Standard Specifications - 54 J •1 U •1 SI [7 •1 © 1 pW ATED . nq..a. s.gnfnuI U • D-751 STORM INLETS i..- DESCRIPTION I 751-1.1 This item shall consist of storm inlet(s); in. accordance with these Specifications, at the specified locations) and conforming to the line(s), grade(s), and dimensions shown on the Plans or. required by the Engineer. MATERIALS li 751-2.3 CONCRETE. 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. 751-2.6 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. All castings or structural 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 J for access to the structure. All castings shall be thoroughly cleaned and given two coats of approved bituminous u paint. After fabrication, structural steel units shall be galvanized to meet the requirements of AASHTO M 111. CONSTRUCTION METHODS Ij 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 FAA Standard Specifications - 55 J LPL® 01� CeTTED 11 \liILF FOCI I'IFIt(vlth E •1 r 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. 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. (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 S 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. 751-3.6 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, unless otherwise directed. For concrete or brick structures, the mortar shall be placed around these pipes so as to form a tight, neat connection. A flexible joint shall be provided within one foot of the outside of the wall. ie FAA Standard Specifications - 56 L J © €dRSRATED LA 0 V v f r 751-3.7 PLACEMENT AND TREATMENT OF CASTINGS,. FRAMES, AND FITTINGS. All castings, frames, and fittings shall be placed•in the positions indicated on S. 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. I After the frames or fittings have been set in final position and the concrete b has been allowed to harden for 7 days, then the grates or covers shall be placed and fastened down. 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, and as determined ';by FAA compaction control tests T 611. Each layer shall be deposited all around the structure to approximately the same elevation. The top of the Sill 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 f 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 utilized on site if approved by the Engineer. After all work is completed, the Contractor shall remove all tools and equipment,`,.leaving the entire site free, clear, and in good condition. METHOD OF MEASUREMENT 751-4.1 Grate inlets shall be measured by the unit. 2 FAA Standard Specifications - 57 oRATED '- - n.nuoc. =.rt rtvvwF ♦■ r BASIS OF PAYMENT 751-5.1 The accepted number of storm inlets 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 concrete, reinforcement steel, gratings, frames, etc.) 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. 15 Grate Inlets, per each. •1 •I •1 •I • PA Standard Specifications - 58 a `1ATED •0 T-901 SEEDING I DESCRIPTION 901-1.1 This item shall consist of seeding and fertilizing the areas shown on the Plans .or as directed by the Engineer, in accordance with these • Specifications. MATERIALS 901-2.1 SEED. The kinds of grass seed furnished shall be those stipulated hereinafter. Seed shall conform to the requirements of Fed. Spec. JJJ-S-181. Seed shall be furnished separately or in mixtures in standard containers with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The contractor shall furnish the Engineer • duplicate, signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within 6 months of the date of delivery. -This statement shall "include: name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name, percentages of purity and of germination,, and percentage of weed content for each kind of seed furnished, and, in case of a mixture, the proportions of each kind of seed. The seed shall be labeled in accordance with the current rates and regulations of the Arkansas State Plant board and have a minimum of 90% pure seed. and 85% germination; by weight. Seed shall be of the varieties and the amount by weight as follows: - • March 1 - April 30 Variety Bermuda (Common) Hulled Weeping Love Grass Ta11.Fescue (K-31) May 1 - August 31 Pounds Per Acre 15 5. 20 Creeping Red Fescue 15 Bermuda (Common) hulled 15 Fall Fescue (K-31) 15 • FAA Standard Specifications - 59 • uigf ROC.. . INtllrVll l t •■ r September 1 - October 15 Tall Fescue (K-31) 15 Annual Rye 5 Crimson CLover (Dixie) 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; S (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. S 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. CONSTRUCTION METHODS 901-3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been completed and before applying fertilizer, areas to be seeded shall be raked or otherwise cleared of stones larger than 2 inches in any diameter, sticks, stumps, and other debris which might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recently been thoroughly loosened and worked to • FAA Standard Specifications - 60 FATED • E7 a r a depth of,not less than .5 inches as a result o immediately.' prior to seeding, the top 3 inches reasonably ;free from large clods, rocks, large matter and' if sha ed to the re uired rade • P 9 9 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. f grading operations and, if of soil is loose, friable, roots, or other undesirable 901-3.2 DRY APPLICATION METHOD. (a) Fertilizing. Following advance preparations and cleanup, fertilizer shall be uniformly spread at the rate which will provide not less than the minimum quantity required. (b) Seeding. Grass seed shall be sown at the rate specified heretofore immediately,, after fertilizing, and the fertilizer and seed shall be raked within a 2 -inch depth range. When seeding is required at other than the seasons shown on the Plans or in the Special Provisions, a cover crop shall be sown by the; same methods required for a grass. (c) Rolling. After the seed has been properly covered, the seedbed shall be immediately compacted by means of.an approved lawnroller, weighing 40 to 65 pounds per foot of width for clay soil (or any soil having a tendency to pack), and weighing 150 to 200 pounds per foot of width for sandy or light soils. 901-3.4 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved • by' -the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding, as directed. The Contractor shall mow,, water as directed, and otherwise maintain, seeded areas in a satisfactory condition until final inspection and acceptance of the work. • 0, • 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 theseeded area. Any area larger than four (4) square feet not covered by grass at the end of 3 months shall be reseeded at no cost to the Owner. FAA Standard Specifications - 61 WA AGE CuR RATED - u.nE .oc. '..enENue •n r METHOD OF MEASUREMENT •I 901-4.1 The quantity of seeding to be paid for shall be the number of acres measured on the ground surface, completed and accepted. BASIS OF PAYMENT S 901-5.1 The quantity, determined as provided above, will be paid for at the contract unit price per acre, or fraction thereof, for the pay item listed below, which price and payment shall be full compensation for furnishing and placing all material and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item. Payment will be made under: Bid Item No. 17 Seeding and Fertilizing, per acre. FAA Standard Specifications - 62 i *1 C] •I •I •1 • 7U RA RATED I .qi.C[. uryn(P111 • r T-904 SODDING • ii DESCRIPTIONII 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 oras 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 i,dormant during the cold or dry seasons and capable of renewing growthafter 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 i"n 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. ti. 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 FAA Standard Specifications - 63 " ,ltl ROCI &v[flryllkF •1 before starting the various operations that 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. Sodding shall be performed only during the seasons when satisfactory results can be expected. Frozen sod shall not be used and sod shall not be placed upon frozen soil. Sod may be transplanted during periods of drought with the approval of the Engineer, provided the sod bed is watered to moisten the soil to a depth of at least 4 inches immediately prior to laying the sod. • FAA Standard Specifications - 64 L • laL�CORRATED ..n u.m. ...ernn,I 6 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. FAA Standard Specifications - 65 .4 " CdP ATEO 01 904-3.8 REPAIRING. When the surface has become gullied or otherwise damaged during the period covered by this Contract, the affected areas shall be repaired to re-establish the grade and the condition of the soil, as directed by the Engineer, and shall then be resodded as specified in 904-3.5. 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 .1 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. 16 Solid Sod, per square yard. FAA Standard Specifications - 66 J C • r, 40 C ?L�CObRATED ^\I.cc. IUAgnu{ ! T-908 MULCHING 1 4 DESCRIPTION 908-1.1 This item shall consist of furnishing, hauling, placing, and securing mulch on surfaces indicated on the Plans or designated by the Engineer. L� MATERIALS 908-2.1 MULCH MATERIAL. Acceptable mulch shall be the materials listed below or any approved locally available material that is similar to those specified. Low grade, imusty, spoiled, partially rotted hay, straw, or other materials unfit for animal consumption will be acceptable. Mulch materials, which contain matured seed of species which would volunteer and be detrimental to the proposed overseeding, or to surrounding farm land, will not be acceptable. Straw or other mulch material which is fresh and/or excessively brittle, or which is in{such an advanced stage of decompostion as to smother or retard the planted grass, will not be acceptable. (a) Hay. Hay shall be native hay, Sudan grass hay, broomsedge hay, legume hay,or similar hay or grass clippings. (b)' Straw. Straw shall be the threshed plant residue of oats, wheat, j barley, rye, or rice from which grain has been removed. (c) Asphalt Binder. Asphalt binder material shall conform to the requirements of AASHTO M 140, Type SS -1 or RS -1, as appropriate. - J • 908-2.2 INSPECTION. Within 5 days after acceptance of the bid, the Engineer shall be notified of sources and quantities of mulch materials available and the Contractor shall furnish him with representative samples of the materials to be used:' These samples may be used as standards with the approval of the Engineer and any materials brought on the site which do not meet these standards shall be rejected. t i CONSTRUCTION METHODS jY 908-3.1 MULCHING. Before spreading mulch, all large clods, stumps, stones, brush, roots, and other foreign material shall be removed from the area to be mulched. Mulch shall be applied immediately after. seeding. The spreading of the mulch may be by hand methods, blower, or other mechanical methods, provided auniform covering is obtained. Mulch material shall be furnished, hauled, and evenly applied on the area shown on the Plans or designated by the Engineer. Straw or hay shall be I. FAA Standard Specifications - 67 INCOR ORATED ` - uno-son n•[b mvl 0 r spread over the surface to a uniform thickness at the rate of 2 to 3 tons per acre to provide a loose depth of not less than 1 1/2 inches nor more than 3 inches. Other organic material shall be spread at the rate directed by the Engineer. Mulch may be blown on the slopes and the use of cutters in the equipment for this purpose will be permitted to the extent that at least 95% of the mulch in place on the slope shall be 6 inches or more in length. When mulches applied by the blowing method are cut, the loose depth in place shall be not less than 1 inch nor more than 2 inches. 908-3.2 SECURING MULCH. The mulch shall be held in place by asphalt binder, or other adhesive material approved by the Engineer. Where mulches have been secured by either of the asphalt binder methods, it will not be permissible to walk on the slopes after the binder has been applied. The Contractor is warned that in the application of asphalt binder material he must take every precaution to guard against damaging or disfiguring structures or property on or adjacent to the areas worked and that he will be held responsible for any such damage resulting from his operations. 908-3.3 CARE AND REPAIR. (a) The Contractor shall care for the mulched areas until final acceptance of the project. Such care shall consist of providing protection against traffic or other use by placing warning signs, as approved by the Engineer, and erecting any barricades that may be shown on the Plans before or immediately after mulching has been completed on the designated areas. (b) The Contractor shall be required to repair or replace any mulching that is defective or becomes damaged until the project is finally accepted. When, in the judgment of the Engineer, such defects or damages are the result of poor workmanship or failure, to meet the requirements of the Specifications, the cost of the necessary repairs or replacement shall be borne by the Contractor. However, once the Contractor has completed the mulching of any area in accordance with the provisions of the Specifications and to the satisfaction of the Engineer, no additional work at his expense will be required, but subsequent repairs and replacements deemed necessary by the Engineer shall be made by the Contractor and will be paid for as additional or extra work. (c) If the "Asphalt Spray" method is used, all mulched surfaces shall be sprayed with asphalt binder material so that the surface has a uniform appearance. The binder shall be uniformly applied to the mulch at the rate of approximately 8.0 gallons per 1,000 square feet, or as directed by the Engineer, with a minimum of 6.0 gallons and a maximum of 10 gallons per 1,000 square feet depending on the type of mulch and the effectiveness of the binder securing it. Bituminous binder material may be sprayed on the mulched slope areas from either the top or the bottom of the slope. An approved spray nozzle shall be used. The nozzle shall be operated at a distance of not less than 4 feet from the surface of the mulch and uniform distribution of the bituminous material shall be required. A pump or an air compressor of r L4 FAA Standard Specifications - 68 L J Z& 41tJRATED ro.ca •.a name. r adequate capacity shallbe used to insure uniform distribution of the bituminous material. (d) If the "Asphalt Mix" method is used, the mulch shall be applied by blowing, and the asphalt binder material shall be sprayed into the mulch as it leaves the blower. The binder shall be uniformly applied to the mulch at the rate of approximately 8.0 gallons per 1,000 square feet or as directed by the Engineer, with a minimum of 6.0 gallons and a maximum of 10 gallons per 1,000 • square feetdepending, on the type of mulch and the effectiveness of the binder securing it. METHOD OF MEASUREMENT 908-4.1 Mulching shall be considered as subsidiary to Bid Item 17 for Seeding. BASIS OF PAYMENT • 908-5.1 Payment will be made under Bid Item 17, Seeding. This price shall be full compensation for furnishing all materials and for placing and anchoring the materials, and for all labor, equipment, tools, and incidentals necessary to complete.: the item. Ii .4 FAA Standard Specifications - 69 • TIE IOC `. En E n11E j1 - S • r L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS DESCRIPTION 108-1.1 This item shall consist of underground cable 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 trench, duct or conduit. It shall include splicing, cable marking, and testing of the installation and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the engineer. This item shall not include the installation of the duct or conduit. 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 specifications shall be subject certification of compliance with the by the Engineer. materials covered by other referenced to acceptance through manufacturer's applicable specification, when requested 108-2.2 CABLE. Underground cable shall conform to the requirements of Type C manufactured in accordance with the requirements of IPCEA S-66-524. The cable shall be marked with the manufacturer's name or trademark, cable trade names or catalog number, conductor size, and voltage rating. The markings shall be spaced at least every two feet and should not affect the smoothness of the cable surface. 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. FAA Standard Specifications - 70 • •� •I •1 •1 •I •1 r1 • "''p .G(. [. YET lryILLi U r 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, "Scotchca�t" 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 oflicables 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 cable 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 a minimum depth of 36 inches below finished grade. 0, FAA Standard Specifications - 71 ♦! RE POC. ..q: IfvrtLE rLA r The Contractor shall excavate all cable trenches to a width not less than 6 inches. The trench shall be widened where more than two cables are to be installed parallel in the same trench. Unless otherwise specified in the Plans, all cables in the same location and running in the same general direction shall be installed in the same trench. 108-3.4 INSTALLATION IN TRENCHES. The Contractor shall not use a cable plow for installing the cable. Mechanical cable -laying equipment may be 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 by a concrete slab marker, 2 feet square and 4 approximately 1 inch above the surface. Cable markers shall be installed immediately above th each end of the proposed taxiway. The Contractor "CABLE" and "SPLICE" on each cable marking slab. circuits shall be marked inches thick, extending e cable at the splices on shall impress the words The letters shall be FAA Standard Specifications - 72 J r] :] •I •1 •I •1 L Li�`EEo J.a1 .CC. ur}.RV\I. • r approximately 4 inches highland 3 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. 11 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. 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 j 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 "shal.l test and demonstrate to the satisfaction of the Engineer the following: • (a) •That all lighting power circuits are continuous and free from short circuits. s. (b) That all circuits are free from unspecified grounds. (c) That the insulation resistance:to ground of all nongrounded series • circuits isnot 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: • METHOD OF MEASUREMENT I ' 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 FAA Standard Specifications - 73 6 II �J INCDO ATED f.[LE .CC. ;A•ETTEVK IE S r 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 trench, 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 trench shall include trenching, backfill, and all other miscellaneous items associated with a complete installation. Payment will be made under: • Bid Item No. 21 Cable Trench, per linear foot 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. • • FAA Standard Specifications - 74 • • RATED I 'r1fgCu "If"fV'u( r 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 also include the installation of all underground electrical ducts or underground conduits. It shall also include all trenching, backfilling, removal, concrete encasement, mandreling installation of steel drag wires and duct markers, capping, and the testing of the installation as a completed duct system ready for installation of cables, to the satisfaction of the Engineer. That portion of this work located within 200 feet of the runway edge must be performed at night time under "closed airport" conditions. EQUIPMENT AND MATERIALS 110-2.1 GENERAL. All equipment and materials covered by referenced Specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when so requested by the Engineer. • 110-2.2 PLASTIC CONDUIT. Plastic conduit and fittings shall conform to the requirements of Fed. Spec. W -C-1094 and shall be Type I, suitable for underground use either directly in the earth or encased in concrete. 110-2.3 CASING PIPE. The steel casing pipe shall be smooth steel pipe having a minimum 16 -inch diameter with 1/4 -inch minimum wall thickness conforming to • ASTM A53. II 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 3inches 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 FAA Standard Specifications - 75 J MCI FL�N8 urtu PIX. rvETTEvlu! 01 r 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 •I 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 the Plans, the open ends shall be plugged with removable tapered plugs, designed by the duct manufacturers, or with handwood plugs conforming accurately to the shape of the duct and having the larger end of the plug at least 1/4 inch greater in diameter than the duct. All ducts shall be securely fastened in place during construction and progress of the work and shall be plugged to prevent seepage of grout, water, or dirt. Any duct section having a defective joint shall not be installed. All ducts, installed under paved areas shall be encased in a concrete envelope and shall be backfilled with crushed aggregate, Item P-209. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. � Trenches for ducts may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of road patrols or graders shall not be used to excavate the trench. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. 110-3.2 DUCTS ENCASED IN CONCRETE. Unless otherwise shown in the Plans, concrete -encased ducts shall 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 where the ground is soft and boggy. Concrete for backfill shall be proportioned accordingto Section P-610. FAA Standard Specifications - 76 0 L L� PIRATED .1.0(1 •ularl ��uE 0 r 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. 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.'• 110-3.4 BORED CASING. •The bored casing pipe shall be installed at the location and the grades shown on the Plans. The Contractor shall fully satisfy himself that the bored casing will not interfere with. existing storm • drainage or sewer pipes. The Contractor shall have all labor, equipment and materials oh -site prior to beginning the boring. The boring casing shall be installed by boring or jacking the steel encasement pipe under the pavement. Timber or steel guide rails shall be used for any of :these methods. The grade, slope, and alignment of the guiderails shall be carefully set in order to attain the required grade and alignment. Encasement pipe shall be advanced as the hole is opened. The jacked or bored casing shall be continuously weld at joint for a rigid watertight encasement. The conduits shall be pulled or jacked'throu h the casing pipe. Cables 9 P P or jacks shall not be in direct contact with the pipe while pulling or jacking • pipe. A timber or padded' steel member shall be provided for all direct contact. The conduits shall be supported on redwood skids at a' minimum 20 -foot spacing and fastened with 1/2 -inch stainless steel bands. The ends of the casing shall •be sealed with grout plugs around all conduits. The grout plug shall be a minimum of 6 -inches thick and provide a tight seal. The grout shall be proportioned 1 part cement, 5 parts and 7 parts pea gravel (by volume) or equal as approved by the Engineer. The pit adjacent to the taxiway shall be closed at the earliest possible time. At anytime the pit must be left open, suitable barricades, lights and signs shall warn all aircraft of the potential danger. FAA Standard Specifications - 77 L J i.�L�O RATED O^LF MOCK L. Lf PENLLE • r The Contractor shall be fully responsible for settlement or deterioration of the finished highway crossing pavement during the warranty period. 110-3.5 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. 110-3.6 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. 110-3.7 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying and other work shall be restored to its original condition. The restoration shall include any necessary topsoiling, fertilizing, liming, seeding, sprigging, or mulching. All such work shall be performed in accordance with the FAA Standard Turfing Specifications. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. METHOD OF MEASUREMENT 110-4.1 The quantity of underground duct and conduit to be paid for under this item shall be the number of linear feet of each installed, measured in place, completed, and accepted. Separate measurement shall be made for the various types and sizes. FAA Standard Specifications - 78 IM 000 RATED ..IX. a. rl.q V'\u •I •1 •I •I •1 Li t I, 110-4.2. The quantity of 16 inch bored casing and conduit to be paid for under this item shall be the number of linear feet of each installed, measured in place, completed', and accepted. BASIS' OF PAYMENT 110-5.1 Payment will be made at the contract unit price for each type and size of duct and conduit completed and accepted. This price shall be full compensation for furnishing all materials (including SB-2 backfill) and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Concrete for encasement, where required, shall be included in the bid price per linear foot of duct. Payment will be made under: j Bid Item No. 24 2 -Way Underground Electrical Duct, per Linear Foot. Bid Item No. 25 4 -Way Underground Electrical Duct, per Linear Foot. Bid Item No. 26 Single Encased Electrical Duct, per Linear Foot. I. 110-5.2. Payment shall be made at the contract unit price for the 16 inch bored casing and conduit completed and accepted. This price shall be full compensation for furnishing all materials (including SB-2 backfill) and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. • Payment will be made under: Bid Item No. 27 16 -inch Bored Casing with Conduit, per Linear Foot. ' 11 F. I• FAA Standard Specifications - 79 1���lIIGGGN LEI�(y` L� 10 1WARIITEO 5 unu .oa n.e rt[mut II r L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS • DESCRIPTION 125-1.1 This item shall consist of airport lighting systems furnished and installed in accordance with this specification, the referenced specification, 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 • I item are contained in the advisory circulars listed below. 125-1.14 AC 150/5340-15, Taxiway Edge Lighting System. 125-1.15 AC 150/5340-16, Medium Intensity Runway Lighting System. 125-1.16 AC 150/5340-18B, Standards for Airport Sign Systems. 125-1.17 AC 150/5345-44C, Specification for Taxiway and Runway Signs. 125-1.18 AC150/5345-100, Constant Current Regulators. • EQUIPMENT AND MATERIALS 125-2.1 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 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. 125-2.2 TAPE. Rubber and plastic electrical tapes shall be Scotch Electrical • I 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 in accordance with Section P-610. FAA Standard Specifications - 80 • zaA19ED ,'9 F .40 •1prtl PLll • .4. i V • r 125-2.4 CONDUIT. Rigid steel conduit and fittings shall conform to -the requirements of Fed. Spec. WW -C-581. 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 ,40 Crouse -Hinds Company No. ET -43. 125-2.7 REGULATOR. Regulator shall be size 71 kw Type I, Class I, Style I static type indoor constant current regulator manufactured by SEPCO Airport Lighting Division, or approved equal. 125-2.8 TAXIWAY HOLDING SIGN. The taxiway holding signs shall be Type L -858R, Size 1, Style 2, and Class 1. CONSTRUCTION METHODS 125-4.1. The quantity of lights to be paid for under this item shall be the number of uieach, type installed as completed units in place, ready for operation, and accepted by the engineer. BASIS OF PAYMENT - 125-5.1 Payment will be made at the contract unit price for each complete light installed in place by •the contractor and accepted by the engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. I, • Payment will be made under: Bid Item No. 18 Relocation of Runway and ;I Taxiway Lights Bid Item No. 19 Medium Intensity Taxiway Lights Bid Item No. 20 Taxiway Holding Signs • Bid Item No. 31 New Regulator Bid Item No. 32 Relocation of 2 Existing Regulators FEDERAL SPECIFICATIONS REFERENCED IN. ITEM L-125 Number Title WW -C-581 Conduit, Metal, Rigid; and Coupling, Elbow; and Nipple, Electrical Conduit: Zinc -Coated. FAA Standard Specifications - 81 L • �CO��D�4TE0 .1 JItF PMa .FI:.VILI! 4 •n r FAA SPECIFICATIONS REFERENCED IN ITEM L-125 Number Title AC 150/5340-15 Taxiway Lighting System. AC 150/5340-16 Medium Intensity Runway Lighting System. AC 150/5340-18B Standard for Airport Sign Systems. • AC 150/5340-44C Specification for Taxiway and Runway Signs. AC 150/5345-100 Constant Current Regulators. • •I •1 7 •I •1 FAA Standard Specifications - 82 • • SEED 41.M. suftyv!ul r �. ELECTRICAL SERVICE. DESCRIPTION This item shall consist of furnishing and installing a new 200 amp, 240/120 • volt,` single phase electrical service at the Control Building and providing complete lighting and power distribution systems in the Control Building as • shown on the Plans. COORDINATION WITH UTILITY COMPANY The Contractor shall be responsible for coordinating this work with the • utility, SWEPCO. SWEPCO will install the post mounted transformer and the • primary cable in conduit installed by the Contractor. SWEPCO will assess a charge for installation of the primary cable and the Contractor shall pay this charge and all other costs associated with the work. Il. EQUIPMENT AND MATERIALS All materials shall be new and U.L. listed and in accordance with the National Electrical Code. Conduit underground shall be schedule 40 PVC. Conduit above ground shall be rigid galvanized heavy wall steel. Conductors shall be copper with 600 volt THHN/THWN insulation. CONSTRUCTION METHODS All work shall be performed in a neat manner- in accordance with the National Electrical Code. ii METHOD OF MEASUREMENT AND BASIS FOR PAYMENT • This item will be measured and paid for on the basis of the completed system accepted by`the Engineer and the lump sum price bid inthe Proposal. Payment will be made under: Bid Item No. 34 Electrical Service including Lighting, Lump Sum I• FAA Standard Specifications - 83 • - • ® ATED £ unti bt. ;s ttIFauF it o r RADIO CONTROL SYSTEM DESCRIPTION This item shall consist of a complete radio control system for the runway and taxiway lighting systems. It shall include the furnishing and installation of all required equipment and materials as specified herein, shown on the Plans, or required for a complete operable system. EQUIPMENT AND INSTALLATION The equipment specified herein is the INTRAC 2000 system manufactured by Motorola Communications and Electronics, Inc. Should the Bidder desire to propose a system other than that specified, he shall submit full technical data from the manufacturer to the Engineer for review at least five (5) working days prior to the bid opening date. If the Engineer does not provide the Bidder with written approval of a substitute system, then the Bidder shall base his bid on the specified system. No substitutions will be allowed on this item unless specifically approved prior to bidding. The radio control system including required interfacing with lighting regulators shall be installed by the manufacturer or the manufacturer's authorized representative. The equipment manufacturer shall provide the Owner with a full one (1) year warranty covering parts and labor on the total system. The system shall provide remote control of the runway and taxiway lighting systems from two independent controlling points: 1) The existing FAA Flight Service Station (FSS); •I 2) The existing FAA Air Traffic Control Tower (ATCT, temporarily; and 3) The new FAA ATCT. One transmitter shall be installed in each of the existing FAA Buildings and 0 the new ATCT building. The two base stations in the existing FSS and ATCT buildings shall operate using the transmitter and antenna in the FSS building. The new ATCT building shall include the transmitter, antenna and cable from transmitter to base station location in tower console. FAA Standard Specifications - 84 0 L Jj 11€� TED .''J.Op rurnrrn rr • r ml The major components of the system are as follows: Location Major Equipment Items FSS 1'- Base Station L43TRK • 1- Hardware Central Station C1573 1'- Antenna CAD 6000 !• ATCT 1;i- Base Station L43TRK l- Hardware Central Station C1573 1,- Antenna CAD 6000 Control Building 2 - Control Units C1589 • Interfacing Relays as Required 2i1- Antennas CAD 6000 The equipment manufacturer shall be responsible for obtaining required FCC licenses on the Owner's behalf and shall pay all costs associated with obtaining the licenses. • MOTOROLA CONTACT To obtain information on the specified system the Bidder may contact: • Mr. Larry Clayton Zone Sales Manager Motorola Communications and Electronics, Inc. Telephone: (501) 442-7523 METHOD OF MEASUREMENT AND BASIS FOR PAYMENT This item will be measured and paid for on the.basis of the completed system accepted byFthe Engineer and the lump sum price bid in the Proposal. Payment will be made under:, Bid Item No. 33 Radio Control System, Lump Sum. • y I. FAA Standard Specifications - 85 © InrEO 1r: pE 90C. •.rFnryR.F. 1 • r. PORTLAND CEMENT CONCRETE PAVEMENT (Non --Eligible) DESCRIPTION The work to be done shall be the construction of an alternate Portland Cement Concrete Pavement with intergal curb on an approved base course. The work shall include the furnishing of all equipment materials, and other incidentals necessary, and performing all labor required to complete this item. MATERIALS The material for Portland cement concrete pavement shall conform to the • requirements specified in Sections 501.02 and 501.03 of the Arkansas State Highway Commission Standard Specifications for Highway Construction, latest edition, with the following exceptions: The depth of the Concrete pavement shall be within ± 1/4 inch of the • required depth shown on the Plans, plus any additional depth required as a result of a deficient subbase depth. The average of all depth measurements shall be not less than the required depth, and any depth in excess of the + 1/4 inch shall not be used in computing the average depth. The concrete shall be a minimum 5-1/2 sack mix and have a minimum 28 day compressive strength of 3,500 psi and a minimum flexure strength of 600 psi. The concrete shall contain an air entraining agent which produces 5% t 2% air entrainment in the concrete. The slump shall be 2 to 4 inches if conventional paving equipment is used, and 1 to 2 inches if slipform paving equipment is used. The joint sealant shall be approved by the Engineer prior to use. L CONSTRUCTION METHODS •I The construction of Portland cement concrete pavement shall conform to the requirements specified in Sections 501.04 and 501.05 as applicable of the Arkansas State Highway Commission Standard Specifications for Highway Construction, latest edition, with the following exceptions; • The curing compound shall be a white pigmented curing compound as specified. The transverse joints shall sawed in the concrete pavement according to the spacing shown on the Plans. -The finished surface when checked with a 10 foot straightedge parallel to the centerline shall show no deviation more than 1/4 inch for the concrete pavement surface. Skin patching and feather edging of final surface course will not be permitted, except at the beginning or ending of the project. C; FAA Standard Specifications - 86 • J © M • RATED .cc. r x Surface deviations in excess of 1/4 inch shallbe corrected by grinding or overlaying,°or as approved by the Engineer. The joints shall be cleaned using high pressure water and/or sand blasting as recommended by the sealant manufacturer to remove all latence material or':other debris which will prevent the joint sealant from bonding to the edges of the joints. The concrete shall be dry and immediately before the sealing operation the joints shall be blown out with compressed air. The • compressed 'shall be free from oil. , Any additional joint preparation recommendedby the joint sealant.manufacture shall be strictly followed. METHOD OF MEASUREMENT Payment for•the 6 -inch concrete pavement 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.. 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 will be made under: is Bid Item No. 13 6 -inch Concrete Pavement, per Square Yard. • • �� CCGGIILGLGryry��LL����TTRRpp��$$NN u!LF ROCK. t.YEIIEVILII FAA Standard Specifications - 87 I • r I SOIL STABILIZATION FABRIC DESCRIPTION • This item shall consist of furnishing and installing soil stabilization fabric on the aprons and taxiway subgrade as required. The soil stabilization fabric shall be placed over areas which have become too wet or soft to support the • compaction of off -site borrow on the native subgrade, as directed by the Engineer in lieu of excavation of unsuitable material and backfill with off -site borrow material. It is anticipated that only a small quantity of fabric will be needed for this project for the taxiway billet. MATERIALS •1 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. FAA Standard Specifications - 88 •1 L. J bPATW u'pf NX. ...p Vv611 El Ii METHOD OF MEASUREMENT; Payment forthe 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. J '• FAA Standard Specifications - 89 DaTED . CR[afa f..E„EVIL[